12.07.2015 Views

FOR MADHUBAND COAL WASHERY, BCCL - Bharat Coking Coal ...

FOR MADHUBAND COAL WASHERY, BCCL - Bharat Coking Coal ...

FOR MADHUBAND COAL WASHERY, BCCL - Bharat Coking Coal ...

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

International Competitive BiddingREQUEST <strong>FOR</strong> QUALIFICATION (RFQ)<strong>FOR</strong><strong>MADHUBAND</strong> <strong>COAL</strong> <strong>WASHERY</strong>, <strong>BCCL</strong><strong>FOR</strong> NLW <strong>COAL</strong>(5.0 Mtpa)ON“BUILD-OPERATE-MAINTAIN” BASIS(ON <strong>BCCL</strong> FUNDING)JANUARY - 2009


International Competitive BiddingREQUEST <strong>FOR</strong> QUALIFICATION (RFQ)<strong>FOR</strong><strong>MADHUBAND</strong> <strong>COAL</strong> <strong>WASHERY</strong>, <strong>BCCL</strong><strong>FOR</strong> NLW <strong>COAL</strong>(5.0 Mtpa)ON“BUILD-OPERATE-MAINTAIN” BASIS(ON <strong>BCCL</strong> FUNDING)JANUARY - 2009BHARAT COKING <strong>COAL</strong> LIMITED(A Subsidiary of <strong>Coal</strong> India Limited)Koyla Bhawan , Dhanbad – 826005Jharkhand (INDIA)


CONTENTSCMPDIRequest for QualificationSection Particulars PageNo.SYNOPSIS Synopsis - 1 to 5BID NOTICE BN – 1 to 3DISCLAIMERI to II1 LIST OF ABBREVIATIONS 1-1 to 1-22 DEFINITIONS 2-1 to 2-113 INTRODUCTION & BACKGROUND 3-1 to 3-83.1 Desired Profile & Capability of Bidders/3-1Associates3.2 Scope of Work & Responsibility of BOMO and 3-2Supports by <strong>BCCL</strong>3.3 Salient Features of <strong>Coal</strong> Washery 3-64 DESCRIPTION OF THE SELECTION4-1 to 4-7PROCESS4.1 Bidding Process & Evaluation of Bid 4-14.2 Pre-Bid Conference 4-64.3 Final Award & Notification 4-64.4 Signing of Contract 4-75 QUALIFYING REQUIREMENTS 5-1 to 5-45.1 Technical Qualification Requirements (TQR) 5-15.2 Financial Qualification Requirements (FQR) 5-35.3 Disqualification of the Bidder 5-45.4 Responsibility of Holding Company 5-46 INSTRUCTIONS TO BIDDERS 6-1 to 6-126.1 Availability, Price and Downloading of Bid6-1Document6.2 Submission of Offers against Bid Document 6-36.3 Opening of Bids 6-46.4 Instructions to Bidders 6-46.5 Deposits to be paid by the Bidder & Its6-7Associate(s)6.6 Time Table and Milestones 6-10310208112 (Madh NLW Jan ‘09) iSignature of Bidderwith Seal and Date


Section Particulars PageNo.6.7 Validity of Terms of the Bid 6-106.8 Time Schedule for Bid Evaluation 6-116.9 Clarifications 6-116.10 Organisation of Bid 6-127.0 INTEGRITY PACT 7-1 to 7- 87.1 Preamble 7-17.2 Commitments of the Owner 7-17.3 Commitments of the Bidder/ Contractor 7-27.4 Disqualification from Bid Process and7-3Exclusion from future Contracts7.5 Compensations for Damages 7-47.6 Previous Transgression 7-57.7 Equal treatment of all Bidders/ Contractors/7-5Sub-Contractors7.8 Criminal Charges against violating Bidders/7-5Contractors/ Sub- Contractors7.9 External Independent Monitor/ Monitors 7-67.10 Pact Duration 7-77.11 Other Provisions 7-7CMPDI310208112 (Madh NLW Jan ‘09) iiSignature of Bidderwith Seal and Date


CMPDILIST OF EXHIBITS/ ATTACHMENTS/ ANNEXURERequest for QualificationExhibits/ Attachments/AnnexureParticularsPageNo.Exhibit - 1 Format of the Covering Letter E-1 to E-3Exhibit - 2 Format of Power of Attorney E-4Exhibit - 3 Format of Memorandum of Understanding E-5 to E-8with Associate(s)Exhibit - 4 Format for Submission of Information of Bid E-9for Qualification for <strong>Coal</strong> Washery on BOMconceptAttachment - 1 Format for Submission of Technical E-10 to E-11InformationAttachment - 2 Format for submission of Financial Information E-12 to E-13Exhibit - 5 Format of Bank Guarantee for Bid Security E-14 to E-15Exhibit - 6 Format of Letter of Credit for Bid Security E-16 to E-17Exhibit - 7 Format of Sight Draft E-18Exhibit - 8 Format of Notification by <strong>BCCL</strong> to the Bidder E-19for forfeiture of Bid Security submitted in theform of irrevocable Letter of CreditAnnexure - 1 List of Banks whose Bank Guarantees wouldbe acceptable for Bid Security, DevelopmentE-20 to E-22Guarantee & Contract PerformanceGuarantee etc.310208112 (Madh NLW Jan ‘09) iiiSignature of Bidderwith Seal and Date


SETTING UP OF A 5.0 MTPA <strong>COAL</strong>CMPDI<strong>WASHERY</strong> <strong>FOR</strong> NLW <strong>COAL</strong> AT <strong>MADHUBAND</strong> ON BOM CONCEPT <strong>BCCL</strong> FUNDING Sl.ParticularsDescriptionNo.1 Name of the Document Bid Document setting up of a 5.0 Mtpa <strong>Coal</strong>Washery for NLW <strong>Coal</strong> at Madhuband on ‘BUILD-OPERATE-MAINTAIN’ (BOM) basis (on Funding)2 Validity of Bid/ Offer 18 (eighteen) months (including Environmentalclearances) from the date of opening of the Bid againstRequest for Qualification (RFQ) document.3 Annual throughput Capacity 5.0 Million tonnes of raw coal4 Profile of Bidders Proprietary firm/ Registered Partnership Firm/ A BodyCorporate/ Joint Stock Company or equivalent in case ofForeign Bidder(s).5 Different routes of Bidding Sole Bidder/ Associate (Consortium)6 Scope of Work of BOMOperatorInstallation of a <strong>Coal</strong> Washery Plant for NLW coal ofthroughput capacity of 5.0 Million tonnes per annum(Mtpa) in the vicinity of existing Madhuband Washery of<strong>BCCL</strong> on BOM concept. The work includes Planning,Design & Engineering, Selection of necessaryequipment & machinery, Procurement, Delivery,Erection/ Installation, Testing, SuccessfulCommissioning of <strong>Coal</strong> Washing Plant including PGTwith two years’ critical spares and all allied activities aswell as its subsequent Operation & Maintenance forsupply of washed coal and middlings of requisite qualityat the designated delivery places and disposal ofwashery rejects on BOM concept.7 Technology of Washing Freedom of selection of efficient & cost effective stateof-the-arttechnology lies with the BOM Operator.Washing scheme has to be preferably based on Jig/Heavy Media Separation (Bath/ Drum/ Cyclone orcombination thereof)/ Froth Flotation/ SpiralConcentrator, etc and a combination of above butBidders are free to offer any other improved / proventechnology being used elsewhere in the world.8a)Contract Period:Construction Period(including PGT)Eighteen (18) months from the date of contract cominginto force i.e. signing of Contract.b)Commercial OperationTen (10) Years with a provision of reviewing by theOwner for renewal of the contract for each term of five(05) years thereafter, on the basis of same terms &conditions.310208112 (Madh NLW Jan ‘09) Synopsis - 1Signature of Bidderwith Seal & Date


CMPDI9 <strong>BCCL</strong>’s Obligations A. For Constructioni) Financing for setting up of the washery (including DGset as stand-by power arrangement for criticalequipment/ system) under BOM conceptii) Land free of any obstruction such as abandonedstructures, overhead electrical lines, debris/ dumpmaterials, hillocks etc. with clear approach road forsetting up of washeryiii)Soil investigation report and contour map of theProject site (indicative for bidding purpose only)iv)Supply of water (within 100m) & power at a singlepoint of the proposed washery site on chargeable basisupto successful PGT.B. For Operation & Maintenancei) Land/ mine voids required for disposal of washeryrejects at a distance of about 8.0 km.from the washerysite.ii) Assured raw coal supply of requisite quality andquantity of (–) 200 mm sizeiii) Assured receipt of washed coal & middlings into theloading hopper(s) at the existing railway siding ofMadhuband Washery, <strong>BCCL</strong>.iv) Despatch of washed coal & middlings throughRailways including arranging/ indenting of Railwaywagons as well as loading of washed coal & middlingsinto the railway wagons.v) Loading hopper(s) at the existing railway siding ofMadhuband Washery, <strong>BCCL</strong> for transportation ofwashed coal and middlings.vi) Providing power at 33 kV at Dugda sub-stationsituated at about 10 km from the washery site, on thebasis of agreed demand.vii) Reimbursement of additional operating expenses forDG set on actual.viii) Assured source of water at Jamunia River which isabout 7 km from the washery site.C. For Construction & Operation both<strong>BCCL</strong> will obtain all statutory & regulatory clearancesincluding Environmental Clearances on the basis oftechnology of the Lowest Bidder. This process ofobtaining various clearances may require one year timefrom the date of identification of Lowest Bidder. Afterobtaining such clearances, issue of Letter ofAcceptance/ Award (LoA) & signing of Contract will bedone and thereafter construction period of 18 monthswill commence. Moreover, Lowest Bidder will have to310208112 (Madh NLW Jan ‘09) Synopsis - 2Signature of Bidderwith Seal & Date


assist <strong>BCCL</strong> in all these activitiesCMPDINote: However, arrangement for drawal of water andpower from the sources indicated above at Cl.No.3.2.2.2, to the washery during operation will be withinthe scope of BOM Operator.10 Core Competence of Bidders Sole Bidder Route: Core Competence in the field ofsetting up of <strong>Coal</strong> Washery/ Ore Beneficiation Plant andoperating experience of <strong>Coal</strong> Washery/ OreBeneficiation Plant.Associate/ Consortium Route: In case of Consortium/Associate Route of participation, the maximum no. ofconsortium partners may go up-to 04 (Four) and LeadMember (i.e. Bidder) must have 51% stake. Collectively,consortium partners must meet both the TechnicalQualification Requirements (TQR) i.e. towards ‘set up’as well as ‘operation of coal washery/ ore beneficiationplant’.11 Qualifying Requirements of Bidders (For Sole Bidder/ collectively for Associate/a.Consortium)Technical QualificationRequirementSetting up of <strong>Coal</strong> Washery/ Ore Beneficiation Plant ofat least 2.5 Mtpa capacityOperation of <strong>Coal</strong> Washery/ Ore Beneficiation Plant ofat least 2.5 Mtpa capacityb. Financial QualificationRequirement- Average annual sales turn over of at least INR 37.5Crores- Evidence of possessing adequate working capital of atleast INR 25.0 Crores & solvency certificate from Bank12 Stage of Bidding Single stage. However, bid scrutiny will be carried out ina phased manner13 Bid Document a) RFQ (Request for Qualification) Documentb) RFP (Request for Proposal) Document includingTechnical, Commercial & Price Bid along with SampleContract Form14 Bidding Currency INR and/ or any single convertible Foreign Currency15 Bid Price # 1) Cost of setting up of washery including critical sparesfor 2 (two) years operation and2) Washing charges for the first year of commercialoperation & maintenance.# In respect of washing charges on per tonne basis, bidders are requested to initiallyquote their firm price for first year of commercial operation. Thereafter, such charges willbe determined taking into account among other parameters, the average percentagevariation in WPI of RBI bulletin for Supplies, WPI in respect of Fuel/ Power, Oil &Lubricants; AICPI-IW & Indian Minimum Wages Act for services in respect of indigenouscomponents and similar such authenticated indices published by Central Bank orGovernment Institution or any other appropriate authority available in public domain asindicated by the Bidder in their offer subject to its acceptance by <strong>BCCL</strong>, as applicable incase of imported components.310208112 (Madh NLW Jan ‘09) Synopsis - 3Signature of Bidderwith Seal & Date


CMPDI16 Components of Bid Price Bid price (both for cost of Setting up of Washeryincluding critical spares for two years and washingcharges for first year of commercial operation &maintenance) should include all the components ofStatutory Levies like Custom duty, Excise duty, SalesTax, Work Contract Tax, Service tax, Education Cess,Ocean Freight & Insurance likely to be levied andgoverned under Indian Law apart from other suchcomponents as applicable in the foreign country of originincluding all incidental expenditure like packing, clearing& port handling charges, wharfage, inland insurance,inland freight, inland transportation etc. for execution ofthe subject work.17 Direct taxes- On Bidder’s accountTax liabilities such as Corporate Tax, Income Tax etc.applicable in India and/ or abroad- On <strong>BCCL</strong>’s account Liability on account of R&D Cess18 Bid Security/ Earnest Money This will be for an amount of five (5.00) Million (INR) inthe form of Banker’s/ Cashier Cheque or irrevocable L/Cor BG19 Release of Bid Security/ Shall be returned to the Bidders in the following eventsEarnest Moneywithin 30 days of occurrence :i) Bidders disqualified after evaluation of their Bid forQualification20 Financial Security :a) Development Guarantee(towards setting up of thewashery)b) Contract PerformanceGuarantee (towards operation& maintenance of the plant)ii) Other Bidders except the Lowest Bidder (afterfinalization of the Lowest Bidder)10% of value towards set up cost of 5.0 Mtpa plant inthe form of BG in INR. This DG is to be shared inproportion to their respective stakes of the Bidder (LeadMember) & its Associates or Consortium Partners.The aforesaid Development Guarantee (DG) will bereturned after obtaining Contract PerformanceGuarantee (CPG) of value equivalent to 10% of theannual washing charges in the form of BG. This CPGshall also be shared in the way similar to that of DGamong the Bidder (Lead Member) and its Associates orConsortium partners (likely to continue for the balancecontract period of operation & maintenance). Such BGwill be operational for the balance period of commercialoperation of the Contract Period. This CPG will besubstituted annually on the basis of the revised washingcharges. This BG for CPG has to be in INR.21 Release of ContractPerformance GuaranteeAt the end of the contract period related to operation &maintenance of the plant.22 LD for Delay @ 0.25% of the Contract price for setting up of thewashery per week of delay upto 10 weeks and @ 0.5%thereafter. However, total LD for delay shall not exceed10% of contract price for setting up of the washery.310208112 (Madh NLW Jan ‘09) Synopsis - 4Signature of Bidderwith Seal & Date


CMPDI23 Mobilization Advance The document envisages a provision for payment ofinterest bearing mobilization advance equivalent tocertain percentage of equipment & erection cost and itwill be recovered @ 20% from 2 nd running-on-accountbills. It should be backed by equivalent Bank Guaranteeas acceptable to the designated banker of <strong>BCCL</strong>.24 Raw <strong>Coal</strong> [size (-) 200 mm]Quality on ‘as received basis’25 Desired Ash% for Washed<strong>Coal</strong> on ‘as produced basis’i) Likely Monthly Average Ash % : 42.0ii) Range of Monthly Average Ash % : 42.0+ 4iii) Day to day basis Ash % : 42.0+ 4iv)Likely Total moisture content : 2.0.% (on day to daybasis)i) Targeted Monthly average Ash % : 18.0ii) Maximum Ash (cut-off limit) : 18.5% (on monthly basis)iii)Minimum Ash (cut-off limit) : 17.5 % (on monthly basis)26 Desired Ash% for Middlings onas produced basis’i) Targeted Monthly average Ash % : Less than 40.0%ii) Maximum Ash (cut-off limit) : 40.0% (on monthly basis)27 Desired Moisture% for Washed<strong>Coal</strong> and Middlings28 Guaranteed Yield% of Washed<strong>Coal</strong> at the targeted washedcoal ash of A%29 Guaranteed Yield% ofMiddlings at the targetedmiddlings ash of B%30 Indian Agent’s Commissionetc.Maximum total moisture in both the products i.e.washed/ clean coal and middlings shall not exceed 9.5%& 9.0% respectively on as produced basis.To be quoted by the Bidder for different monthly averageash% of raw coal (duly correcting the ash% parameteron dry basis)To be quoted by the Bidder for different monthly averageash% of raw coal (duly correcting the ash% parameteron dry basis)Under no circumstances, <strong>BCCL</strong> shall make any directpayments of whatsoever nature to the Bidder’s IndianAgent31 Financial Evaluation On the basis of lowest cost towards cost of set up ofwashery and washing charges including otherassociated cost, if any, including impact of Highestmonetary return value for Guaranteed Yield of washedcoal & middlings.310208112 (Madh NLW Jan ‘09) Synopsis - 5Signature of Bidderwith Seal & Date


310208112 (Madh NLW Jan ‘09) BN - 1 Signature of BidderWith Seal & DateCMPDI


310208112 (Madh NLW Jan ‘09) BN - 2 Signature of BidderWith Seal & DateCMPDI


310208112 (Madh NLW Jan ‘09) BN - 3 Signature of BidderWith Seal & DateCMPDI


CMPDIDISCLAIMERThe purpose of this Bid Document is to provide interested parties withinformation to facilitate formulation of their Offer/ Bid and to seek their Offer/ Bid for“Setting up of <strong>Coal</strong> Washery (on <strong>BCCL</strong> funding) as well as its operation &maintenance” (execution of the subject work) on BUILD-OPERATE-MAINTAIN(BOM) concept in the vicinity of existing Madhuband Washery of <strong>BCCL</strong>.The Bid Document includes statements, which reflect various assumptions,which may or may not be correct. This Bid Document does not purport to contain allthe information each Bidder may require. The Bid Document may not be appropriatefor all persons and it is not possible for <strong>BCCL</strong> to consider the investment objectives,financial situation and particular needs of each Bidder who reads or uses the BidDocument. Certain Bidders may have a better knowledge than the others forexecution of the subject work. Each Bidder should conduct its own investigations andanalysis and should check the accuracy, reliability and completeness of theinformation in the Bid Document and obtain independent advice from appropriatesources.Neither <strong>BCCL</strong> nor its employees or its consultants will have any liability toany Bidder or any other person under the law of contract, tort, the principles ofrestitution or unjust enrichment or otherwise for any loss, expense or damage whichmay arise from or be incurred or suffered in connection with anything contained inthe Bid Document, any matter deemed to form part of the Bid Document, the awardfor setting up, operating & maintaining of <strong>Coal</strong> Washery and any other informationsupplied by or on behalf of <strong>BCCL</strong> or its employees, any of its consultants orotherwise arising in any way from the selection process for execution of the subjectwork of the <strong>Coal</strong> Washery on BOM concept. The Bidder shall bear all costsassociated with preparation and submission of his/ their bid and <strong>BCCL</strong> will in no casebe responsible or liable for these costs, regardless of the conduct or outcome of thebidding process.310208112 (Madh NLW Jan ‘09) ISignature of Bidderwith Seal and Date


CMPDI<strong>BCCL</strong> reserves the right to reject any or all the bids or cancel/ withdraw theBidding process for execution of the subject work ofthe <strong>Coal</strong> Washery on BOMconcept without assigning any reason whatsoever and in such case, no bidder/intending bidder shall have any claim arising out of such action.Though, adequate care has been taken while issuing the Bid Documents, theBidder should satisfy himself that the documents are complete in all respects.Intimation of any discrepancy shall be given to this office (as mentioned below)immediately. If no intimation is received by this office upto 30 days before last date ofsubmission of the Bid, then this office shall consider that the Bid Document receivedby the Bidder is complete in all respects and that the Bidder is satisfied that the BidDocument is complete in all respects.Office :Chief General Manager (WC & CP),Washeries Construction Division,Koyla Bhawan (Level-VI),P.O <strong>BCCL</strong> TOWNSHIP,DHANBAD- 826005The Bid Document and the information contained therein are confidential andare for the use of only the person(s) to whom it is issued. It may not be copied ordistributed by the recipient to third parties (other than in confidence to the recipient’sprofessional advisors).<strong>BCCL</strong> confirms that all information submitted with the proposal of the biddershall be treated by <strong>BCCL</strong> as strictly confidential and such information shall be sharedby <strong>BCCL</strong> only with its consultants appointed for the purpose of Bid evaluation.310208112 (Madh NLW Jan ‘09) IISignature of Bidderwith Seal and Date


CMPDI1. LIST OF ABBREVIATIONSadbAICPI - IWAIEEapbarbASMEASQBARC<strong>BCCL</strong>BGBOMBOMO/BOMOperatorBSCGICILCMPDICPGDAEDCFDGEICEMPFCFQRFSFSAGCVICBINRIWSSJDULDLIBORLMAir Dried BasisAll India Consumer Price Index for Industrial WorkersAmerican Institute of Electrical EngineersAs Produced BasisAs Received BasisAmerican Society of Mechanical EngineersAgreed Scheduled QuantityBhaba Atomic Research Centre<strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> LimitedBank GuaranteeBuild-Operate-MaintainBuild-Operate-Maintain OperatorBid SecurityCorrugated Galvanised Iron<strong>Coal</strong> India LimitedCentral Mine Planning & Design Institute LimitedContract Performance GuaranteeDepartment of Atomic EnergyDiscounted Cash FlowDevelopment GuaranteeEngineer-in-ChargeEnvironmental Management PlanForeign CurrencyFinancial Qualification RequirementFinancial SecurityFuel Supply AgreementGross Calorific ValueInternational Competitive BiddingIndian National RupeeIntegrated Water Supply SchemeJoint Deed of UndertakingLiquidated DamagesLondon Inter Bank Operating RateLead Member310208112 (Madh NLW Jan ‘09) 1 -1Signature of Bidderwith Seal and Date


LoALRMCMESQmmMoU/ MOUMSQMtpaNITNLWPERTPGTRBIRFPRFQRLQRtphTQRTSQUHVUSDVMWPIYRFYTMLetter of Acceptance/ Letter of AwardLong Range Marginal CostMonthly Expected Scheduled QuantityMillimetreMemorandum of UnderstandingMonthly Scheduled QuantityMillion tonne per annumNotice Inviting TenderNon Linked WasheryProgramme Evaluation & Review TechniquePerformance Guarantee TestReserve Bank of IndiaRequest for Proposal DocumentRequest for Qualification DocumentReduced LevelQualifying Requirementstonnes per hourTechnical Qualification RequirementTentative Scheduled QuantityUseful Heat ValueUS DollarVolatile MatterWholesale Price IndexYield Reduction FactorYield to MaturityCMPDI310208112 (Madh NLW Jan ‘09) 1 -2Signature of Bidderwith Seal and Date


CMPDIDEFINITION310208112(Madh NLW Jan ’09)Signature of Bidderwith Seal & Date


CMPDI2. DEFINITIONSNote : The singular of any defined term includes the plural and vice versa, and anyword or expression defined in the singular has the corresponding meaning used inthe plural and vice versa.‘Accepting authority’ shall mean the management of <strong>BCCL</strong> (Owner) or theirauthorized representative.'Acceptable Quality' of washed coal and middlings shall mean specifications forwashed coal and middlings having ash content of 18.0 % & less than 40.0 %respectively on monthly average (on ‘as produced basis’) and maximum totalmoisture in both the products i.e. washed/ clean coal and middlings not exceeding9.5% and 9.0% respectively on as produced basis.The 'Agreement' shall mean the Contract entered into between the Owner & thePreferred Bidder (BOMO) for setting up of washery as well as operation &maintenance of the washery. The Agreement/ Contract will consist of two parts. Thefirst part of the Contract will contain terms & conditions governing the setting up ofthe washery and the second part will be for operation of the washery & maintenancethereof.'Approved' shall mean approved in writing including subsequent written confirmationof previous verbal approval.‘As Produced Basis’ shall mean condition of products as loaded into the railwaywagons or other means for despatch to customers.‘Associate’ shall mean a proprietary firm/ a registered partnership firm/ a bodycorporate/ Joint Stock Company or equivalent in case of Foreign Bidders who formsconsortium in such a way that the consortium collectively possess both the technicalqualifications (of set up as well as operation of <strong>Coal</strong> Washery/ Ore BeneficiationPlant) & Financial Qualification Requirement (FQR). Associate individually may ormay not possess any of the Qualifying Requirements (QR).310208112 (Madh NLW Jan ‘09) 2 - 1Signature of Bidderwith Seal & Date


CMPDI‘Authorised Signatory’ shall refer to the person/ persons and organization whohave been so authorised by the Bidder/ Owner to represent them in respect of theBid submitted.'Average Yield of Middlings' for monthly billing period shall mean the ratio of thequantity of middlings (on dry basis) actually measured & delivered to <strong>BCCL</strong> atdesignated point (loading hopper(s) at the existing railway siding of MadhubandWashery, <strong>BCCL</strong>) produced at desired ash% during the month to the correspondingraw coal quantity (on dry basis) utilised to process and produce the said quantity ofmiddlings in the same period. However, this dry basis of middlings & raw coal will bearrived by converting middlings (as produced basis) and raw coal (as received basis).'Average Yield of Washed <strong>Coal</strong>' for monthly billing period shall mean the ratio of thequantity of washed coal (on dry basis) actually measured & delivered to <strong>BCCL</strong> atdesignated point (loading hopper at the existing railway siding of MadhubandWashery, <strong>BCCL</strong>) produced at desired ash% during the month to the correspondingraw coal quantity (on dry basis) utilised to process and produce the said quantity ofwashed coal in the same period. However, this dry basis of washed coal & raw coalwill be arrived by converting washed coal (as produced basis) and raw coal (asreceived basis).‘Bank Guarantee’ shall mean the Bank Guarantee to be provided by the Bank onbehalf of BOM Operator to the Company/ Owner.'Base Date' shall mean the actual date on which plant commences its commercialoperation and the same will be considered as a reference date for determining theperiod to be considered for payment of washing charges.'<strong>BCCL</strong>' shall mean <strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Limited (a subsidiary of <strong>Coal</strong> India Limited), acompany registered under the Indian Companies Act, 1956 having its registeredoffice at Koyla Bhawan-826005, Dhanbad, in the state of Jharkhand, hereinafterreferred to as Company/ Owner.‘Beneficiation/ Washing’ shall mean improvement created by scientific treatment(through wet processes) on coal without destruction of its physical identity for thedesired end use.310208112 (Madh NLW Jan ‘09) 2 - 2Signature of Bidderwith Seal & Date


CMPDI‘Beneficiation plant/ Washing plant/ <strong>Coal</strong> washery/ Washery/ Plant’ shall meanthe plant where improvement is created by scientific treatment (through wetprocesses) on coal without destruction of physical identity for the desired end use.‘Bidder’ shall mean a proprietary firm/ a registered partnership firm/ a bodycorporate/ Joint Stock Company or equivalent in case of Foreign Bidders who haspurchased the Bid Document and submitted the Bid. Bidding may be done either as aSole Bidder or with Associate (consortium partner) as a Lead Member (having atleast 51% stake) for setting up and operation & maintenance of <strong>Coal</strong> Washery onBOM concept. In case of Associate/ Consortium Route, Lead Member of Consortiumwill be termed as ‘Bidder’.‘Bid Document’ shall mean the documents such as RFQ & RFP (includingTechnical, Commercial & Price Bid along with Sample Contract Form) being issued tothe Bidders.‘Bid/ Offer/ Proposal’ shall mean the proposal of the Bidder submitted in responseto the Bid Document issued by <strong>BCCL</strong> (i.e. RFQ & RFP).‘Bid price’ shall mean price quoted by the Bidder(s) towards the costs of setting upof the washery including cost of critical spares for two years operation (i.e. ProjectCapital Cost) and washing charges (including operation & maintenance) for first yearof commercial operation.‘Bid for Qualification’ shall mean the proposal submitted by the Bidder in responseto the RFQ part of Bid document.‘Bid for Proposal’ shall mean the proposal submitted by the Bidder in response tothe RFP part of Bid document.‘Build-Operate-Maintain (BOM)’ refers to the concept in which the ownership ofplant, raw coal & its products will remain with <strong>BCCL</strong> and finance for setting up ofPlant will be made available by <strong>BCCL</strong> to the Selected Bidder who shall beresponsible for setting up as well as operation & maintenance of plant during theentire contract period on payment of the agreed washing/ processing charges.310208112 (Madh NLW Jan ‘09) 2 - 3Signature of Bidderwith Seal & Date


CMPDI‘BOM Operator’ or ‘BOMO’ or ‘Contractor’ wherever occurs means the SelectedBidder and shall include legal representative of such individual or persons composinga firm or a company or the successors-in-interest and permitted assignees of suchindividual, firm or company, as the case may be.‘CIL or its subsidiary’ means <strong>Coal</strong> India Limited and/ or its Subsidiary Companiesand its successors-in-interest and assigns.‘Codes’ shall mean the following, including the latest amendments, and/ orreplacements, if any :(a)Standards/ Publications of Bureau of Indian Standards (BIS) relevant to theworks under the contract and their specifications.(b)Other Internationally approved Standards and/ or rules and regulations touchingthe subject matter of the contract, such as:(i)(ii)(iii)(iv)(v)(vi)(vii)(viii)ASME Test codes.AIEE Test codes.American Society of Materials Testing Codes.Indian Electricity Act and Rules and Regulations made there under.Indian Explosive Act and Rules and Regulations made thereunder.Indian Petroleum Act and Rules and Regulations made thereunder.Indian Mines Act and Rules and Regulations made thereunder.Other Rules & Regulations related to the washery environment etc.(c) Any other laws, rules, regulations and Acts applicable in the country withrespect to factory, labour, safety, compensation, insurance etc.‘Commercial Operation’ shall mean the operation & maintenance of plant in whichthe complete equipment covered under the contract is officially declared by theOwner to be available for continuous operation after successful PGT. Such310208112 (Madh NLW Jan ‘09) 2 - 4Signature of Bidderwith Seal & Date


CMPDIdeclaration by the Owner however, shall not relieve or prejudice any of the BOMOperator’s obligations under this contract.'Commissioning of the Washery' shall mean completion in all respect ofconstruction of the washery and successful Performance Guarantee Test andrendering the washery ready for commercial operation.‘Company’ or ‘Owner’ wherever occurs, means the <strong>BCCL</strong>, and/ or its assigns.‘Consulting Engineer’/’Consultant’ shall mean any firm or person duly appointedas such from time to time by the Owner.‘Contract’ shall mean the formal agreement executed between the Owner and theSelected Bidder for setting up of the washery, operation & maintenance thereof withthe terms & conditions mentioned therein including Bid Notice, the Bid as acceptedby the Owner, specifications, designs & drawings and those to be submitted duringprogress of work, scope of work, billing schedule/ schedule of quantities with ratesand amounts etc.‘Contract coming into force’/ ‘Effective Date of Contract’ shall mean the date onwhich contract is signed between the Owner and the Bidder for the subject work.‘Contract period’ shall mean a period of eighteen (18) months from the effectivedate of contract and extension thereof, if any, for setting up of the washery upto itssuccessful commissioning and thereafter a period of ten (10) years for operation &maintenance of the plant by BOM Operator.‘Contractor's Works’ or ‘BOM Operator’s Works’ shall mean the place of workused by the Contractor, their collaborators or sub-contractors for the performance ofthe works.Datum Line shall mean the last day of the scheduled month of expiry of completionperiod (i.e. 18 months) of the plant from the date of contract coming into force.A ‘Day’ shall mean a period of 24 hours from midnight to midnight.‘Drawings’/’Plans’ shall mean all:310208112 (Madh NLW Jan ‘09) 2 - 5Signature of Bidderwith Seal & Date


a) drawings furnished by the Owner/ Consultant as a basis for proposals,CMPDIb) supplementary drawings furnished by the Owner/ Consultant to clarify and todefine in greater detail the intent of the contract.c) drawings submitted by the BOM Operator with his proposal/bid provided suchdrawings are acceptable to the Owner/ Consultant.d) drawings furnished by the Owner/ Consultant to the BOM Operator during theprogress of the work, ande) engineering data and drawings submitted by the BOM Operator during theprogress of the work provided such drawings are acceptable to EIC.‘Engineer’ wherever occurs, means the authorised representative or any otherofficer specially deputed by the Company for the purpose of contract and to assist theEngineer-in-Charge.‘Engineer-in-Charge (EIC)/ Designated Officer-in-charge’ shall mean a person ofappropriate seniority who will be responsible for supervising and administering thecontract, certifying payment due to the BOMO, valuing variations to the contract,awarding extension of time and valuing compensation events. Engineer-in-Charge(EIC)/ Designated Officer-in-Charge may further appoint his representatives i.e.another person/ Project Manager or any other competent person and notify to theContractor who is directly responsible for supervising the work being executed at thesite, on his behalf under the Delegation of Powers of the company. However, overallresponsibility, as far as the contract is concerned during the period of set up as wellas operation & maintenance will be that of the Engineer-in-Charge (EIC)/ DesignatedOfficer-in-Charge.‘Final Acceptance’ shall mean the Owner's written acceptance of the works forsetting up of the washery performed under the contract, after successful completionof Performance Guarantee Tests. After completion of successful PGT, the plant willbe deemed to be handed over to the BOM Operator for its commercial operation.‘Government Approvals’ shall mean all permits, licenses, authorizations, consents,clearances, decrees, waivers, privileges, approvals from and filing with government310208112 (Madh NLW Jan ‘09) 2 - 6Signature of Bidderwith Seal & Date


CMPDIinstrumentalities necessary for the development, construction and operation of theplant/project.‘Guarantee Period’ of the <strong>Coal</strong> washery, in general, is to be looked by the Bidder &shall mean guarantee of the entire <strong>Coal</strong> Washery for at least one year from thecommencement of commercial operation after successful commissioning of the plant.However, in case the Bidder is having experience of ‘operation’ and its Associate(s)has/ have the experience of ‘set-up’, the Associate(s) is/ are required to render thesame guarantee.‘Initial operation’ shall mean the first integral operation of the complete equipmentcovered under the contract with sub-systems and supporting equipment in service.‘Inspector’ shall mean the Owner or any person nominated by the Owner from timeto time to inspect the equipment, stores or works under the contract and/or the dulyauthorised representative of the Owner.‘Lead Member’ (LM) shall mean the Bidder who has at least 51% stake and continueto perform the obligations towards the subject work for the entire contract period incase of Consortium/ Associate Route having maximum no. of consortium partnersup-to 4 (four). The Lead Member has to fulfil the Financial Qualification Requirementof the Bid. In case of Associate/ Consortium Route, Lead Member of Consortium willbe termed as ‘Bidder’. The Lead Member may or may not have any TechnicalQualification Requirement (TQR) though the Lead Member has to fulfil the FinancialQualification Requirement (FQR) of the Bid. Lead Member of Consortium/ Associatemust be identified through MoU and subsequently through JDU.‘Letter of Acceptance’/ ‘Letter of Award’ (LoA) of the Bid shall mean the officialcommunication issued by the Owner notifying the Preferred Bidder about acceptanceof its Bid & inviting for signing of Contract.‘Middlings’ shall mean the product (other than washed coal & rejects, having ash %more than washed coal but less than rejects) of Washery which satisfies the qualityparameters laid down in the Bid Document/ Contract Document.‘Month’ shall mean a calendar month according to the Gregorian calendar.310208112 (Madh NLW Jan ‘09) 2 - 7Signature of Bidderwith Seal & Date


CMPDI‘Performance Guarantee Tests (PGT)’ shall mean all operational checks and testswhich are required to determine and demonstrate capacity, efficiency and operatingcharacteristics (such as consumption of electricity & water etc.) as specified in the BidDocument.‘Preferred Bidder’ shall mean the eligible Bidder invited by <strong>BCCL</strong> for entering intocontract for execution of the subject work on BOM concept.‘Price Bid’ shall mean the proposal submitted by the Bidder giving details of the pricepart as per the formats given in the RFP part of the Bid document.The price part of the Bidder on BOM concept shall have two parts i.e. INR and/or anyconvertible Foreign Currency towards:i) the cost for setting up of coal washery andii)the charges for washing of coal to get desired quality (including maintenanceof the plant) for one year of commercial operation and subsequent delivery ofwashed coal and middlings to <strong>BCCL</strong> at the designated places.‘Project capital cost’/ ‘Set-up Cost’ shall mean the capital cost indicated by thebidder in their offer for setting up of the washery including cost of critical spares fortwo years operation.‘Project’ shall mean any and all infrastructure facilities proposed to be put up forsetting up of <strong>Coal</strong> Washery on BOM concept for which finance is provided by <strong>BCCL</strong>.‘Qualified Bidders’ shall mean the Bidders short-listed based on the Bid forQualification for further techno-commercial evaluation as per RFP part of the Bid.'Rejects' shall mean the waste coal product produced during operation of thewashery having ash% (as produced basis) as quoted by the BOM Operator.‘Request for Proposal or RFP’ shall mean one of the documents issued by <strong>BCCL</strong>as a part of Bid Document for submitting the Techno-commercial as well as Price Bid.It will also contain Sample Contract Form.310208112 (Madh NLW Jan ‘09) 2 - 8Signature of Bidderwith Seal & Date


CMPDI‘Request for Qualification or RFQ’ shall mean one of the documents issued by<strong>BCCL</strong> as a part of Bid Document for submitting the Bid for Qualification.‘Selected Bidder’ shall mean the Preferred Bidder that finally enters into contractwith <strong>BCCL</strong> for execution of the subject work of <strong>Coal</strong> Washery on BOM concept.‘Set up’ shall mean execution of <strong>Coal</strong> washery from concept to commissioning whichinter-alia includes planning, design & engineering, selection of necessary equipment& machineries, procurement, delivery, erection/ installation, testing, successfulcommissioning of coal washery plant including PGT and all allied activities with twoyears’ critical spares.Words importing ‘singular’ only shall also include the plural and vice-versa wherethe context so requires. Similarly the words with ‘masculine’ meaning shall also refer‘feminine’ meaning as per the requirement/ suitability of the text.‘Set up period’ is a period of 18 months and any extension thereof required for setup of the washery up to successful commissioning including Performance GuaranteeTests (PGT) after signing of the Contract.‘Site’ shall mean the place of the contract work including land and any building anderections thereon and any other land allotted by the company for Contractor's use inthe execution/ performance of the contract.‘Sub-contractor’, as employed in the Bid Document, includes those having a directcontract with Contractor either on piece rate, item rate, time rate or on any otherbasis and it includes one who furnishes work to a special design according to theplans or specifications of this work but does not include one who merely suppliedmaterials.‘Specification’ shall mean the technical specifications forming a part of the contractand such other schedules and drawings as may be mutually agreed upon.‘Start-up’ shall mean the time period, which is required to bring the equipmentcovered under the Contract from an inactive condition, when construction isessentially complete to the state ready for trial operation. The start-up period shallinclude preliminary inspection and check out of equipment and supporting sub-310208112 (Madh NLW Jan ‘09) 2 - 9Signature of Bidderwith Seal & Date


CMPDIsystems initial operation of the complete equipment covered under the Contract toobtain necessary pre-trial operation data, perform calibration and corrective action;shut down inspection and adjustment prior to the trial operation period.‘Subject Work’ shall mean entire scope related to ‘setting up of washery’ as well asits ‘operation & maintenance’.‘Techno-commercial Bid’ shall mean the proposal submitted by the Bidder inresponse to the RFP part of the document, except the Price Bid.'Temporary Works' shall mean all temporary works of every kind required in or forthe execution, completion or maintenance of the works.‘Washed / Clean <strong>Coal</strong>’ shall mean the final product of Washery which satisfies thequality parameters laid down in the Bid Document/ Contract Document.‘Works’ shall mean and include the furnishing of equipment, labour and the servicesin accordance with the contract or parts thereof as the case may be and shall alsoinclude all extra or additional, altered or substituted works or any work of emergentnature, which in the opinion of the Engineer-in-Charge (EIC), become necessaryduring the progress of the works to obviate any risk or accident or failure or becomenecessary for security.‘Written notice & serving thereof’ shall mean a notice or communication in writingand shall be deemed to have been duly served if delivered in person to the individualor to a member of the firm or to an office of the Corporation/ Company for whom it isintended, or if delivered at or sent by registered mail/ e-mail to the last businessaddress known to him who gives the notice.Notei) When the words "Approved", "Subject to Approval", "Satisfactory", "Equal to","Proper", "Requested", "As directed", "Where directed", "When directed","Determined by", "Accepted", "Permitted", or words and phrases of like import areused, the approval, judgment, direction etc. is understood to be a function of theOwner/ Engineer/ Engineer-in-Charge (EIC).310208112 (Madh NLW Jan ‘09) 2 - 10Signature of Bidderwith Seal & Date


CMPDIii) Terms and expressions not defined herein shall have the same meaning as areassigned to them in the “Indian Sale of Goods Act”, failing that in the “Indian ContractAct”, and failing that in the “General Clauses Act”.310208112 (Madh NLW Jan ‘09) 2 - 11Signature of Bidderwith Seal & Date


CMPDIINTRODUCTION & BACKGROUND310208112(Madh NLW Jan ’09)Signature of Bidderwith Seal & Date


CMPDI3. INTRODUCTION & BACKGROUND<strong>BCCL</strong> proposes to execute the subject work of a <strong>Coal</strong> Washery on BOMconcept in the vicinity of existing Madhuband Washery of <strong>BCCL</strong> for production ofwashed coal and middlings to be used by Steel Plants & Thermal Power Plantsrespectively, or as they deem fit. For this purpose, <strong>BCCL</strong> is inviting Bid through“International Competitive Bidding Route” from prospective bidders for execution ofthe subject work of <strong>Coal</strong> Washery on BOM basis. The objective is to select a Bidder,who has the technical, financial and organisational capability to Build, Operate &Maintain the <strong>Coal</strong> Washery and ensure reliable, uninterrupted supply of washed coaland middlings of requisite quality & quantity for the clients of <strong>BCCL</strong>.3.1 DESIRED PROFILE & CAPABILITY OF BIDDERS/ASSOCIATES3.1.1 PROFILEThe Bidder/ Associates shall be proprietary firm/ registered partnership firm/body corporate / joint stock Company or equivalent in case of foreign bidder(s).3.1.2 TECHNICAL CAPABILITYThe Bidder(s) should have access (either of their own in case of sole bidderroute or through their associates in case of associates/ consortium route) to the stateof-the-arttechnology and previous experience from concept to commissioning whichinter-alia includes planning, design & engineering, selection of necessary equipment& machinery, procurement, delivery, erection/ installation, testing, successfulcommissioning of <strong>Coal</strong> Washing Plant/ Ore Beneficiation Plant and all allied activitiesincluding PGT as well as operation & maintenance of <strong>Coal</strong> Washery/ OreBeneficiation Plant, so as to execute the subject work of <strong>Coal</strong> Washery and ensurereliable, uninterrupted supply of desired quantity & quality of washed coal andmiddlings for the client(s) of <strong>BCCL</strong>. Details are given at Cl.no.5.1 of this document.310208112 (Madh NLW Jan ’09)3 - 1Signature of Bidderwith Seal & Date


CMPDI3.1.3 FINANCIAL CAPABILITYThe Bidder in case of Sole Bidder Route & Lead Member in case ofAssociate/ Consortium Route should have adequate financial capability in terms ofaverage annual sales turn-over and working capital to meet the financialcommitments commensurate with the scope of work. Details are given at Cl. No. 5.2of this document. This financial capability of bidders shall be evaluated for thosebidders who will continue to perform the obligations towards the execution of thesubject work for the entire contract period, such as Lead Member in case ofConsortium/ Associate Route.3.2 SCOPE OF WORK & RESPONSIBILITY OF BOMO ANDSUPPORTS BY <strong>BCCL</strong>3.2.1 SCOPE OF WORK & RESPONSIBILITY OF BOMO3.2.1.1 SETTING UP OF <strong>COAL</strong> <strong>WASHERY</strong>The scope of work of the Bidder broadly covers Installation of a <strong>Coal</strong> WasheryPlant for NLW coal of throughput capacity of 5.0 Million tonnes per annum (Mtpa) in thevicinity of existing Madhuband Washery of <strong>BCCL</strong> on BOM concept. The work includesplanning, design & engineering, selection of necessary equipment & machinery,procurement, delivery, erection/ installation, testing, successful commissioningincluding PGT of coal washing plant and all allied activities for setting up of <strong>Coal</strong>Washery on BOM concept and ensure reliable, uninterrupted supply of desired quantity& quality of washed coal and middlings for the client(s) of <strong>BCCL</strong>. For safety & securityof the washery and its properties including raw coal & its products, the entire washerycomplex shall be provided with boundary wall of adequate height. <strong>BCCL</strong> will providerequired capital funding for setting up of the washery.Washery complex in general shall include the provision of raw coal receivingarrangement; main coal washing plant; delivery arrangement of washed coal andmiddlings; emergency stockpile of raw coal, washed coal & middlings and all alliedfacilities such as thickeners, slurry pond, different service buildings etc.310208112 (Madh NLW Jan ’09)3 - 2Signature of Bidderwith Seal & Date


CMPDI3.2.1.2 OPERATION & MAINTENANCE OF <strong>COAL</strong> <strong>WASHERY</strong>Though the Washery will wash the coal provided by <strong>BCCL</strong>, the ownership ofraw coal, washed coal, middlings and rejects including slurry (if any) shall remain with<strong>BCCL</strong>.The scope of work of the Bidder also covers operation and maintenance ofthe plant for a period of ten (10) years (after successful commissioning of thewashery). Performance of the contract shall be reviewed during the period of 10 thyear by the Owner and based on the performance of the BOMO, the contract may berenewed for a further period of five (05) years initially, from the date of expiry of 10 thyear with the option of renewal of the contract for further five (05) years after the endof such extended period of five (05) years, on the basis of the same terms &conditions and this scope include the following:i) Receipt of raw coal of specified quality & quantity at washery end provided by<strong>BCCL</strong>.ii) Washing of raw coal to meet requisite quality & quantity of washed coal andmiddlings.iii) Delivery of washed coal and middlings to <strong>BCCL</strong> at designated delivery placesi.e. loading hopper(s) at the existing railway siding of Madhuband Washery, <strong>BCCL</strong>which is about 1.6 km away from the proposed washery site.iv)Maintenance of the plant.3.2.1.3 DISPOSAL OF <strong>WASHERY</strong> REJECTSTransportation and disposal of washery rejects to the identified site from theproposed washery site shall be the responsibility of the BOMO. If the average grosscalorific value of the reject is more than 1500 kcal/ kg, it will be used in the FBCbased Power Plant to be set up by <strong>BCCL</strong> for the power generation in the manner tobe decided by <strong>BCCL</strong>. However, the rejects may be dumped by BOMO in the externaldump site which is at a distance of about 8.0 km from the washery site. In case theaverage Gross Calorific Value of the rejects is found to be less than 1500 kcal/kg (Or310208112 (Madh NLW Jan ’09)3 - 3Signature of Bidderwith Seal & Date


CMPDIthe heat value to be decided by <strong>BCCL</strong> during actual operation of the washery) andnot suitable for use in FBC based Power Plant, then also the rejects will have to bedumped separately at the same external dump site by earmarking a different place.The methodology of determination of GCV & mechanism of segregation of rejects oflower & higher heat value will be jointly decided by BOMO & <strong>BCCL</strong>. The details anddistances of these identified sites from the washery site are indicated in the ‘Site Planshowing land use’ (Refer Drg. No. HQ/CMP/310208112(Madh NLW)/04/001) in theBid Document. The disposal of rejects will be with due arrangement of compactionand consolidation as per norms of Environment Management Plan (EMP) dulyapproved by State/ Central and other concerned agencies.3.2.1. 4 STATUTORY & REGULATORY CLEARANCESThough, the responsibility of obtaining statutory and regulatory clearanceslies with the Owner (<strong>BCCL</strong>) but while operating, the BOMO must comply with allstatutory and regulatory requirements.3.2.1.5 SCHEDULESThe indicative schedules for the Bid process are as follows:Name & Description of WorkSetting up of a 5 Mtpa <strong>Coal</strong>Washery for NLW coal atMadhuband on BOM concept :Planning, Design & Engineering,Selection of necessaryequipment & machinery,Procurement, Delivery, Erection/Installation, Testing, SuccessfulCommissioning of <strong>Coal</strong>Washing Plant including PGTwith two years’ critical sparesand all allied activities as well asits subsequent Operation &Maintenance for supply ofwashed coal & middlings ofrequisite quality at thedesignated delivery places anddisposal of washery rejects onBOM concept.Provision of Fundand infrastructure<strong>BCCL</strong> will providethe capital fundingfor set up ofwashery and otherinfra-structuralfacilities like land,water, power etc.ThroughputCapacity5.0milliontonnesperannum(Mtpa) ofraw coalLocationIn thevicinity ofexistingMadhubandWashery of<strong>BCCL</strong>SchedulesConstruction Operation &Maintenance18 Months Ten (10) years(including with a provision ofPGT) from reviewing by thethe date of Owner for renewalsigning of of the contract forContract each term of five(5) yearsthereafter, on thebasis of sameterms &conditionsThe other details and information of general nature are indicated in thisdocument under the caption of “Salient features of the <strong>Coal</strong> Washery” at para 3.3 ofthis Section of RFQ document.310208112 (Madh NLW Jan ’09)3 - 4Signature of Bidderwith Seal & Date


CMPDI3.2.1.6 ENVIRONMENTAL AND OTHER STATUTORY & REGULATORYCLEARANCESThe Selected Bidder shall be responsible for execution of coal washery fromconcept to commissioning which inter-alia includes planning, design & engineering,selection of necessary procurement, delivery, erection / installation, testing,successful commissioning as well as operating & maintaining the coal washing plantand all allied activities in compatible manner as per the norms laid down by Central/State Pollution Control Boards or any other agency as applicable. However, <strong>BCCL</strong>shall be responsible for obtaining all such environmental and other clearances fromCentral/ State Pollution Control Boards or any other agency as applicable. However,the Bidder shall provide all necessary assistance/ support in this regard asnecessary.3.2.2 SUPPORTS BY <strong>BCCL</strong>hereafter.<strong>BCCL</strong> shall provide the supports to the BOMO for the subject work as given3.2.2.1 <strong>FOR</strong> CONSTRUCTIONii)iii)iv)i) Financing for setting up of the washery (including DG set as stand-bypower arrangement for critical equipment/ system) under BOM conceptLand free of any obstruction such as abandoned structures, overheadelectrical lines, debris/ dump materials, hillocks etc. with approach roadfor setting up of washerySoil investigation report and contour map of the Project site (indicativefor bidding purpose only).Supply of water (within 100m) & power at a single point of the proposedwashery site on chargeable basis upto successful PGT.3.2.2.2 <strong>FOR</strong> OPERATION & MAINTENANCEi) Land/ mine voids required for disposal of washery rejects at a distanceof about 8.0 km from the washery site.310208112 (Madh NLW Jan ’09)3 - 5Signature of Bidderwith Seal & Date


CMPDIii) Assured raw coal supply of requisite quality and quantity of (–) 200mm size.iii) Assured receipt of washed coal & middlings into the loading hopper(s)at the existing railway siding of Madhuband Washery, <strong>BCCL</strong>.iv) Despatch of washed coal & middlings through Railways includingarranging/ indenting of Railway wagons as well as loading of washedcoal & middlings into the railway wagons.v) Loading hopper(s) at the existing railway siding of MadhubandWashery, <strong>BCCL</strong> for transportation of washed coal and middlings.vi) Providing power at 33 kV at Dugda sub-station situated at about 10 kmfrom the washery site, on the basis of agreed demand.vii) Reimbursement of additional operating expenses for DG set on actuals.viii) Assured source of water at Jamunia River which is about 7 km from thewashery site.3.2.2.3 <strong>FOR</strong> CONSTRUCTION & OPERATION BOTH<strong>BCCL</strong> will obtain all statutory & regulatory clearances includingEnvironmental Clearances on the basis of technology of the Lowest Bidder. Thisprocess of obtaining various clearances may require one year time from the date ofidentification of Lowest Bidder. After obtaining such clearances, issue of Letter ofAcceptance/ Award (LoA) & signing of Contract will be done and thereafterconstruction period of 18 months will commence. Moreover, Lowest Bidder will haveto assist <strong>BCCL</strong> in all these activities.Note:However, arrangement for drawal of water and power from the sourcesindicated above at Cl. No.3.2.2.2, to the washery during operation will be within thescope of BOM Operator.3.3 SALIENT FEATURES OF <strong>COAL</strong> <strong>WASHERY</strong>The salient feature of the provision, which is covered in detail in the RFPDocument, is given hereafter.310208112 (Madh NLW Jan ’09)3 - 6Signature of Bidderwith Seal & Date


1. Washery Capacity : 5.0 Mtpa of raw coal inputCMPDI2. Selection of Technology: Freedom of selection of efficient & costeffective state-of-the-art technology lies withthe BOM Operator. Washing scheme has tobe preferably based on Jig/ Heavy MediaSeparation (Bath/ Drum/ Cyclone orcombination thereof)/ Froth Flotation/ SpiralConcentrator, etc and a combination of abovebut Bidders are free to offer any otherimproved / proven technology being usedelsewhere in the world.3. Construction/ Set-up : 18 months including PGT (from the date ofPeriodsigning of the Contract).4. Life of the Washery : 18 years after successful commissioning of theplant.5. Washing Charges : Washing charges will be paid to the SelectedBidder in Indian Rupees (INR) and/ or singleconvertible Foreign Currency, in which thebidder has quoted, on the basis of rate for pertonne of raw coal washed. However, for arrivingat such quantity of raw coal washed, thefollowing mechanism will be followed:i) Normally the quantity of raw coal deliveredto BOMO in a particular month by <strong>BCCL</strong> will beconsidered.ii) In case, the quantity of raw coal processedin the washery by BOMO in the particular monthis more or less than the quantity of raw coalsupplied by <strong>BCCL</strong>, then the BOMO will givedeclaration (to the satisfaction of the owner)regarding the actual quantity of raw coalwashed. The washing charge will be arrived on310208112 (Madh NLW Jan ’09)3 - 7Signature of Bidderwith Seal & Date


CMPDIthe basis of declared quantity of raw coal in thatparticular month under consideration. However,such quantity of raw coal processed during theyear shall match with the raw coal quantitydelivered to BOMO by <strong>BCCL</strong> in that year.6. LD for delay : In the event of failure to successfulcommissioning of the plant within the stipulatedperiod, the Selected Bidder will be liable to payLiquidated Damages (LD) for delay. LD fordelay will be @ 0.25% of the Contract price forsetting up of the washery per week of delayupto 10 weeks and @ 0.5% thereafter.However, total LD for delay shall not exceed10% of Contract Price for setting up of thewashery.7. Validity of Bid/ Offer : 18 (eighteen) months (including Environmentalclearances and signing of Contract) from thedate of opening of the Bid against Request forQualification (RFQ) document.310208112 (Madh NLW Jan ’09)3 - 8Signature of Bidderwith Seal & Date


CMPDIDESCRIPTION OF THE SELECTIONPROCESS310208112(Madh NLW Jan ’09)Signature of Bidderwith Seal & Date


CMPDI4. DESCRIPTION OF THE SELECTION PROCESS<strong>BCCL</strong> is conducting the Bidding Process (on single stage bidding) for settingup of <strong>Coal</strong> Washery in the vicinity of existing Madhuband Washery of <strong>BCCL</strong> on BOMbasis based on the fulfilment of necessary qualification criteria by the Bidder, toensure reliable & uninterrupted supply of desired quantity & quality of washed coal andmiddlings to <strong>BCCL</strong> for its linked clients.4.1 BIDDING PROCESS & EVALUATION OF BID4.1.1 A) BIDDING PROCESSBidding will be single stage.The Single Stage Bidding shall comprise of issuing the following twodocuments altogether:i) Request for Qualification (RFQ)ii) Request for Proposal (RFP) & Sample Contract FormThe Bidder is required to submit their offers in a sealed envelope containingthree sealed envelopes 1, 2 & 3 comprising of the following:Envelope 1 :Bid for Qualification against RFQ in three parts duly sealedseparatelyPart-1 : Bidders who have purchased the Bid Documentshall have to furnish Bid Security only at the time ofsubmission of bid but the bidders who have downloaded thebid Documents shall have to furnish Bid Security, cost of BidDocument (If not submitted before Pre- Bid meeting) &undertaking of non-tampering of Bid Document. Both (a) & (b)shall be sealed separately.a) Bid Securityb) Cost of Bid Document & undertaking(in case of downloaded Bid Document)Part-2 : Bid for Qualification against RFQ Document.Part-3 : Integrity Pact.310208112 (Madh NLW Jan ‘09) 4 - 1Signature of Bidderwith Seal & Date


Envelope 2 :Envelope 3 :CMPDIBid for Proposal against RFP and Sample Contract Form inthree parts duly sealed separatelyPart 1 : Technical BidPart 2 : Commercial BidPart 3 : Acceptance of provision of `Sample ContractForm’Price Bid (duly sealed separately) against RFP.4.1.1 B) EVALUATION OF BIDPart-1 of Envelope 1, i.e. a) Bid Security and b) cost of Bid Document &undertaking (in case of downloaded Bid Document) shall be opened first and if thesame is found compliant to the requirements of the Clause 6.5.1 & 6.1.3 of Section 6of this RFQ Document, then only the Part-2 & Part-3 of Envelope 1, i.e. Bid forQualification & Integrity Pact respectively shall be opened.The offers against RFQ part of Bid (i.e. Envelope 1) will be opened &scrutinised for meeting the stipulated qualifications based on which bidders will beshort-listed, who will be referred to as ‘Qualified Bidders’ thereafter.After short-listing, the offers against RFP part of Bid (i.e. Envelope-2)containing Part 1, 2 & 3 will be opened for the Qualified Bidders only. ‘Price Bid’(Envelope-3) will be opened after evaluation of Bid contained in Envelope 2. Amongstshort listed bidders, after complete evaluation of offers against RFP part of Bid(Envelope 2 & 3) ‘Lowest Bidder’ will be identified. On the basis of technology of the‘Lowest Bidder’, <strong>BCCL</strong> shall obtain Environmental & other clearances and issue LoAto the ‘Lowest Bidder’ and shall be referred to as ‘Preferred Bidder’ who will beeligible for entering into Contract. After entering into contract, the ‘Preferred Bidder’will be referred to as the `Selected Bidder’ for all practical purposes.4.1.2 FINANCIAL EVALUATION<strong>BCCL</strong> or its consultant will evaluate and compare the Price Bids, afterevaluation of Technical & Commercial Bids and acceptance of provision of ‘SampleContract Form’ against RFP part of Bid Document as per Clause No. 4.1.1 of RFQ.310208112 (Madh NLW Jan ‘09) 4 - 2Signature of Bidderwith Seal & Date


CMPDIThe financial evaluation of bid shall be made on Long Range Marginal Cost(LRMC) basis using Discounted Cash Flow (DCF) technique. In order to calculateLRMC, the time stream of the cash outflow for eleven & half (1.5+10) years onaccount of all payments (both quoted & notional) to be made (both FC and INR) tothe Selected Bidder by <strong>BCCL</strong> towards setting up of the washery and washingcharges payable during the contract period of commercial operation for 10 years shallbe considered. Details are as given hereafter:a) The quoted offer price on account of set-up will be treated as firm price andwill be considered for the purpose of this Financial Evaluation. While, the quoted offerprice on account of washing charges per tonne of raw coal for the first year will beconsidered as the cash outflow in its absolute value for the first year of commercialoperation and will be treated as the base prices for projection of washing charges forthe next year.b) For the purpose of this evaluation, yearwise notional cash outflow onaccount of washing charges will be determined. Washing charges for the 2 nd year ofcommercial operation will be determined using average variation for the last fiveyears immediately preceding the 1 st year under consideration (for which the Biddershave quoted their firm washing charges) in the respective indices such as WPI of RBIfor the applicable items in respect of supplies; WPI in respect of Fuel/ Power, Oil &Lubricants; AICPI – IW; Indian Minimum Wages Act as applicable in case ofindigenous labour component and similar such authenticated indices published byCentral Bank or Government Institution or any other appropriate authority & availablein public domain as indicated by the Bidder in their offer, as applicable in case ofimported components for operation & maintenance of the plant. The same averagevariation in the indices will be utilised to arrive at the washing charges for each yearof the balance period of 08 (eight) years of commercial operation. Using theseyearwise washing charges, notional cash outflow on account of washing charges foreach year of 10 years period of commercial operation will be determined.310208112 (Madh NLW Jan ‘09) 4 - 3Signature of Bidderwith Seal & Date


CMPDIIn case, there is more than one Bidder for the subject work quoting theirprice in the same currency but indices quoted differ from bidder to bidder, then insuch case the evaluation will be done utilizing the respective indices quoted bydifferent bidders. However, bidders have to quote the indices applicable in thecountry of the currency (ies) in which they have quoted their price offer.c) Apart from the above said quoted price, this evaluation will also considerthe following:- any additional cost proposed to be incurred by <strong>BCCL</strong> towards anysupplies to be arranged and/ or services to be rendered at the specific request of theBidder.- annual power and water cost to be incurred by <strong>BCCL</strong> on the basis of theguaranteed specific power and water consumption per tonne of raw coal processed.The prevailing rate of power and water tariff will be considered for determination ofsuch cost. Though, the supply of power & water for operation & maintenance of theplant for the agreed demand will be provided without any charge, the cost incidenceof these components will be escalated considering 75% as fixed wherever required.-Prospective Bidders will have to quote Minimum Guaranteed Yield (MGY)for different monthly average ash% of raw coal at the targeted ash% (monthlyaverage) of washed coal and middlings (As per Appendix-2B of RFP part of BidDocument). The bidder, who will quote values of MGY both for washed coal &middlings at their respective targeted ash% in such a way that the combinedmonetary return expected to be fetched by multiplying the quantity of washed coal &middings with their respective prevailing / indicative sale prices is highest, will betermed as ‘Reference Bidder’ and no impact due to lower yield will be imposed onthat ‘Reference Bidder’ whereas on other bidders who have quoted different yields ofwashed coal & middlings and fetch lesser monetary return, impact due to differentyields will be imposed. Different quantities of washed coal and middlings for ten years(because of different yields) of commercial operation corresponding to the annualthroughput capacity will be worked out for each bidder and these quantities ofwashed coal & middlings will be multiplied by the respective prevailing/ indicative sale310208112 (Madh NLW Jan ‘09) 4 - 4Signature of Bidderwith Seal & Date


CMPDIprice of washed coal and middlings (on the date of opening of Price Bid) to ascertainthe quantum of impact to be considered on each bidder for the purpose of financialevaluation.d) To facilitate evaluation & comparison, the discounting rate for calculation ofpresent value of the above outflow shall be as follows:i) In case of cash outflows in Foreign Currency, the rate of discount will be 10(ten) years SWAP rates against three months’ LIBOR of the respective ForeignCurrency plus 150 basis points for such purpose. The present value of ForeignCurrency during the time stream thus calculated is to be converted into equivalentINR amount at bill selling rate of State Bank of India as on the date of opening ofprice bid.ii) In case of INR component of the cash outflow, the discounting rate willbe the Yield to maturity (YTM) rate of ten years Government of India bonds prevailingon the date of opening of the price bid plus 150 basis points.iii) Impact of different yields will simply be considered without anydiscounting (as this is to be arrived on the present realisable value of washed coal &middlings at the prevailing/ current sales price of washed coal & middlings at theirrespective targeted ash%).e) The bidder with the lowest cost in terms of present value of overall cost willbe identified as ‘Lowest Bidder’ and will be intimated. However, <strong>BCCL</strong> reserves theright to reject even the lowest bid in the event the project becomes unviable.f) For understanding of the prospective bidders, a ‘Format for DCF Analysisfor Financial Evaluation of the Price Bid’ is given at Enclosure – 1 of Section – 10 ofRFP Document.310208112 (Madh NLW Jan ‘09) 4 - 5Signature of Bidderwith Seal & Date


4.2 PRE-BID CONFERENCECMPDIThe Bidders, seeking any clarification, are required to submit the same inwriting to <strong>BCCL</strong> up to 30 days before the last date of submission of the Bid. <strong>BCCL</strong>may organise a Pre-Bid Conference with all the parties who purchased the BidDocument, wherein such clarifications shall be discussed and necessary clarificationswill be provided. For the purpose of participation in any pre-bid meeting, all biddersare directed to ensure that they have procured the Bid Document on payment ofrequisite fee or downloaded the Bid Document and have paid for it before attendingthis Pre-Bid Conference ( Also refer Cl. No. 6.1.4 of RFQ document).4.3 FINAL AWARD & NOTIFICATION4.3.1 LETTER OF AWARD/ LETTER OF ACCEPTANCE (LOA)Award shall be made by <strong>BCCL</strong> to a Preferred Bidder subsequent tocomprehensive evaluation of Qualification Requirement, Techno-commercial andPrice Bids received for the scope of work defined in the Bid Document, as elaboratedabove and after obtaining Environmental & other clearances by <strong>BCCL</strong>.Thereafter, <strong>BCCL</strong> shall enter into Contract with the Preferred Bidder within 30days after issue of LoA. In case the Preferred Bidder fails to enter into a Contract with<strong>BCCL</strong> due to any reasons whatsoever, within the stipulated time to be indicated by<strong>BCCL</strong>, then <strong>BCCL</strong> shall go for retendering.The Bidder, who finally enters into a Contract with <strong>BCCL</strong> for the subject workin the vicinity of existing Madhuband Washery of <strong>BCCL</strong> shall be designated as the‘Selected Bidder’.4.3.2 NOTIFICATION OF AWARD4.3.2.1 <strong>BCCL</strong> will notify the Preferred Bidder in writing by registered letter or by cableor fax to be confirmed in writing by registered letter, that its bid has been accepted.4.3.2.2 Upon issuance of written notification of award in terms of sub clause 4.4.2. ofthis Section, bid process shall be deemed to have concluded & Contract come intoforce between the Selected Bidder and <strong>BCCL</strong>.310208112 (Madh NLW Jan ‘09) 4 - 6Signature of Bidderwith Seal & Date


CMPDI4.4 SIGNING OF CONTRACT4.4.1 In case <strong>BCCL</strong> notifies the Preferred Bidder that its bid has been accepted,<strong>BCCL</strong> will send the Bidder the Contract Form, sample of which is provided in theBidding Documents, incorporating all terms and conditions for execution.4.4.2 Within 30 days of despatch by air-courier of the Contract Form the PreferredBidder shall sign & date the Contract and return it to <strong>BCCL</strong>. <strong>BCCL</strong> wouldcommunicate the Bidder about despatch of Contract Form by Fax.310208112 (Madh NLW Jan ‘09) 4 - 7Signature of Bidderwith Seal & Date


CMPDIQUALIFYING REQUIREMENTS310208112(Madh NLW Jan ’09)Signature of Bidderwith Seal & Date


CMPDI5. QUALIFYING REQUIREMENTSThe Bidders for <strong>Coal</strong> Washery under “Build- Operate-Maintain” (BOM)Concept should meet the Qualifying Requirements stipulated hereunder:5.1 TECHNICAL QUALIFICATION REQUIREMENTS (TQR)5.1.1 ‘SET UP’ QUALIFICATION REQUIREMENTShould have set up (during the last seven years ending 31.12.2008) <strong>Coal</strong>Washery/ Ore Beneficiation Plant at least of capacity 2.5 Mtpa.5.1.2 ‘OPERATING’ QUALIFICATION REQUIREMENTShould have minimum two (2) years experience of operating <strong>Coal</strong>Washery/ Ore Beneficiation Plant (during the last seven years ending 31.12.2008)at least of capacity 2.5 Mtpa.5.1.3 SOLE BIDDER ROUTEIn case, the Bidder meets both the requirements i.e. 5.1.1 & 5.1.2 above, hemay participate as a “Sole Bidder”.5.1.4 ASSOCIATE/ CONSORTIUM ROUTEIn case of Consortium/ Associate Route of participation, the maximum no. ofconsortium partners may go upto 04 (four) and the Lead Member (Bidder) must have51% stake. Collectively consortium partners must meet both the TQR i.e. towards‘set up’ as well as ‘operation’ of coal washery/ ore beneficiation plant. In this route,individual associate may or may not possess any of the TQR as well as FQR. Insuch a case, the Bidder:a) shall furnish a MoU with his Associate(s) / Consortium partner(s) (as performat given in the RFQ bid document) along with the RFQ Bid, andb) shall furnish a JDU (Joint Deed of Undertaking) prior to signing ofContract (provided the bidder has got LoA on the basis of bid evaluation) as per310208112 (Madh NLW Jan ’09) 5 - 1Signature of Bidderwith Seal & Date


CMPDIformat given in the RFP bid document wherein the Bidder and his associate(s), shallbe jointly and severally responsible for setting up of <strong>Coal</strong> Washery as well asperformance of the contract with regard to operation & maintenance as per the periodspecified hereafter.i) In case the Bidder (Lead Member) himself meets the TQR as stipulated at5.1.2 (towards operation) then at least one of its associates must meet the other TQRas stipulated at 5.1.1 (towards set up). In such case, any of the associate(s) otherthan the Lead Member (LM) may have the liberty to dissociate any time but after aminimum period of one year from the date of expiry of Guarantee Period of the <strong>Coal</strong>Washery. However, the Bidder (LM) having TQR of 5.1.2 shall have to continue forthe entire contract period.ii) In case the Bidder (Lead Member) himself meets the TQR stipulated at5.1.1 (toward set up) then at least one of its associate(s) must meet the other TQR asstipulated at 5.1.2 (towards operation). In such case, any of the associate(s) exceptone associate having TQR of 5.1.2 may have the liberty to dissociate any time butafter a minimum period of one year from the date of expiry of Guarantee Period of the<strong>Coal</strong> Washery. One associate having TQR of 5.1.2 shall have to continue for entireterm of the contract period alongwith the bidder.iii) In case, the Bidder (Lead Member) himself meets only the FQR stipulatedat 5.2, then the other associate(s) must collectively meet both the TQR (5.1.1 i.e.towards set up & 5.1.2 i.e. towards operation). In such case, any of the otherassociate(s) except one associate having TQR of 5.1.2 (towards operation) may havethe liberty to dissociate any time but after a minimum period of one year from thedate of expiry of Guarantee Period of coal washery. However, the Bidder (LM) havingFQR of 5.2 alongwith one of the associate(s) having experience of 5.1.2 (towardsoperation) shall have to continue for the entire contract period.5.1.5 SUBMISSION OF MOU & JDUBidders shall be required to submit Memorandum of Understanding (MoU)entered with the Associate(s) alongwith their Bid against RFQ (i.e. Envelope 1). The310208112 (Madh NLW Jan ’09) 5 - 2Signature of Bidderwith Seal & Date


CMPDIJoint Deed of Undertaking (JDU) shall be submitted on the date specified by <strong>BCCL</strong>prior to signing of the Contract.5.1.6 LEAD MEMBERLead Member (LM) shall mean the Bidder who has at least 51% stake andcontinue to perform the obligations towards the subject work for the entire contractperiod in case of Consortium/ Associate Route having maximum no. of consortiumpartners upto 4 (four). The Lead Member has to fulfil the Financial Requirement ofthe Bid. In case of Associate/ Consortium Route, Lead Member of Consortium will betermed as ‘Bidder’. The Lead Member may or may not have any TechnicalQualification Requirement (TQR) though the Lead Member has to fulfil the FinancialQualification Requirement (FQR) of the Bid. Lead member of Consortium/ Associatemust be identified through MoU and subsequently through JDU.5.2 FINANCIAL QUALIFICATION REQUIREMENTSFinancial Qualification Requirements (FQR) will be applicable for thoseBidders who will continue to perform the obligations towards the execution of thesubject work for the entire contract period such as Sole Bidder. However, in case ofConsortium/ Associate Route, Lead Member only will have to meet the FQR of theBid.5.2.1 TURNOVER & WORKING CAPITALa) TurnoverAverage annual sales turnover during last 3 (three) years, ending31.03.2008 should be at least INR 37.5 Crores (INR Thirty Seven Crores Fifty Lakhs)supported by furnishing audited Annual Reports & Accounts.b) Working CapitalEvidence of possessing adequate working capital for execution of thecontract should be of at least INR 25.0 (Twenty Five) Crores inclusive of access tolines of credit and availability of other financial resources to meet the requirement. Asolvency certificate from Bank shall also be submitted.310208112 (Madh NLW Jan ’09) 5 - 3Signature of Bidderwith Seal & Date


CMPDINote: 1. Bidders are required to submit ‘Financial Qualification RequirementsInformation’ for execution of the subject work as per the format at Attachment-2.2. Average Annual Sales Turnover shall be given a weightage of 5% per year(average annual rate of inflation to bring them at current price level) for INR. In caseof Foreign Exchange component such weightage shall be determined in terms of ratioof current Foreign Exchange rate of the convertible Foreign Currency (quoted by theBidder) to corresponding Foreign Exchange rate of the year for which financial datahas been furnished.3. Sub-contractor’s experience and resources will not be taken into accountin determining the Bidders’ compliance with qualifying criteria.5.3 DISQUALIFICATION OF THE BIDDEREven though the bidders meet the above Qualifying Criteria, they are subjectto be disqualified, if they have:a) Made misleading or false representations in the forms, statements andattachments submitted in the proof of the qualification requirements; and/orb) Record of poor performance such as abandoning the works, not properlycompleting the contract, inordinate delays in completion, litigation history, or financialfailures etc.5.4 RESPONSIBILITY OF HOLDING COMPANYIn case the Bidder being a Subsidiary company, submitting its Bid documenton the financial strength and/ or technical competence of its holding company, it hasto obtain and produce a Letter of Undertaking to the effect that in case of anyuntoward happenings towards the successful execution of the contract and/ or eventoccurring that are distinct and different from the stipulated terms & conditions of theBid Document and attributable to Bidder’s account, its holding company shall belegally bound both jointly and severally to this contract for discharging all thecontractual obligations on behalf of bidder (refer Cl. No. 6.1 (d) of Section – 6 of RFPDocument).310208112 (Madh NLW Jan ’09) 5 - 4Signature of Bidderwith Seal & Date


CMPDIINSTRUCTIONS TO BIDDERS310208112(Madh NLW Jan ’09)Signature of Bidderwith Seal & Date


CMPDI6. INSTRUCTIONS TO BIDDERS6.1 AVAILABILITY, PRICE AND DOWNLOADING OF BIDDOCUMENT6.1.1 AVAILABILITY OF BID DOCUMENTBid Document including terms and conditions of the subject work, shall beavailable on payment on any working day from 20.01.2009 to 10.02.2009 between10.00 hours to 17.00 hours, from the following place:Chief General Manager (WC & CP),Washeries Construction Division,Koyla Bhawan (Level-VI), P.O <strong>BCCL</strong>TOWNSHIP, DHANBAD- 8260056.1.2 PRICE OF BID DOCUMENTThe price of Bid Document shall be 1,00,000 (INR) for Indian Companies or3,000 USD or its equivalent amount in any single convertible Foreign Currency forcompanies abroad. This price is non-refundable. The amount shall be acceptableonly in the form of Account payee Demand Draft of any bank (Nationalized orscheduled) drawn in favour of “<strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Limited” payable at Dhanbad. Noother form of payment shall be acceptable.6.1.3 DOWNLOADING OF BID DOCUMENTComplete Bid Document can also be downloaded from the web site and offersubmitted on such downloaded Bid Documents shall be considered valid forparticipating in the bidding process.6.1.3.1 The company shall not be responsible for any delay/ difficulty/ inaccessibilityof the downloading facility for any reason whatsoever. The downloading facility shallbe available during the period of sale of Bid Document..310208112 (Madh NLW Jan ‘09) 6 - 1 Signature of Bidderwith Seal & Date


CMPDI6.1.3.2 The bidders will be required to submit an undertaking that they will acceptthe Bid Documents as available in the website. Offer shall be rejected (any timeduring entire bidding process), if any tampering in the Bid Document is found to bedone.6.1.3.3 In case of downloaded Bid Document, the bidder has to pay the requisitecost of Bid Document along with the above undertaking in a separate envelopemarked “Cost of Bid Document (If not submitted before Pre-Bid meeting) &Undertaking” in Part – I of Envelope 1. In case the Bid Document is downloadedfrom the website, the Cost of Bid Document will have to be paid in form of BankDemand Draft prior to Pre-Bid Meeting, if the Bidder intends to attend the Pre-BidMeeting.6.1.3.4 If in the downloaded documents, any discrepancy is found with the mastercopy available with the owner, the later shall prevail and will be binding on theBidders. No claim on this account will be entertained.6.1.4 PAYMENT CONDITION <strong>FOR</strong> THE COST OF BID DOCUMENT6.1.4.1 The prospective bidders will have to produce documentary proof/ evidencetowards the payment to <strong>BCCL</strong> for the cost of bid document prior to participation inthe Pre-Bid meeting.6.1.4.2 The date of the payment instrument towards the cost of bid document mustnot be beyond the schedule period of sale/ availability of such document in allconditions.6.1.4.3 The above criteria are valid even in case where such Bid Document isdownloaded from the website..310208112 (Madh NLW Jan ‘09) 6 - 2 Signature of Bidderwith Seal & Date


6.2 SUBMISSION OF OFFERS AGAINST BID DOCUMENTCMPDIThe Bidders shall submit their Offers/ Bids, in one original and six duplicatecopies, organised in the manner specified in Clause 4.1 of this RFQ Document alongwith the covering letter as per the format provided in Exhibit – 1. All the envelopesshould be sealed separately and the total lot should be packed in a separate coverduly sealed.Each envelope & the cover should be inscribed as given hereafter.Proposal for setting up of <strong>Coal</strong> Washery on BOM basis in the vicinity ofexisting Madhuband Washery of <strong>BCCL</strong>Bid Notice No. ………….. dated ……………………..Name & Address of the Bidder: ________________________________________________________________________________________The Bidder has the option of sending his Proposal for Qualification byToChief General Manager (WC & CP),Washeries Construction Division,Koyla Bhawan (Level-VI),P.O <strong>BCCL</strong> TOWNSHIP,DHANBAD- 826 005The Bidder has the option of sending his Bid by registered post/ Speed Post/Courier or submitting the Offer in person, so as to reach the designated address bythe time and date specified in the Bid Document. Any other mode of submission ofBid, such as FAX, e-mail etc. is not acceptable. <strong>BCCL</strong> shall not be responsible forany delay in receipt of the Bid. Any Bid received after the deadline for submission ofthe Bid, shall not be opened.The Part-1 of Envelope-1 of the offer shall also contain documentaryevidence/ proof of payment to <strong>BCCL</strong> towards cost of Bid Document in all conditions..310208112 (Madh NLW Jan ‘09) 6 - 3 Signature of Bidderwith Seal & Date


6.3 OPENING OF BIDSCMPDIThe Bids would be opened as per the date and time specified in Clause 6.6of the RFQ part of Bid Document, at the specified address. Each Bidder may send arepresentative to be present during opening of the Bids. Details regarding BidSecurity and other details as per format enclosed as Exhibit - 1 shall be read out atthe time of Bid opening.6.4 INSTRUCTIONS TO BIDDERSThe following may please be noted:6.4.1 GENERAL INSTRUCTIONSi) Each page of the Bid should be initialled by the Authorised Signatory ofthe Bidder in indelible ink.ii) The Bids for Qualification that are incomplete in any respect or notconsistent with the requirements shall be considered as non-responsive andmay be liable for rejection.Also non-submission of the Joint Deed of Undertaking (JDU) in case ofAssociate/ Consortium Route on the date specified by <strong>BCCL</strong> (prior to signingof Contract) will be considered as non-responsive and their Bid may be liablefor rejection.iii) Strict adherence to formats, wherever specified, is required. Nonadherenceto formats may be a ground for declaring the Bid non-responsive& liable for rejection.iv) All communication and information/ documentation should be provided inwriting and in the English language only.v) All communication and information provided should be legible, andwherever the information is given in figures, the same should also bementioned in words. In case of discrepancy between values expressed in.310208112 (Madh NLW Jan ‘09) 6 - 4 Signature of Bidderwith Seal & Date


CMPDIfigures and words, values indicated in words shall supersede the valuesindicated in figures.vi) No change or supplementary information to a Bid shall be accepted afterits submission. However, <strong>BCCL</strong> reserves the right to seek additionalinformation/ documents/ clarifications from the Bidder, if found necessary,during the course of evaluation of the Bid. Non-submission, incompletesubmission or delayed submission of such additional information orclarifications sought by <strong>BCCL</strong>, may be a ground for rejecting the Bid.vii) In case of Associate/ Consortium Route, one of the Associate/Consortium partner shall be designated as Lead Member. Lead Member willcontinue to perform obligations towards the subject work for the entirecontract period. Lead Member will be duly identified in MoU and JDU.Financial Qualification Requirement of Lead Member will be taken intoconsideration in case of Associate/ Consortium Route. However, otherAssociate/ Consortium partners shall also be responsible jointly & severallyfor their respective part of obligations as determined in MoU andsubsequently in JDU.viii) If any claim made or information provided by the Bidder in the Proposalfor Qualification or any information provided by the Bidder in response to anysubsequent query of <strong>BCCL</strong>, is found to be incorrect or is a materialmisrepresentation of facts, then the Proposal may be liable for rejection.ix) The Lead Member/ Bidder should designate one person (“AuthorisedSignatory” of the Bidder) to represent the Bidder in its dealings with <strong>BCCL</strong>.This authorisation shall be evidenced by submitting with the bid, a Power ofAttorney signed by legally authorised signatory of Sole Bidder or LeadMember in case of Associate/ Consortium. This designated person shall beauthorised to perform all tasks including, but not limited to, providinginformation, responding to enquiries, entering into contractual commitmentsetc. on behalf of the Bidder. In this respect, the Bidder shall, no later than thesubmission of their respective bid, submit a notarised and legalised Power of.310208112 (Madh NLW Jan ‘09) 6 - 5 Signature of Bidderwith Seal & Date


CMPDIAttorney (as per Exhibit – 2), initially valid for at least 12 months with aprovision of subsequent extension thereof.x) In case of Associate/ Consortium Route, “Proposal for Qualification” shallbe signed by all the Consortium partners, through their respective legallyauthorised signatories, at all the places as per the requirement.xi) The Bidder (i.e. Lead Member) in Associate/ Consortium Route shall berequired to give requisite Memorandum of Understanding as per the formatgiven at Exhibit - 3.xii) The Bidder has to keep <strong>BCCL</strong> informed at all times, during the biddingprocess, about any litigation involving the Bidder/ Associate or Consortiumpartners. <strong>BCCL</strong> has the right to disqualify any Bidder, if such litigation, in<strong>BCCL</strong>’s opinion may adversely affect the ability of the Bidder to meet itsobligations towards <strong>BCCL</strong> within the purview of this Bid process.xiii) <strong>BCCL</strong> also reserves the right to change any or all of the provisions of thisBid Document. Such a change would be intimated to all the parties procuringthe Bid Document. Parties who have downloaded the Bid Document will beresponsible to regularly update themselves through web site regarding anychanges done in the Bid Document and <strong>BCCL</strong> will in no way be responsibleto them to intimate the changes until the requisite fee of the Bid Document isdeposited to <strong>BCCL</strong>.xiv) <strong>BCCL</strong> reserves the right to change, modify, add to or alter the biddingprocess at any stage under intimation to all the Bidders.xv) Legal Jurisdiction : Matter relating to any dispute or difference arisingout of the current Bid process and subsequent Contract entered shall besubject to the jurisdiction of Dhanbad Court only.6.4.2 INSTRUCTION <strong>FOR</strong> QUALIFICATION & INTEGRITY PACTi) Bidders must meet the Qualifying Requirements as specified in Section5 of this RFQ Document. The information / list of documents to be provided.310208112 (Madh NLW Jan ‘09) 6 - 6 Signature of Bidderwith Seal & Date


CMPDIfor meeting the Qualifying Requirements should be as per the format inExhibit - 4.ii) Any Associate of a Bidder shall not be a partner of another Bidderbidding for the subject work. Further, any Bidder bidding on its own for thesubject <strong>Coal</strong> Washery shall not associate with other Bidder(s) bidding forthe same.iii) Integrity Pact : The Integrity Pact is to be signed by the Bidder and to befurnished in Part–3 of Envelope 1 of their offer. The format of the same isgiven at Section 7 of this RFQ Document.6.5 DEPOSITS TO BE PAID BY THE BIDDER & ITS ASSOCIATE(s)6.5.1 BID SECURITYThe Bid Security shall be furnished in a separate sealed envelope along withthe Bid for Qualification (Part 1 of Envelope 1) by the Bidder. In case of Associate/Consortium Route, Lead Member has to submit for the entire value of Bid Security.Any Bid not accompanied by a Bid Security in a separate sealed envelope shall berejected by <strong>BCCL</strong> as being non-responsive and returned to the Bidder without beingopened further.The Bid Security for an amount of 5.0 (Five) Million (INR) for 5.0 Mtpa plantshall be submitted in the form of Banker’s/ Cashier’s Cheque or irrevocable Letter ofCredit or a Bank Guarantee from any of the Banks listed in the Annexure – 1 of thisRFQ Document. The Bank Guarantee shall be in accordance with the formatprovided in Exhibit - 5. The format for irrevocable Letter of Credit and Sight Draft arealso enclosed at Exhibit – 6 & Exhibit – 7 respectively. The Bid Security shallremain valid for a period of 30 (thirty) days beyond the original Bid Validity Period(i.e. 18 months from the date of opening of Bid against RFQ Document) and shallalso be kept valid for 30 days beyond any extension of Bid Validity, if subsequentlyrequested by <strong>BCCL</strong> and agreed by the Bidder. However, this Bid Security shall bevalid till the signing of the Contract..310208112 (Madh NLW Jan ‘09) 6 - 7 Signature of Bidderwith Seal & Date


CMPDIa) Return of Bid Security : The Bid-Security furnished by the Bidders shall bereturned to the Bidders in the following events within 30 days of occurrence of suchevents:i) the Bidders are declared disqualified after evaluation of Bid forQualificationii) to other Bidders except Lowest Bidder (after finalisation of the LowestBidder)b) Forfeiture of Bid Security : The Bid Security may be forfeited under thefollowing circumstances, if the Bidder:i) withdraws his Bid at any time during the stipulated period of Bid validity(or as may be extended) and/ orii)fails to furnish JDU on the date specified by <strong>BCCL</strong> and / oriii) fails or refuses to accept the Letter of Award/ Acceptance (LoA) within 30(thirty) days of issue of the same and/ oriv) fails or refuses to furnish the Development Guarantee within thestipulated time (viz. within 30 days from the issue of Letter of Award/Acceptance/ date specified for the signing of the Contract) and/ orv) fails to enter into relevant contract with <strong>BCCL</strong> within 30 (thirty) days fromthe issue of Letter of Award/ Acceptance and/ orvi) any of the representations of the Bidder are found to be misleading ormaterial misrepresentation of facts.Format of Notification by <strong>BCCL</strong> to the Bidder for forfeiture of Bid Securitysubmitted in the form of irrevocable Letter of Credit is enclosed as Exhibit - 8.c) Maintainability of Bid Security : The Bid Security of the Preferred Biddershall be maintained till the submission of the Development Guarantee and itsacceptance by <strong>BCCL</strong> and thereafter it will be returned to the Bidder..310208112 (Madh NLW Jan ‘09) 6 - 8 Signature of Bidderwith Seal & Date


CMPDI6.5.2 FINANCIAL SECURITYFinancial Security is given hereafter in concise form, however, it is describedin detail at Clause no. 4 (A).2 of Section 4(A) “General Terms and Conditions ofContract” of RFP part of Bid Document. This Financial Security will be in the form ofBank Guarantee.6.5.2.1 DEVELOPMENT GUARANTEE (DG)The Preferred Bidder on issue of LoA shall be required to furnish aDevelopment Guarantee in INR for a sum equivalent to 10% of value towards setup cost of 5.0 Mtpa plant (as indicated in LoA issued by <strong>BCCL</strong>) at a date beforesigning of the Contract. This Development Guarantee shall be valid till one year afterexpiry of Guarantee Period of one year of the Washery.This Guarantee shall be borne by the bidder in case of Sole Bidder or to beshared by the Bidder and its Associate(s) (1)/ (2)/ (3)* in proportion to their respectivestakes in case of Associate/ Consortium Route.6.5.2.2 CONTRACT PER<strong>FOR</strong>MANCE GUARANTEE (CPG)The above mentioned Development Guarantee will be returned afterobtaining “Contract Performance Guarantee” of value equivalent to 10% of annualwashing charges. This Guarantee shall be borne by the bidder in case of Sole Bidderor to be shared by the Bidder and its Associate(s) (1)/ (2)/ (3)* in proportion to theirrespective stakes in case of Associate/ Consortium Route. The scope, extent andterms have been given in the RFP Document. The CPG will be operational for thebalance contract period towards operation & maintenance of the plant. In case,liability of any Associate is going to mature prior to term of Contract (i.e. any time butafter one year of expiry of guarantee period of the <strong>Coal</strong> Washery), then his share ofGuarantee shall require to be substituted by the Bidder and remaining Associate(s)(1)/ (2)/ (3)*, if any. After relinquishment of any of the Associates, the revised shareof CPG for the Bidder and the remaining Associates (1)/ (2)/ (3)*, if any, shall be inproportion to their revised stakes in the Consortium for the balance contract period.In this case, CPG for entire amount has to be submitted by the Bidder and remaining.310208112 (Madh NLW Jan ‘09) 6 - 9 Signature of Bidderwith Seal & Date


CMPDIAssociates (1)/ (2)/ (3)*, if any, who is/ are going to undertake responsibility ofoperation & maintenance of the plant till the balance term of contract period. ThisCPG will be in the form of Bank Guarantee, valid for one year and essentiallyrequired to be substituted annually every year on the basis of revised washingcharges till the completion of contract period towards operation & maintenance(commercial operation). CPG will be returned at the end of the Contract Period.6.6 TIME TABLE AND MILESTONESSl.No.MilestoneSchedule ( date & place)1 Bid Document made available to the Bidder.2 Last Date for Issue of the Bid Document3 Pre Bid Meeting4 Last Date for Receipt of Bid5 Tentative date & place for opening of Bid for Qualification6 Tentative date & place for opening of Technical & Commercialparts of Bid for Proposal (Part-1, Part 2 & Part-3 as contained inAs per Bid Notice No.WCD/ 241 dated06.01.2009To be intimated latter onby <strong>BCCL</strong>Envelope-2)7 Tentative date for submission of JDU To be intimated latter onby <strong>BCCL</strong>8 Tentative date & place for opening of Price Bid (as contained inEnvelope-3)To be intimated latter onby <strong>BCCL</strong>Note: The above dates & places are indicative only. <strong>BCCL</strong> reserves the right tochange the schedule without giving any reason to bidders.6.7 VALIDITY OF TERMS OF THE BIDBid validity shall be 18 (eighteen) months (including Environmentalclearances) from the date of opening of the Bid against Request for Qualification(RFQ) document. Non-adherence to this requirement will be a ground for declaringthe Bid as non-responsive. In exceptional circumstances, <strong>BCCL</strong> may solicit theBidder’s consent for extension of the period of validity. The Bidder shall agree toreasonably consider such a request and extend the validity accordingly in writing.However, the Bidders accepting <strong>BCCL</strong>’s request for validity extension shall not bepermitted to modify its Bid..310208112 (Madh NLW Jan ‘09) 6 - 10 Signature of Bidderwith Seal & Date


6.8 TIME SCHEDULE <strong>FOR</strong> BID EVALUATIONCMPDIFor timely completion of evaluation of offers and upto signing of contractwithin 18 months from the date of opening of bid against RFQ, the different activitieswith time schedule are given hereafter:SL.No.Activity1 Evaluation of Bid against RFQ2 Evaluation of Bid against RFP (ExcludingPrice Bid)3 Evaluation of Price Bid & Identification ofLowest / Preferred Bidder4 Obtaining Environmental Clearancesa) Preparation of Terms of Reference(ToR)b) Preparation of EIA (EnvironmentalImpact Assessment) Report (consideringdata generation for EIA during BidProcess Management) on the basis oftechnology of the Lowest/ PreferredBidderc) Environmental approval/ clearanceTimeRequiredTime Span(from the date ofOpening of Bid againstRFQ)5 months 5 months12 months 17 months5 Obtaining other clearances (during the time span of Activity 4)6 Issue of LoA & Signing of Contract 1 month 18 months6.9 CLARIFICATIONSIf required, Bidders may request for a clarification on any discrepancy orotherwise on the Bid Document upto 30 days before the last date of submission ofthe Bid. Such requests should be sent in writing to <strong>BCCL</strong> at the address as givenhereafter.Office :Chief General Manager (WC & CP),Washeries Construction Division,Koyla Bhawan (Level-VI),P.O <strong>BCCL</strong> TOWNSHIP,DHANBAD- 826005FAX – (+91 - 326) 2230161, 2230165.310208112 (Madh NLW Jan ‘09) 6 - 11 Signature of Bidderwith Seal & Date


CMPDI<strong>BCCL</strong> shall respond to such requests and will send copies of the response toall Bidders to whom the Bid Document has been issued. Parties who havedownloaded the Bid Document will be responsible to regularly update themselvesthrough web site regarding any changes done in the Bid Document and <strong>BCCL</strong> will inno way be responsible to them to intimate the changes until the requisite fee of theBid Document is deposited to <strong>BCCL</strong>.6.10 ORGANISATION OF BIDThe Bid to be submitted by the Bidder along with the covering letter shall beorganised in the manner specified at Clause no. 4.1 of this RFQ Document.Note : Associate (1), Associate (2) & Associate (3) refer to three different Associate/Consortium partners in case of Associate/ Consortium Route.* strike out which ever is not applicable.310208112 (Madh NLW Jan ‘09) 6 - 12 Signature of Bidderwith Seal & Date


CMPDIINTEGRITY PACT310208112(Madh NLW Jan ’09)Signature of Bidderwith Seal & Date


CMPDI7. INTEGRITY PACTFormat for Integrity Pact(To be furnished by the Bidder duly signed in Part-3 of Envelope 1)Integrity PactBetween<strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Limited (<strong>BCCL</strong>) hereinafter referred to as “The Owner”and------------------------------------- hereinafter referred to as “The Bidder/ Contractor”7.1 PREAMBLEThe Owner intends to award, under laid down organizational procedures,contracts for ----------------------(name of the washery), on Build-Operate-Maintainbasis. The Owner values full compliance with all relevant laws and regulation, andthe principles of economic use of resources, and of fairness and transparency in itsrelations with its Bidder(s) and Contractor(s).In order to achieve these goals, the Owner cooperates with the internationalNon Governmental Organisation “Transparency International” (TI). Following TI’snational and international experience, the Owner will appoint an external independentMonitor who will monitor the tender process and the execution of the contract forcompliance with the principles mentioned above.7.2 COMMITMENTS OF THE OWNER1) The Owner commits itself to take all measures necessary to prevent corruptionand to observe the following principles:i) No employee of the Owner, personally or through family members or any otherperson acting on his/ her behalf, will in connection with the Bid for, or theexecution of a contract, demand, take a promise for or accept, for him/ herself310208112 (Madh NLW Jan ‘09) 7 - 1 Signature of Bidderwith Seal & Date


ii)iii)CMPDIor third person, any material or immaterial benefit which he/ she is not legallyentitled to.The Owner will, during the Bid process, treat all Bidders with equity andreason. The Owner will in particular, before and during the Bid process,provide to all Bidders the same information and will not provide to any Bidderconfidential/ additional information through which the Bidder could obtain anadvantage in relation to the Bid process or the contract execution.The Owner will exclude from the process all known prejudiced persons.2) If the Owner obtains information on the conduct of any of its employees which isa criminal offence under the relevant Anti-Corruption Laws of India, or if there be asubstantive suspicion in this regard, the Owner will inform its Chief Vigilance Officeand in addition can initiate disciplinary actions.7.3 COMMITMENTS OF THE BIDDER/ CONTRACTOR1) The Bidder/ Contractor commits itself to take all measures necessary toprevent corruption. He/ she commits himself/ herself to observe the followingprinciples during his/ her participation in the Bid process and during the contractexecution.i) The Bidder/ Contractor will not, directly or through any other persons or firm,offer, promise or give to any of the Owner’s employees involved in the Bidprocess or the execution of the contract or to any third person any material orimmaterial benefit which he/ she is not legally entitled to, in order to obtain inexchange any advantage of any kind whatsoever during the Bid process orduring the execution of the contract.ii) The Bidder/ Contractor will not enter with other Bidders into any agreement orunderstanding, whether formal or informal. This applies in particular to prices,specifications, certifications, subsidiary contracts, submission or nonsubmissionof bids or any other actions to restrict competitiveness or tointroduce cartelisation in the bidding process.310208112 (Madh NLW Jan ‘09) 7 - 2 Signature of Bidderwith Seal & Date


CMPDIiii) The Bidder/ Contractor will not commit any offence under the relevant AnticorruptionLaws of India; further the Bidder/ Contractor will not use improperly,for purposes of competition or personal gain, or pass on to others, anyinformation or document provided by the Owner as part of the businessrelationship regarding plans, technical proposals and business detailsincluding information contained or transmitted electronically.iv) The Bidder/ Contractor will, when presenting his/ her bid, disclose any and allpayments he/ she has made, is committed to or intends to make to agents,brokers or any other intermediaries in connection with the award of thecontract.v) The Bidder/ Contractor will not instigate third persons to commit offencesoutlined above or be an accessory to such offences.7.4 DISQUALIFICATION FROM BID PROCESS AND EXCLUSION FROMFUTURE CONTRACTSIf the Bidder, before contract award has committed a transgression through aviolation of Cl.No.7.3 of this section or in any other form such as to put his/ herreliability or credibility as Bidder into question, the Owner is entitled to disqualify theBidder from the Bid process or to terminate the contract, if already signed, for suchreason.i) If the Bidder/ Contractor has committed a transgression through a violation ofCl.No.7.3 of this section such as to put his/ her reliability or credibility intoquestion, the Owner is entitled also to exclude the Bidder/ Contractor fromfuture contract award processes. The imposition and duration of exclusion willbe determined by the severity of transgression. The severity will bedetermined by the facts and circumstances of the case, in particular thenumber of transgressions, the position of the transgressors within thecompany hierarchy of the Bidder and the amount of the damage. Theexclusion will be imposed for a minimum of 6 months and maximum of 3years.310208112 (Madh NLW Jan ‘09) 7 - 3 Signature of Bidderwith Seal & Date


ii)iii)iv)CMPDIThe Bidder accepts and undertakes to respect and uphold the Owner’sabsolute right to resort to and impose such exclusion and further accepts andundertakes not to challenge or question such exclusion on any ground,including the lack of any hearing before the decision to resort to suchexclusion is taken. This undertaking is given freely and after obtainingindependent legal advice.If the Bidder/ Contractor can prove that he/ she has restored/ recouped thedamage caused by him/ her and has installed a suitable corruption preventionsystem, the Owner may revoke the exclusion prematurely.A transgression is considered to have occurred if in light of available evidenceno reasonable doubt is possible.7.5 COMPENSATION <strong>FOR</strong> DAMAGESi) If the Owner has disqualified the Bidder from the Bid process prior to the awardaccording to Cl.No.7.4 of this section, the Owner is entitled to demand andrecover from the Bidder the amount equivalent to Earnest Money Deposit/ BidSecurity.ii) If the Owner has terminated the contract according to Cl.No.7.4 of this section,or if the Owner is entitled to terminate the contract according to Cl.No.7.4 of thissection, the Owner shall be entitled to demand and recover from the Contractorliquidated damages equivalent to Financial Security (i.e. DevelopmentGuarantee during set up or Contract Performance Guarantee during operation).III) The bidder agrees and undertakes to pay the said amounts without protest ordemur subject only to condition that if the Bidder/ Contractor can prove andestablish that the exclusion of the Bidder from the Bid process or thetermination of the contract after the contract award has caused no damage orless damage than the amount of the liquidated damages, the Bidder/ Contractorshall compensate the Owner only to the extent of the damage in the amountproved.310208112 (Madh NLW Jan ‘09) 7 - 4 Signature of Bidderwith Seal & Date


7.6 PREVIOUS TRANSGRESSIONCMPDIi) The Bidder declares that no previous transgression occurred in the last 3 yearswith any other company in any country conforming to the TI approach or withany other Public Sector enterprise in India that could justify his/ her exclusionfrom the Bid process.ii) If the Bidder makes incorrect statement on this subject, he/ she can bedisqualified from the Bid process or the contract, if already awarded, can beterminated for such reason.7.7 EQUAL TREATMENT OF ALL BIDDERS / CONTRACTORS/ SUB-CONTRACTORSi) The Bidder/ Contractor undertakes to demand from all sub-contractors acommitment in conformity with this integrity pact, and to submit it to the Ownerbefore contract signing.ii) The Owner will enter into agreement with identical conditions as this one with allBidders, Contractors and sub-contractors.iii) The Owner will disqualify from the Bid process all bidders who do not sign thispact or violate its provisions.7.8 CRIMINAL CHARGES AGAINST VIOLATING BIDDERS/ CONTRACTORS/SUB-CONTRACTORSIf the Owner obtains knowledge of conduct of a Bidder, Contractor or subcontractor,or of an employee or a representative or an associate of a Bidder,Contractor or sub-contractor, which constitutes corruption, or if the Owner hassubstantive suspicion in this regard, the Owner will inform its Chief Vigilance Office.310208112 (Madh NLW Jan ‘09) 7 - 5 Signature of Bidderwith Seal & Date


CMPDI7.9 EXTERNAL INDEPENDENT MONITOR / MONITORS (THREE IN NUMBERDEPENDING ON THE SIZE OF THE CONTRACT) (TO BE DECIDED BY THECHAIRPERSON OF THE OWNER)i) The Owner will appoint competent and credible external independent Monitorfor this Pact. The task of the Monitor is to review independently and objectively,whether and to what extent the parties comply with the obligation under thisagreement.ii) The Monitor is not subject to instruction by the representatives of the partiesand performs his/ her function neutrally and independently. He/ she reports tothe chairperson of the Board of the Owner.iii) The Contractor accepts that the Monitor has the right to access withoutrestriction to all Project documentation of the Owner including that provided bythe Contractor. The contractor will also grant the Monitor, upon his request anddemonstration of a valid interest, unrestricted and unconditional access to his/her project documentation. The same is applicable to sub-contractors. TheMonitor is under contractual obligation to treat the information and documents ofthe Bidder/ Contractor/ sub-contractor with confidentiality.iv) The Owner will provide to the Monitor sufficient information about all meetingsamong the parties related to the Project provided such meetings could have animpact on the contractual relations between the Owner and the Contractor. Theparties offer to the Monitor the option to participate in such meetings.v) As soon as the Monitor notices or believes to notice, a violation of thisagreement, he/ she will so inform the Management of the Owner and requestthe Management to discontinue or heal the violation, or to take other suitablerelevant action. The Monitor can in this regard submit non-bindingrecommendations. Beyond this, the Monitor has no right to demand from theparties that they act in a specific manner, refrain from action or tolerate action.vi) The Monitor will submit a written report to the Chairperson of the Board of theOwner within 8 to 10 weeks from the date of reference or intimation to him/ herby the ‘Owner’ and should the occasion arise, submit proposals for correctingproblematic situation.310208112 (Madh NLW Jan ‘09) 7 - 6 Signature of Bidderwith Seal & Date


CMPDIvii) Monitor shall be entitled to compensation on the same terms as being extendedto/ provided to independent directors/ Chairman as prevailing with Owner.viii) If the monitor has reported to the Chairperson of the Board a substantiatedsuspicion of an offence under relevant Anti-corruption Laws of India, and theChairperson has not, within reasonable time, taken visible action to proceedagainst such offence or reported it to the Chief Vigilance Office, the Monitormay also transmit this information directly to the Central VigilanceCommissioner, Government of India.ix) The word ‘Monitor’ would include both singular and plural.7.10 PACT DURATIONThis pact begins when both parties have legally signed it (for all the bidders,Integrity Pact will be signed by the Owner within seven days after opening of the Bidand for the Selected Bidder, Integrity Pact will be part of the Contract) . It expires forthe Contractor 12 months after the last payment under the respective contract, andfor all other Bidders 6 months after contract has been awarded.If any claim is made/ lodged during this time, the same shall be binding andcontinue to be valid despite the lapse of this pact as specified above, unless it isdischarged/ determined by Chairperson of the Owner.7.11 OTHER PROVISIONSi) This agreement is subject to Indian Law. Place of performance and jurisdictionis the Registered Office of the Owner, i.e. Dhanbad.ii) Changes and supplements as well as termination notices need to be made inwriting. Side agreements have not been made.iii) If the Contractor is a partnership or a consortium, this agreement must besigned by all partners or consortium members.310208112 (Madh NLW Jan ‘09) 7 - 7 Signature of Bidderwith Seal & Date


iv)CMPDIShould one or several provisions of this agreement turn out to be invalid, theremainder of this agreement remains valid. In this case, the parties will striveto come to an agreement to their original intentions.----------------------------- ----------------------------For the OwnerFor the Bidder/ ContractorPlace…….Date:…….. Witness1.Witness2.310208112 (Madh NLW Jan ‘09) 7 - 8 Signature of Bidderwith Seal & Date


CMPDIEXHIBITS/ ATTACHMENTS/ ANNEXURE310208112(Madh NLW Jan ’09)Signature of Bidderwith Seal & Date


CMPDIE0XHIBIT 1: <strong>FOR</strong>MAT OF THE COVERING LETTER(The format for covering letter to be submitted by the Sole Bidder or LeadMember of the Associate/ Consortium Route)Chief General Manager (WC &CP),Washeries Construction Division,Koyla Bhawan (Level-VI),P.O <strong>BCCL</strong> TOWNSHIP,DHANBAD- 826005Date:Place:Dear Sir,BID <strong>FOR</strong>SETTING UP OF A 5.0 MTPA <strong>COAL</strong> <strong>WASHERY</strong><strong>FOR</strong> NLW <strong>COAL</strong> AT <strong>MADHUBAND</strong>, <strong>BCCL</strong>, ON BOMCONCEPTBID NOTICE NO.……… DATED ………………………Please find enclosed one (1) original & Six (6) copies of our Bid in respect ofsetting up as well as Operation & Maintenance of <strong>Coal</strong> Washery in the vicinity ofexisting Madhuband Washery of <strong>BCCL</strong> in response to the Bid Document issued by<strong>BCCL</strong> on ______ (date) or downloaded from the web site on ………. (date)organised in the following manner:Envelope 1 : Bid against RFQ part of Bid Document in three parts dulysealed separately.Part-1 : Bid Security or both (a) & (b) are sealedseparately (in case of downloaded Bid Document)a) Bid Securityb) Cost of Bid Document & undertaking (in case ofdownloaded Bid Document)Part-2 : Bid for Qualification against RFQ DocumentPart-3 : Integrity Pact310208112 (Madh NLW Jan ‘09) E - 1Signature of Bidderwith Seal and Date


CMPDIEnvelope 2 : Bid against RFP part of Bid Document in three parts dulysealed separately, viz.Part 1 : Technical BidPart 2 : Commercial BidPart 3 : Acceptance of provision of ‘Sample ContractForm’Envelope 3 : Price Bid (duly sealed separately) against RFP part of BidDocumentWe hereby confirm the following:1. The Bid is being submitted by ___________________________ (name of theBidding Company) as *Sole Bidder/ Lead Member of Associate or Consortium forsetting up <strong>Coal</strong> Washery in the vicinity of existing Madhuband Washery of <strong>BCCL</strong>,in accordance with the conditions stipulated in the Bid Document.2. We have examined in detail and have understood and abide by all the terms &conditions stipulated in the Bid Document issued by <strong>BCCL</strong> and in any subsequentcommunication sent by <strong>BCCL</strong>. Our Bid is consistent with all the requirements ofsubmission as stated in the Bid Document or in any of the subsequentcommunications from <strong>BCCL</strong>.3. (Applicable in case Bidder i.e. LM is associating with other party/ parties)We have associated with (1) M/s ……………………(set up/ operation/ none*)(2) M/s ……………………(set up/ operation/ none*) & (3) M/s …………………(setup/ operation/ none*) * (name of the Consortium partners). Technical experience& Financial details are placed at Attachment – 1 & 2 respectively.Our Proposal for Qualification includes Memorandum of Understanding (MoU),consistent with the format (Exhibit – 3) as specified in the RFQ part of the BidDocument, with all the associates / consortium partners.4. (Applicable only in case of Associate/ Consortium Route)We have mutually agreed that M/s………. shall act as Lead Member and willcontinue till contract period.310208112 (Madh NLW Jan ‘09) E - 2Signature of Bidderwith Seal and Date


CMPDI5. We have enclosed the Bid Security of 5.0 (Five) Million (INR) for 5.0 Mtpa plant inthe form of Banker’s/ Cashier’s Cheque or irrevocable Letter of Credit or a BankGuarantee in line with the provision of Clause 6.5.1 in a separate sealed envelope.6. The information submitted in our Bid is complete, is strictly as per therequirements as stipulated in the Bid Document and is correct to the best of ourknowledge and understanding. We would be solely responsible for any errors oromissions in our Bid.7. We hereby comply with all the legal requirements and meet all the QualifyingRequirements laid down in the RFQ document.8. We as the *Bidder/ Lead Member of the Associate (Consortium), designate Mr/Mrs/ Ms _________________ (mention name, designation, contact address,phone no., FAX No., etc.), as our representative who is authorised to perform alltasks including, but not limited to providing information, responding to enquiries,entering into contractual commitments etc. on behalf of the Bidder, in respect ofthe subject work on ‘BOM’ basis. The Power of Attorney duly executed in Non-Judicial Stamp Paper is enclosed as Exhibit - 2.For and on behalf ofSignature: ……………………………………………………………(Name of the Bidder/ Lead Member of Associate orConsortium): ……………………………….(Authorised Signatory)Name of the Signatory :Designation :*Strike out whichever is not applicable310208112 (Madh NLW Jan ‘09) E - 3Signature of Bidderwith Seal and Date


CMPDIEXHIBIT 2 : <strong>FOR</strong>MAT OF POWER OF ATTORNEY(Format for the Notarised Power of Attorney forAuthorised Signatory dealing the Bid on behalf of the Bidder)(To be executed on Non-Judicial Stamp Paper of appropriate value)Power of AttorneySUB :Setting up of a 5.0 Mtpa <strong>Coal</strong> Washery for NLW coalat Madhuband, <strong>BCCL</strong>, on BOM conceptRef :Bid Notice No…………… dated ………………By this Power of Attorney executed at ……… on ……. this ……. day of …….. 20…., I……………………………….. aged about ……….. years, son of Shri …………… residingpresently at ………………….. on behalf of M/s ………………………… (Name & address ofthe Bidder) do hereby nominate, constitute and appoint Mr./ Mrs. …………………… son of…………………… resident of ………………. (hereinafter referred to as “the Attorney”)whose specimen signature is attested below as our Attorney to act for me/ on our behalf,and for and in the name of the firm to execute and perform all or any of the following acts,deeds, matters and things, namely:1. To act as Attorney on my behalf/ on behalf of the Bidder and to look after the affairspertaining to the Bid Notice No…………. dated …………... issued by <strong>BCCL</strong>.2. To do all acts, deeds and things as may be necessary on my behalf/on behalf of theBidder in connection with the above Bid.I/ We hereby ratify and confirm and agree to ratify and confirm all and whatsoever acts ordeeds my/ our said Attorney shall do and purport to do by virtue of these presents.IN WITNESS WHEREOF, I being the …………………. of the said firm have hereunto setand subscribed our respective hands on this …….. day of ………….. 20…...……………………………………………...Specimen signature of the said AttorneyAttested…………………………………………Signature of the executantSigned and delivered byWithin named ……………at ……………In Presence of :1.2. …………………..Signature(Authorised Signature of Bidder/ Lead member)310208112 (Madh NLW Jan ‘09) E - 4Signature of Bidderwith Seal and Date


CMPDIEXHIBIT 3: <strong>FOR</strong>MAT OF MEMORANDUM OF UNDERSTANDINGWITH ASSOCIATE(s)(Format for the MoU between the Bidder i.e. Lead Member & its Associate(s)and to be submitted along with the Bid by the Bidder)(To be executed on Non-Judicial Stamp Paper of appropriate value)Memorandum of UnderstandingSUB :Setting up of a 5 Mtpa <strong>Coal</strong> Washery for NLW coal atMadhuband, <strong>BCCL</strong>, on BOM conceptRef :Bid Notice No…………… dated …………………………..We, M/s ….………………………………………………….. (Name & Address of theBidder i.e. Lead Member) and (1) M/s ……………… (2) M/s…………………& (3)M/s……………….* (Names and addresses of the Associate/ Consortium partners)have formed a Consortium for the subject work and hereby undertake :1.0 to be held jointly and severally responsible for the subject <strong>Coal</strong> washery as wellas performance of the Contract with regard to set up and Operation & Maintenanceas per the period of association specified at para 5.0 of this MoU. (1) M/s……………. (2) M/s……………. & (3) M/s…………….* (name of Associate/Consortium partners) have the liberty to dissociate themselves after a time period asmentioned at para 5.0 of this MoU. The periods of association/ dissociation are inaccordance with Cl.No.5.1.4(b)/ )/ i, ii & iii of RFQ document.2.0 that M/s ………………………….. (Bidder/ Associate or Consortium partners)*have the experience of setting up of *<strong>Coal</strong> Washery/ Ore Beneficiation Plant as perCl. No. 5.1.1 whose details are given hereafter.Details of Setting up of the *<strong>Coal</strong> Washery/ Ore Beneficiation PlantName of Bidder/ Associate *(Consortium) partners : ………………………………….Sl.No.123Type ofPlantThroughputCapacity(Mtpa)Date ofCommissioningPeriod ofSuccessfulOperation (As on31.12.2008)Remarks(The Bidder as well as each Associate/ Consortium partner with experience of ‘setup’ shall furnish their details separately).310208112 (Madh NLW Jan ‘09) E - 5Signature of Bidderwith Seal and Date


CMPDI3.0 that I, M/s ………………………….. (Bidder / Associate or Consortium partners)*have the experience of operation of *<strong>Coal</strong> Washery/ Ore Beneficiation Plant as perCl. no. 5.1.2 whose details are given hereafter.Details of Operation of the *<strong>Coal</strong> Washery/Ore Beneficiation PlantName of Bidder/ Associate *(Consortium) partners : M/s …………………………….Sl.No.1234Type ofPlantThroughputCapacity(Mtpa)Date ofCommissioningPeriod ofSuccessfulOperation(As on 31.12.2008)Remarks(The Bidder as well as each Associate/ Consortium partner with experience of‘operation’ shall furnish their details separately).4.0 that M/s ……………………………… shall be the Lead Member for thisAssociate/Consortium.5.0 that M/s ……………………. (name of the Bidder i.e. Lead Member) hasassociated with (1) M/s …………….(2) M/s…………….& (3) M/s……………. *(nameof the Associate or Consortium partners) for the subject work as per their role ,tenure & % stake in association given hereafter:Sl.Name of Bidder (LM) & Associate/Role of Bidder/ Associate/Tenure of% stake inNo.Consortium partnersConsortium partnersAssociation**Association(Set up/ Operation/FinancialQualification(FQ)/ None )M/s……….. (Bidder/ LM)M/s……….. (Associate 1)M/s……….. (Associate 2)M/s……….. (Associate 3)Set up/ Operation* & FQSet up/ Operation/ None*Set up/ Operation/ None*Set up/ Operation/ None*Entire Contract Period……………………………………………………………………………………………………………6.0 that M/s …………………. (Bidder i.e. Lead Member) have formed consortiumwith (1) M/s ……………. …………(2) M/s……………. & (3) M/s………………………*(names of Associate/ Consortium partners) having collective experience towards ‘setup’ & ‘operation’ of <strong>Coal</strong> Washery/ Ore Beneficiation Plant* as per para 2.0 & 3.0.We hereby undertake that this MoU followed by JDU as per the provision of the Bid310208112 (Madh NLW Jan ‘09) E - 6Signature of Bidderwith Seal and Date


CMPDIDocument shall remain valid for the term of association as specified at para 5.0 ofthis MoU.7.0 that M/s ………………………….. (Bidder i.e. Lead Member) shall furnish the JointDeed of Undertaking (JDU) duly executed between the Bidder and the Associate(s)as per the format given in the RFP Document by the date specified by <strong>BCCL</strong>.8.0 that this MoU shall be valid till a valid JDU is submitted.9.0 that the above MoU shall be governed by substantive and procedural laws inIndia.For and on behalf of: ……………………(the Lead Member of Associate/ Consortium)Signature: ……………………(the Authorised Signatory)Name of the Signatory :Designation :Company’s Stamp/ Seal :For and on behalf of : (1) ……………….. (2) ……………….. (3) ………………..*(the Associate)Signature: (1) ……………….. (2) ……………….. (3) ………………..*(the Authorised Signatory)Name of the Signatory : (1) ……………….. (2) ……………….. (3) ………………..*Designation: (1) ……………….. (2) ……………….. (3) ………………..*Company’s Stamp/ Seal :Witness (1) : Witness (2) :Signature : ……………… Signature : ………………Name : ……………… Name : ………………Official address : ……………… Official address : ………………Date :Place :* Strike out which is not applicable.310208112 (Madh NLW Jan ‘09) E - 7Signature of Bidderwith Seal and Date


CMPDI** Association/ Consortium formed for execution of this subject work will beeffective from the date of signing of the Contract. However, so far as its tenure aftercommercial operation is concerned, it will be as follows:Bidder or Lead Member : Entire Contract periodAssociate with experience of set up/ : Two yearsNoneOrMore than two years but less than10 years (no. of years to bespecified)OrEntire Contract periodAssociate with experience of operation : As per Cl.No. 5.1.4(b)/ i, ii & iii ofRFQ document310208112 (Madh NLW Jan ‘09) E - 8Signature of Bidderwith Seal and Date


CMPDIEXHIBIT 4: <strong>FOR</strong>MAT <strong>FOR</strong> SUBMISSION OF IN<strong>FOR</strong>MATION OFBID <strong>FOR</strong> QUALIFICATION <strong>FOR</strong> SETTING UP OF A5.0 MTPA <strong>COAL</strong> <strong>WASHERY</strong> <strong>FOR</strong> NLW <strong>COAL</strong> AT<strong>MADHUBAND</strong>, <strong>BCCL</strong>, ON BOM CONCEPT[<strong>BCCL</strong> reserves the right to assess the capability of the Bidders (includingAssociates, if any) and may seek to verify the authenticity of various claims/certificates/ documents submitted by the Bidder]This has reference to the Bid for Qualification being submitted by………………………… (name of the Bidder or Lead Member in case of Associate/Consortium), in respect of execution of the subject work in the vicinity of existingMadhuband Washery of <strong>BCCL</strong> in response to the Bid Document vide Bid NoticeNo…………… issued by <strong>BCCL</strong> on ……………….We hereby confirm the following:1. We, ………………………… (name of the Bidder or Lead Member in case ofAssociate/ Consortium*), have examined in detail and have understood andsatisfied ourselves regarding the contents in respect of the following:• The Bid Document issued by <strong>BCCL</strong> or downloaded from the website;• All subsequent communications between <strong>BCCL</strong> and the Bidder,represented by ………………………… (name of Authorised Signatory);and2. We seek for qualification as stipulated in Section 5 of the RFQ document forexecution of subject work in the vicinity of existing Madhuband Washery of<strong>BCCL</strong> and accordingly wish to submit the required details vide Attachment -1(for Technical Qualification Requirement) & Attachment - 2 (for FinancialQualification Requirement) for the Bidder & Associates (separateAttachments for Bidder and each of the Associate/ Consortium partners, ifany) for your perusal.Date: For and on behalf of : …………………………………(Name of the Sole Bidder or Lead Member of Associate/Place:Consortium*)Signature: ……………………………………………(Authorised Signatory of the Sole Bidder or Lead Member ofAssociate/ Consortium*)Name of the Signatory :Designation :* Strike out which is not applicable.310208112 (Madh NLW Jan ‘09) E - 9Signature of Bidderwith Seal and Date


ATTACHMENT – 1CMPDIFormat for submission of Technical Information of the Sole Bidder or LeadMember in case of Associate/ Consortium Route for execution of the subjectwork in the vicinity of existing Madhuband Washery of <strong>BCCL</strong> on BOM Concept(In case of Sole Bidder, both the parts 1 & 2 of the format given below have to befilled and submitted by the Sole Bidder. In case of Associate/ Consortium Route, theBidder as well as each of the Consortium partners has to fill the respective formats ofset up & operation as per the qualification capability)In support of the Technical Qualification Requirement of the Bid, we furnish thefollowing information:(1) Details of Experience of ‘Setting up’ of <strong>Coal</strong> Washery/ OreBeneficiation Plant *:Name of Bidder/ Associate (Consortium) partners* : M/s …………………………….Sl.ParametersNo.a. Name of the <strong>Coal</strong> Washery/ Ore Beneficiation Plant * setup by the Bidder/ Associateb. Complete address of the plantc. Ref. No. & Date of Award of Workd. Scope of work of the Bidder/ AssociateDETAILSe. Whether the scope of work for the reference plantincludedi. Planning, Design & Engineering Yes / Noii. Procurement Yes / Noiii. Construction & Erection Yes / Noiv. Commissioning Yes / Nof. Plant capacity (in Mtpa)g. Date of Commencement of Workh. Date of Commissioning of the planti. Date of completion of workj. Make, type and capacity of major equipment. (Please enclosebrief write-up about the process & make, type and capacity ofmajor equipments)k. Certificates/ documentary evidence enclosed in support of“a” to “j” aboveYES/ NO310208112 (Madh NLW Jan ‘09) E - 10Signature of Bidderwith Seal and Date


CMPDI(2) Detail of Operating Experience of <strong>Coal</strong> Washery/ Ore Beneficiation Plant *:Name of Bidder/ Associate (Consortium) partners * : M/s …………………………….Sl.ParametersNo.a. Name of the <strong>Coal</strong> Washery/ Ore Beneficiation Plant *operated by the Bidder/ Associateb. Complete address of the plantc. Ref. No. & Date of Award of Workd. Date of commissioning of the plante. Date of Commencement of the plant operationf. Plant capacity (in Mtpa)g. Scope of work of the Bidder/ Associateh. Total plant operating hours during the two years indicatedby themYear – 1 (………….)Hrs.Year – 2 (………….)i. Number of manpower employed for operation of the planti. Executivesii.iii.SupervisorsWorkmanHrs.j. Quantity of Raw <strong>Coal</strong>/ Ore (Mtpa) handled by the plantduring the two years indicated by them.Year – 1 (………….)Qty.Year – 2 (………….)k. Make, type and capacity of major equipmentQty.(Please enclose brief write-up about the process & make,type and capacity of major equipment)l. No. of years of successful operation of the plant as on31.12.2008.m. Whether the plant is operational as on 31.12.2008 (if noplease state the reason)n. Certificates/ documentary evidence enclosed in support of“a” to “m” aboveDETAILSYES/ NOYES/ NO* Strike out whichever is not applicable310208112 (Madh NLW Jan ‘09) E - 11Signature of Bidderwith Seal and Date


ATTACHMENT – 2CMPDIFormat for submission of Financial Information of the Sole Bidder or LeadMember in case of Associate/ Consortium Route with regard to M/s……………… for execution of the subject work in the vicinity of existingMadhuband Washery of <strong>BCCL</strong> on BOM Concept who will continue till thecompletion of Contract Period.This has reference to the financial information as on ……………. (date) regardingthe Bid for Qualification being submitted by M/s …………… (name of the SoleBidder or Lead Member in case of Associate/ Consortium Route) in response tothe RFQ part of the Bid. Though finance for setting up of coal washery shall bemade available by <strong>BCCL</strong>, even then the following details are submitted forassessment as per Cl. No. 5.2 of RFQ Document.The details are given hereafter.Sl.No.123(1) Year-wise annual sales turnover:FinancialYearApplicableExchangeRateAnnual sales turnoverduring last 3 (three) years(ending 31 st March 2008) inINR and/or any convertibleForeign Currency.Profit & Loss(Documentary evidencesuch as yearly auditedBalance Sheets, Profit& Loss a/c and annualreports)(2) Evidence of possessing adequate working capital for execution of thecontract and solvency certificate from BankName of the Bank/ Financial Institution issuingComfort Letter for financing of Working CapitalLoan for the subject work and solvencycertificate1. ……………(for Working Capital)2. ……………… (Solvency Certificate)Ref. of Letter of concernedBank/ Financial InstitutionWe, M/s …………………….. *(Sole Bidder/ Lead Member of Associate orConsortium Route) enclose herewith the details as mentioned in the above tables310208112 (Madh NLW Jan ‘09) E - 12Signature of Bidderwith Seal and Date


CMPDIand agreeing in principle to meet our financial obligations for the subject work onBOM basis.For and on behalf of: ……………………..………*(Sole Bidder/ Lead Member of theAssociate or Consortium Route)Signature: ……………………(Authorised Signatory)Name of the Signatory :Designation :Company’s Stamp/ Seal :* Strike out whichever is not applicable310208112 (Madh NLW Jan ‘09) E - 13Signature of Bidderwith Seal and Date


CMPDIEXHIBIT 5:<strong>FOR</strong>MAT OF BANK GUARANTEE <strong>FOR</strong> BID SECURITY(To be stamped in accordance with Stamp Act, if any, of the country of issuing Bank)Bank Guarantee No. __________Date ____________To,<strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Ltd.Koyla BhawanP.O: <strong>BCCL</strong> TOWNSHIPDHANBAD-826005Dear Sir,In consideration of the <strong>BCCL</strong> having its Registered Office at Koyla Bhawan,Dhanbad-826005, in the state of Jharkhand, (hereinafter called “the Company”which expression shall unless excluded by or repugnant to the subject or context bedeemed to include its successors-in-interest and assigns) having agreed to acceptfrom M/s ………………………… (herein called the “Bidder”) who intends toparticipate in the bid in accordance with the provisions contained in the invitation ofthe bids called by the company for setting up of a 5.0 Mtpa coal washery for NLWcoal at Madhuband, <strong>BCCL</strong> on BOM concept in the vicinity of existing Madhubandwashery of <strong>BCCL</strong>, an irrevocable Bank Guarantee of sum of Rs. ………… towardsBid Security from a Nationalised/ Scheduled Bank (Indian/ Foreign) for due fulfilmentof the terms & conditions of the invitation of Bids being Bid Notice No. …………..Dated ..………….., We ……….. (Bank) (hereinafter referred to as the “Bank”) havingits office* ………………….. do hereby undertake to pay to the company an amountnot exceeding INR 5.0 (Five) Million on demand by the company for the reason ofany breach by the Bidder of any of the terms and conditions contained in the saidBid. The decision of the company as to whether any such breach having beencommitted by the Bid shall be final and binding on us.2) We, the said Bank do hereby undertake to pay an amount due and payable underthis guarantee without any demur merely on a demand from the company stating thatthe amount claimed is due from the Bidder by reason of breach by the said Bidder ofany of the terms and conditions contained in the said Bid or for the reason of theBidder failing to keep the Bid valid. Any such demand made on the Bank shall beconclusive. As regard the amount due and payable by the Bank under thisGuarantee shall be restricted to an amount not exceeding INR 5.0 (Five) Million.3) We, the said Bank further agree that the Guarantee herein contained shall comeinto force from the date hereof and shall remain in full force and effect till a demandor claim under this Guarantee is made on us in writing on or before the** …………….We shall discharge from all liability under this Guarantee thereafter.4) We, the said Bank further agree that if any further extension of the validity periodof this guarantee is required, the same shall be extended by us in accordance withthe requirement of the company (not exceeding one year at a stretch).310208112 (Madh NLW Jan ‘09) E - 14Signature of Bidderwith Seal and Date


CMPDI5) We, the said Bank lastly undertake not to revoke this Guarantee during itscurrency except with the previous consent of the company in writing and agree thatany change in the constitution of the said Bidder or the Bank shall not discharge ourliability hereunder.In Witness whereof the Bank, through its authorized officer, has set its hand andstamp on this day of …….. (date) at ……………. (Place).Signature of the authorized personFor and on behalf of the BankUnder jurisdiction of ………………………….. Court only.NOTE :The Stamp Paper of appropriate value shall be in the Name of the Bank issuing theguarantees.Strike out whichever is not applicable.* Complete mailing address of the Head Office of the Bank to be given.** The Bid Security shall remain valid for a period of 30 (thirty) days beyond theoriginal Bid validity period and any further extension of Bid validity.310208112 (Madh NLW Jan ‘09) E - 15Signature of Bidderwith Seal and Date


CMPDIEXHIBIT 6 : <strong>FOR</strong>MAT OF LETTER OF CREDIT <strong>FOR</strong> BID SECURITYISSUING BANK NAME & ADDRESS:IRREVOCABLE STANDBY CREDIT NUMBER & DATE:Beneficiary : <strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Ltd.Koyla BhawanP.O: <strong>BCCL</strong> TOWNSHIPDHANBAD-826 005Gentlemen:By the order of:……………………………………………………………………………….. …………..…………..………………………….. …………..…………..(Name & Address of the Sole Bidder/ Lead Member of the Associate or ConsortiumRoute)1. We hereby issue in favour of the Beneficiary our irrevocable credit for theaccount of ……………………………… (hereinafter called the Bidder) for anamount or amounts not to exceed in the aggregate 5.0 (Five) Million (INR) for5.0 Mtpa coal washery for NLW coal at Madhuband, <strong>BCCL</strong> on BOM concept inthe vicinity of existing Madhuband washery of <strong>BCCL</strong>, available by your draftsat sight and will be effective from ……………………….. (Date of Bid Openingagainst RFQ Document) until its expiry date as specified below:2. Your sight draft(s) in the format attached must mention our credit number as itappears above, and be accompanied by the Notification by the <strong>BCCL</strong> to theBidder in the format attached and be presented to our counters…………………….. (Name and Address of the counters) before expiration ofthis credit.310208112 (Madh NLW Jan ‘09) E - 16Signature of Bidderwith Seal and Date


CMPDI3. Our counters ………………. (Name and Address of the counters) on verificationof the documents mentioned in para 2 above shall send the amount to……………… (Name of the Bank, Branch address), for credit of amount toAccount Number: ………. (of <strong>BCCL</strong>).4. This credit shall remain in force upto and including ……………………… (date)and shall be extended from time to time for such period as may be desired by………………………… (Name of Bidder) on whose behalf this letter of credithas been issued.5. We are informed that this instrument is being issued in accordance with BidNotice No. ………….. dated ………….. for execution of the subject work in thevicinity of existing Madhuband Washery of <strong>BCCL</strong> on BOM concept.6. This credit is subject to the Uniform Customs and Practices for DocumentaryCredits (1993 Revision), International Chamber of Commerce, PublicationNumber 500.7. This is operative instrument and no confirmation will be sent. We herebyengage with drawers and/ or bonafide holders that sight draft drawn andnegotiated in conformity with the terms of this credit will be duly honoured onpresentation.8. Any advising and/ or confirmation charges and/or negotiating charges of theissuing bank for realisation of proceeds of this Letter of Credit shall be to theaccount of the Bidder.Very truly yours,Issuing BankSignature(s) of Authorised Signatory(Name of the Authorised Signatory)(*) Strike out whichever is not applicable.310208112 (Madh NLW Jan ‘09) E - 17Signature of Bidderwith Seal and Date


CMPDIEXHIBIT 7 : <strong>FOR</strong>MAT OF SIGHT DRAFTDrawn under L.C. No. …………………………………………. dated ………………of ………………………………………………… (Name of the Bank that opened L.C)at sight, promptly pay to ……………………………………… (Name of the Bank atwhich L/C is negotiable) or order sum of ………………………... (amount of L/C) forvalue received for payment to <strong>BCCL</strong>.For <strong>BCCL</strong>To,(AUTHORISED SIGNATORY)(Name and address of theBank which opened LC)Note : In case the bidder finds any inconvenience while filling in the prescribedformat, it is suggested to make minimum necessary changes according to theirsuitability without impairing the essence thereof.310208112 (Madh NLW Jan ‘09) E - 18Signature of Bidderwith Seal and Date


CMPDIEXHIBIT 8: <strong>FOR</strong>MAT OF NOTIFICATION BY <strong>BCCL</strong> TO THE BIDDER<strong>FOR</strong> <strong>FOR</strong>FEITURE OF BID SECURITY SUBMITTED INTHE <strong>FOR</strong>M OF IRREVOCABLE LETTER OF CREDITM/s …………………………………………… (Name & Address of Bidder)Ref:Sub:Your proposal No. ……………………..Forfeiture of Bid Security amountDear Sirs,Whereas you have furnished as a part of your proposal the Bid Security / Guaranteein the form of irrevocable and confirmed Letter of Credit No. ……………dated…………………..of ……………….. (amount in INR) of ……….…… (Bank’sname) payable to <strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Limited on demand without any reservation,demur or protest, contest and recourse at …………………………………………(Name & place of the Bank)In terms of the aforesaid Bid Security, we do hereby forfeit the subject amount.For <strong>BCCL</strong>(Signature of Authorised Signatory)Name ………………..Designation …………………N.B.The Letter of Credit should not stipulate any other proforma of notification differentfrom this format. No change whatsoever in the said proforma is acceptable to the<strong>BCCL</strong>.310208112 (Madh NLW Jan ‘09) E - 19Signature of Bidderwith Seal and Date


CMPDIAnnexure – 1Annexure –1 (Page 1 of 3)LIST OF BANKS WHOSE BANK GUARANTEES WOULD BE ACCEPTABLE <strong>FOR</strong>BID SECURITY, DEVELOPMENT GUARANTEE & CONTRACT PER<strong>FOR</strong>MANCEGUARANTEE ETC.A. SBI AND ASSOCIATES1. State Bank of India2. State Bank of Bikaner and Jaipur3. State Bank of Hyderabad4. State Bank of Indore5. State Bank of Mysore6. State Bank of Patiala7. State Bank of Saurashtra8. State Bank of TravancoreB. NATIONALISED BANKS1. Allahabad Bank2. Andhra Bank3. Bank of India4. Bank of Maharashtra5. Canara Bank6. Central Bank of India7. Corporation Bank8. Dena Bank9. Indian Bank10. Indian Overseas Bank11. Oriental Bank of Commerce12. Punjab National Bank13. Punjab & Sind Bank14. Syndicate Bank15. Union Bank of India16. United Bank of India17. UCO Bank18. Vijaya Bank19. Bank of BarodaC. SCHEDULED PRIVATE BANKS (INDIAN BANKS)1. Bank of Rajasthan2. <strong>Bharat</strong> Overseas Bank Ltd.3. Catholic Syrian Bank4. City Union Bank5. Dhanalakshmi Bank310208112 (Madh NLW Jan ‘09) E - 20Signature of Bidderwith Seal and Date


6. Federal Bank Ltd.7. Jammu & Kashmir Bank Ltd.8. Karantaka Bank Ltd.9. Karur Vysya Bank Ltd.10. Lakshmi Vilas Bank Ltd.11. Lord Krishna Bank Ltd.12. Nainital Bank Ltd.13. Kotak Mohindra Bank14. Ratnakar Bank Ltd.15. Sangli Bank Ltd.16. South Indian Bank Ltd.17. Tamilnad Mercantile Bank Ltd.18. United Western Bank Ltd.19. ING Vysya Bank Ltd.20. UTI Bank Ltd.21. S.B.I. Commercial & International Bank Ltd.22. Ganesh Bank of Kurundwad Ltd.23. Indusind Bank Ltd.24. ICICI Bank25. HDFC Bank Ltd.26. Centurion Bank Ltd.27. Bank of Punjab Ltd.28. Development Credit Bank Ltd.CMPDIAnnexure –1 (Page 2 of 3)D. SCHEDULED PRIVATE BANKS (<strong>FOR</strong>EIGN BANKS)1. Abu Dhabi Commercial Bank Ltd.2. ABN Amro Bank Ltd3. American Express Bank Ltd.4. Bank of America NA5. Bank of Bahrain & Kuwait6. Mashreq Bank7. Bank of Nova Scotia8. Bank of Tokyo Mitsubishi Ltd.9. Calyon Bank10. BNP Paribas11. Barchlys Bank12. Citi Bank13. Deutsche Bank14. The Hongkong and Shanghai Banking Corpn. Ltd.15. Oman International Bank16. UFJ Bank Ltd.17. Societe Generale18. Sonali Bank19. Standard Chartered Bank20. J.P. Morgan Chase Bank21. State Bank of Mauritius22. Development Bank of Singapore310208112 (Madh NLW Jan ‘09) E - 21Signature of Bidderwith Seal and Date


23. Bank of Ceylon24. Bank International Indonesia25. Arab Bangladesh Bank26. Cho Hung Bank27. China Trust Bank28. Mizuho Corporate Bank Ltd.29. Krung Thai Bank30. Sunitomo Mitsui Banking Corpn.31. Bank Muscat (SAOG)32. Antwerp Diamond Bank N.V. Belgium33. ING Bank NV.CMPDIAnnexure –1 (Page3 of 3)310208112 (Madh NLW Jan ‘09) E - 22Signature of Bidderwith Seal and Date


International Competitive BiddingREQUEST <strong>FOR</strong> PROPOSAL (RFP)<strong>FOR</strong><strong>MADHUBAND</strong> <strong>COAL</strong> <strong>WASHERY</strong> ,<strong>BCCL</strong><strong>FOR</strong> NLW <strong>COAL</strong>(5.0 Mtpa)ON“BUILD- OPERATE-MAINTAIN” BASIS(ON <strong>BCCL</strong> FUNDING)JANUARY - 2009


International Competitive BiddingREQUEST <strong>FOR</strong> PROPOSAL (RFP)<strong>FOR</strong><strong>MADHUBAND</strong> <strong>COAL</strong> <strong>WASHERY</strong> ,<strong>BCCL</strong><strong>FOR</strong> NLW <strong>COAL</strong>(5.0 Mtpa)ON“BUILD- OPERATE-MAINTAIN” BASIS(ON <strong>BCCL</strong> FUNDING)JANUARY– 2009BHARAT COKING <strong>COAL</strong> LIMITED(A Subsidiary of <strong>Coal</strong> India Limited)Koyla Bhawan , Dhanbad – 826005Jharkhand (INDIA)


CONTENTSRequest for ProposalCMPDISECTION Clause No. PARTICULARS PAGE NO.PROCEDURE <strong>FOR</strong> SUBMISSION OF BID i to vii1 PROJECT OUTLINE 1 – 1 to 1 - 211.1 Introduction 1-11.2 Salient Features of the BOM Scheme 1-21.3 Supports by <strong>BCCL</strong> and Scope of Work &1-10Responsibility of BOMO1.4 Raw <strong>Coal</strong> Quality Specifications (as received 1-10basis)1.5 Raw <strong>Coal</strong> Weighing, Sampling and Analysis 1-10Procedures1.6 Raw <strong>Coal</strong> Inventory 1-121.7 Clean / Washed <strong>Coal</strong> and Middlings Quality1-12& Quantity1.8 Quality Monitoring & Control 1-151.9 Reject Weighment and Disposal 1-161.10 Environment Management Plan 1-171.11 Fire Fighting Arrangement 1-171.12 Contract Period 1-171.13 Life of the <strong>Coal</strong> Washery 1-181.14 Desired Information 1-181.15 Broad Parameters 1-182 GENERAL IN<strong>FOR</strong>MATION 2 – 1 to 2 - 32.1 Location 2-12.2 Communication 2-12.3 Topography 2-12.4 Drainage 2-12.5 Climate, Rainfall and Seismic Character2-2(Site Specific)2.6 Mineable Reserves and Linkage of Raw2-2<strong>Coal</strong>2.7 Raw <strong>Coal</strong> Receipt & Storage 2-32.8 Despatch of Washed <strong>Coal</strong> & Middlings by2-3<strong>BCCL</strong> to its Consumer(s) & DesignatedLoading Points2.9 Site Plan 2-33 RAW <strong>COAL</strong> CHARACTERISTICS 3 – 1 to 3 – 223.1 General 3-13.2 Quality of <strong>Coal</strong> 3-1310208112 (Madh NLW Jan ‘09) ISignature of Bidderwith Seal & Date


CMPDISECTION Clause No. PARTICULARS PAGE NO.3.3 Collection of Sample 3-23.4 Testing Procedure 3-23.5 Laboratory Test Results 3-34 CONDITIONS OF CONTRACT4 (A) GENERAL TERMS & CONDITIONS OF 4 (A) – 1 to 4 (A) – 44CONTRACT4(A).1 Contract Documents 4(A)-14(A).2 Financial Security 4(A)-34(A).3 Assignment and Subletting of Contract 4(A)-54(A).4 Patent Rights and Royalties 4(A)-64(A).5 Time - The Essence of Contract 4(A)-64(A).6 Changed Quantity 4(A)-74(A).7 Packing, Forwarding and Shipment 4(A)-74(A).8 Insurance 4(A)-84(A).9 Liability for Accidents and Damages 4(A)-114(A).10 Governing Laws & Rules 4(A)-114(A).11 Liquidated Damages for Delay in Completion 4(A)-11of Setting up of the Washery4(A).12 BOM Operator’s Default 4(A)-124(A).13 Force Majeure & its Remedy 4(A)- 134(A).14 Delays by Owner or his Authorised Agent 4(A)-154(A).15 Extension of Date of Completion of Setting 4(A)-15up of the Washery4(A).16 Termination, Suspension, Cancellation &4(A)-17Fore-closure of Contract4(A).17 No Waiver of Rights 4(A)-224(A).18 Certificate not to Affect Right of Owner and 4(A)-23Liability of BOM Operator4(A).19 Grafts and Commissions etc. 4(A)-234(A).20 Language and Measures 4(A)-234(A).21 Release of Information 4(A)-244(A).22 Contract towards Set Up of the Washery 4(A)-244(A).23 Completion of Contract 4(A)-254(A).24 Enforcement of Terms 4(A)-254(A).25 Engineer’s Decision 4(A)-254(A).26 Co-operation with other Contractors and4(A)-26Consulting Engineers4(A).27 Training of Owner’s Personnel 4(A)-264(A).28 Power to Vary or Omit Work 4(A)-264(A).29 Guarantee 4(A)-284(A).30 Replacement of Defective Parts and4(A)-29Materials4(A).31 Defence of Suits 4(A)-29310208112 (Madh NLW Jan ‘09) IISignature of Bidderwith Seal & Date


310208112 (Madh NLW Jan ‘09) IIISignature of Bidderwith Seal & DateCMPDISECTION Clause No. PARTICULARS PAGE NO.4(A).32 Limitations of Liabilities 4(A)-304(A).33 Marginal Notes 4(A)-304(A).34 Progress Reports and Photographs during 4(A)-30Setting up of the Plant4(A).35 Long Term Availability of Spares Even4(A)-31Beyond Expiry of Contract Period4(A).36 Payment to Operator for Setting up of the4(A)-32Washery4(A).37 Settlement of Disputes 4(A)-394(A).38 Spares 4(A)-394(A).39 Safety of Employees 4(A)-404(A).40 Execution of Works 4(A)-404(A).41 Minimum Wage 4(A)-404(A).42 Consignee 4(A)-404(A).43 Cost of Bidding 4(A)-404(A).44 Site Visit 4(A)-414(A).45 Amendment of Bidding Documents 4(A)-414(A).46 Currencies of Bid & Payment 4(A)-424(A).47 Employment of Local Labour 4(A)-424(A).48 Sub-Contractor/ Sub-Vendor 4(A)-424(A).49 Purchase Preference to Public Enterprises 4(A)-424(A).50 Deviations 4(A)-424(A).51 Assistance in Procurement of Materials 4(A)-434(A).52 Ownership of related Design, Drawings etc. 4(A)-434(A).53 Environmental and other Statutory &4(A)-43Regulatory Clearances4 (B) General Technical Conditions for Setting 4(B)-1 to 4(B)-17up of the Washery4(B).1 General 4(B)-14(B).2 Limit of Contract 4(B)-14(B).3 Equipment Performance Guarantee 4(B)-14(B).4 Engineering Data 4(B)-24(B).5 Drawing 4(B)-24(B).6 Instruction Manuals 4(B)-44(B).7 Fill of Consumable, Oils and Lubricants 4(B)-54(B).8 Manufacturing Schedule 4(B)-54(B).9 Reference Standards 4(B)-54(B).10 Design Improvement 4(B)-64(B).11 Quality Assurance 4(B)-64(B).12 Engineer’s Supervision 4(B)-84(B).13 Inspection, Testing and Inspection Certificate 4(B)-94(B).14 Test 4(B)-104(B).15 Packing 4(B)-13


CMPDISECTION Clause No. PARTICULARS PAGE NO.4(B).16 Protection 4(B)-134(B).17 Preservative Shop Coating 4(B)-144(B).18 Protective Guards 4(B)-144(B).19 Design Co-ordination 4(B)-144(B).20 Design Co-ordination Meeting 4(B)-154(B).21 Tools and Tackles 4(B)-154(B).22 Noise Level 4(B)-154(B).23 Taking over by <strong>BCCL</strong> and Handing Over to 4(B)-15BOM Operator for Operation & Maintenance4(B).24 Indian Standards 4(B)-164(B).25 Welding 4(B)-164(B).26 Lubrication 4(B)-164(B).27 Equipment Bases 4(B)-164(B).28 Rating Plates, Name Plates and Labels 4(B)-164(B).29 Colour Code for Pipe Services 4(B)-174(B).30 Support/ Service by the Owner 4(B)-174 (C) Erection Conditions of Contract 4(C)-1 to 4(C)-264(C).1 General 4(C)-14(C).2 Owner’s Lien on Equipment 4(C)-14(C).3 Inspections, Testing and Inspection4(C)-1Certificates4(C).4 Access to Site and Works on Site 4(C)-24(C).5 BOM Operator’s Site Office Establishment 4(C)-24(C).6 Co-operation with other Contractors 4(C)-24(C).7 Discipline Of Workmen 4(C)-34(C).8 BOM Operator’s Field Operation 4(C)-34(C).9 Photographs and Progress Report 4(C)-44(C).10 Man-Power Report 4(C)-44(C).11 Protection Work 4(C)-44(C).12 Employment of Labour 4(C)-54(C).13 Facilities to be Provided by the Owner 4(C)-54(C).14 Facilities to be Provided by the BOM4(C)-6Operator4(C).15 Lines and Grades 4(C)-74(C).16 Fire Protection 4(C)-84(C).17 Security 4(C)-94(C).18 BOM Operator’s (BOMO’s) Area Limits 4(C)-94(C).19 BOM Operator’s Co-operation with the4(C)-9Owner4(C).20 Pre-Commissioning Trials and Initial4(C)-10Operations4(C).21 Materials Handling and Storage 4(C)-104(C).22 Construction Management 4(C)-12310208112 (Madh NLW Jan ‘09) IVSignature of Bidderwith Seal & Date


CMPDISECTION Clause No. PARTICULARS PAGE NO.4(C).23 Field Office Records 4(C)-124(C).24 BOM Operator’s Materials Brought on to Site 4(C)-134(C).25 Protection of Property and BOM Operator’s 4(C)-14Liability4(C).26 Painting 4(C)-144(C).27 Insurance 4(C)-144(C).28 Unfavourable Working Conditions 4(C)-164(C).29 Protection of Monuments and Reference4(C)-16Points4(C).30 Work and Safety Regulations 4(C)-164(C).31 Code Requirements 4(C)-214(C).32 Foundation Dressing and Grouting 4(C)-214(C).33 Shaft Alignments 4(C)-234(C).34 Doweling 4(C)-244(C).35 Check out of Control Systems/ Power4(C)-24Supply4(C).36 Commissioning Spares 4(C)-244(C).37 Cabling 4(C)-244(C).38 Mobilisation Advance 4(C)-254 (D) General Conditions for Operations & 4(D)-1 to 4(D)-13Maintenance4(D).1 General Conditions 4(D)-14(D).2 Penalty/ Bonus (Towards Quality & Yield) 4(D)-24(D).3 Commitment Charges (for Shortfall in4(D)-5Quantity) and Penalty due to Non-Adherence of Statutory & RegulatoryRequirement4(D).4 Payment Terms of Washing Charges 4(D)-94(D).5 Contract for Operation & Maintenance of the 4(D)-12Washery4(D).6 Other Terms & Conditions pertaining to4(D)-13Operation and Maintenance5 TECHNICAL5 (A) MECHANICAL ENGINEERING WORKS 5 (A) – 1 to 5 (A) – 375 (A).1 Scope of Work 5 (A)-15 (A).2 Belt Conveyors 5 (A)-25 (A).3 Pumps 5 (A)-125 (A).4 Chutes and Liners 5 (A)-145 (A).5 Launders/ Tanks/ Sumps 5 (A)-155 (A).6 Jigs 5 (A)-155 (A).7 Screens 5 (A)-165 (A).8 Feeders 5 (A)-17310208112 (Madh NLW Jan ‘09) VSignature of Bidderwith Seal & Date


CMPDISECTION Clause No. PARTICULARS PAGE NO.5 (A).9 Crusher 5 (A)-195 (A).10 Basket Centrifuge 5 (A)-225 (A).11 Thickener 5 (A)-225 (A).12 Belt Weighers 5 (A)-235 (A).13 Electric Hoist, Chain Pulley Block, Lifting5 (A)-23Beams & Mono Rails, Lift etc5 (A).14 Cyclones 5 (A)-245 (A).15 Heavy Media Bath 5 (A)-245 (A).16 Drum Separator 5 (A)-255 (A).17 Magnetic Separator 5 (A)-255 (A).18 Automatic Samplers 5 (A)-265 (A).19 Piping & Valves 5 (A)-265 (A).20 Thread Sealing 5 (A)-275 (A).21 High Frequency Screen 5 (A)-275 (A).22 Belt Filter Press 5 (A)-275 (A).23 Horizontal Travelling Vacuum Belt Filter 5 (A)-285 (A).24 Solid Bowl Centrifuge 5 (A)-295 (A).25 Screen Bowl Centrifuge 5 (A)-295 (A).26 Spiral Cocentrator 5 (A)-305 (A).27 Froth Flotation 5 (A)-315 (A).28 Air Compressor 5 (A)-325 (A).29 Painting 5 (A)-325 (A).30 Lubrication 5 (A)-335 (A).31 Fire Fighting System 5 (A)-335 (A).32 Make of Equipment (Mechanical Equipment) 5 (A)-335 (A).33 Installation & Erection 5 (A)-365 (A).34 Equipment Component Details 5 (A)-375(B) ELECTRICAL ENGINEERING WORKS 5 (B)-1 to 5(B)-945(B).1 Scope of Work 5(B)-15(B).2 Maximum Demand 5(B)-25(B).3 Boundary Limits of Scope of Work 5(B)-25(B).4 Selection of Equipment 5(B)-35(B).5 Power Supply Arrangement Inside the5(B)-3Proposed Plant5(B).6 Power Factor Improvement 5(B)-55(B).7 Power Points for Welding, Hand Lamps &5(B)-5Machine Tools for Maintenance at Site5(B).8 General Earthing & Earthing for Lightning5(B)-6Protection5(B).9 Communication 5(B)-75(B).10 Illumination 5(B)-7310208112 (Madh NLW Jan ‘09) VISignature of Bidderwith Seal & Date


CMPDISECTION Clause No. PARTICULARS PAGE NO.5(B).11 PLC Based Plant Sequence Control,5(B)-9Interlocking and Signalling System5(B).12 Instrumentation 5(B)-115(B).13 Cables 5(B)-125(B).14 Fire Protection 5(B)-125(B).15 Air Conditioning 5(B)-125(B).16 Testing & Safety Appliances 5(B)-135(B).17 Emergency Power Supply Arrangement 5(B)-135(B).18 Power Consumption 5(B)-135(B).19 Technical Specifications 5(B)-135(B).20 Design & Engineering 5(B)-895(B).21 Make of Equipment 5(B)-915(C) CIVIL ENGINEERING WORKS 5 (C)-1 to 5(C)-1215(C).1 Scope of Work 5(C)-15(C).2 Survey & Soil Investigation at Site 5(C)-35(C).3 Plant Structures & Buildings 5(C)-55(C).4 Service Building 5(C)-135(C).5 Development Works 5(C)-165(C).6 Roads & Culverts 5(C)-175(C).7 Water Supply Arrangement 5(C)-185(C).8 Architectural Requirement 5(C)-205(C).9 Other Works 5(C)-215(C).10 Design & Drawings 5(C)-215(C).11 Civil Engineering Work Specifications 5(C)-235(C).12 Additional Safety Measures to be Taken by 5(C)-109the BOM Operator5(C).13 List of IS Codes 5(C)-1145(D)PER<strong>FOR</strong>MANCE GUARANTEES OF 5 (D)-1 to 5(D)-16PLANT & EQUIPMENT5(D).1 Objective 5(D)-15(D).2 Performance Guarantee 5(D)-15(D).3 Tests Like Start-up Trial Operation &5(D)-9Performance Guarantee Tests (PGT)5(D).4 Liquidated Damage 5(D)-105(D).5 General Guarantee 5(D)-155(D).6 Power Consumption 5(D)-155(D).7 Water Consumption 5(D)-166 PRICE BID 6-1 to 6-206.1 Bid Price 6-16.2 General 6-36.3 Taxes, Statutory Levies & License 6-6310208112 (Madh NLW Jan ‘09) VIISignature of Bidderwith Seal & Date


CMPDISECTION Clause No. PARTICULARS PAGE NO.6.4 Washing Charges Determination for6-8Payment6.5 Contract Price 6-96.6 Deductions from Contract Price 6-106.7 Contract Price Adjustment 6-106.8 Financial Evaluation 6-106.9 Demurrage, Wharfage etc. 6-136.10 Price Variation 6-146.11 Regulation of Local Authorities & Statutes 6-196.12 Purchase Preference to Public Enterprises 6-207 SAMPLE CONTRACT <strong>FOR</strong>M 7-1 to 7-5310208112 (Madh NLW Jan ‘09) VIIISignature of Bidderwith Seal & Date


CMPDIAPPENDICES8 APPENDIXNO.PARTICULARSPAGE NO.A-1 to A-731A Format for Furnishing Screen Analysis of RawA-1<strong>Coal</strong> Feed to Washery1B Format for Furnishing Float & Sink Test of RawA-1<strong>Coal</strong> Feed2 Format for Furnishing Balance of Washed-A-2Products2A Graph showing Guaranteed Yield% of washedA-3coal at ‘A 1 ’% ash (on dry basis) vis-à-vis monthlyRaw <strong>Coal</strong> Ash% (on dry basis)2A Graph showing Guaranteed Yield% of Middlings A-3at ‘B 1 ’% ash (on dry basis) vis-à-vis monthly Raw<strong>Coal</strong> Ash% (on dry basis)2B Yield% of Washed <strong>Coal</strong> for Raw coal of Different A-4Ash% (on dry basis)2B Yield% of Middlings for Raw coal of DifferentA-5Ash% (on dry basis)3 Format for Furnishing the Requirement of Water A-6and Power (for Operation & Maintenance)4 Description on Process Flow A-75(A,B&C) Diagrams to be Furnished A-86 Format for Furnishing Technical Details of MainA-9Mechanical & Electrical Equipment7 Technical Details of Instrumentations, Automation A-10& Control8 Format for Furnishing Details of Civil Buildings/A-11Structurals9 Details of Provisions Envisaged for Fire Fighting A-1210A Format for Furnishing the Performance GuaranteeParameters of the Plant10B Format for Furnishing the Performance GuaranteeParameters of Main Equipment11 Format for Furnishing Statement of Deviations, ifany12A JDU to be Jointly Executed by the Bidder i.e.Lead Member (having Set-up & FinancialStrength) and his Associate(s) bidding as per Cl.No. 5.1.4 (b) (ii) of RFQ DocumentA-13 to A-14A-15A-16A-17 to A-22310208112 (Madh NLW Jan ‘09) IXSignature of Bidderwith Seal & Date


CMPDI8 APPENDIXPARTICULARSPAGE NO.NO.12 (B) JDU to be Jointly Executed by the Bidder i.e. A-23 to A-29Lead Member (having Operation & FinancialStrength ) and his Associate(s) bidding as per Cl.No. 5.1.4 (b) (i) of RFQ Document13 JDU to be Jointly Executed by the Bidder i.e. A-30 to A-36Lead Member (having only Financial Strength)and his Associate(s) bidding as per Cl. No. 5.1.4(b) (iii) of RFQ Document14 Proforma for Bank Guarantee for Development A-37 to A-39Guarantee to be Furnished by the Sole Bidder15 (A) Proforma for Bank Guarantee for Development A-40 to A-42Guarantee to be Furnished by the Bidder (LeadMember)15 (B) Proforma for Bank Guarantee for Development A-43 to A-45Guarantee to be Furnished by each ‘Associate’separately16 Proforma for Bank Guarantee for ContractA-46 to A-48Performance Guarantee to be Furnished by theSole Bidder17 (A) Proforma for Bank Guarantee for ContractA-49 to A-52Performance Guarantee to be Furnished by theBidder (Lead Member)17 (B) Proforma for Bank Guarantee for ContractA-53 to A-56Performance Guarantee to be Furnished by each‘Associate’ separately18 Format for Detailed Implementation PlanA-57Indicating Major Milestone (in the form of BarChart)19 Break-up of Project Capital Cost A-58 to A-7020 Format for Furnishing Summary of Capital Cost A-7121 Break-up of Cost towards Washing Charges on A-72 to A-73per tonne of Raw <strong>Coal</strong> basis310208112 (Madh NLW Jan ‘09) XSignature of Bidderwith Seal & Date


SECTION9Plate/ DrawingNo.Plate No-1Plate No-2Plate No-3Plate No-4Plate No-5Plate No-6PLATES & DRAWINGSPARTICULARSRRS diagram for uncrushed raw coal ofMuraidih OCPWashability curve for 13 -0.5 mm size coalof Muraidih OCPRRS diagram for uncrushed raw coal ofBlock-II OCPWashability curve for 13 -0.5 mm size coalof Block-II OCPRRS diagram for uncrushed raw coal ofMuraidih & Block-II OCP (Composite)Washability curve for 13 -0.5 mm size coalof Muraidih & Block-II OCP (Composite)Plate No-7 Sub surface Profile of BH 1 & BH 3Plate No-8 Sub surface Profile of BH 2Plate No-9 Sub surface Profile of BH 4CMPDIDrg.No.HQ/CMP/310208112(Madh NLW)/04/001Drg.No.HQ/CMP/310208112(Madh NLW)/04/002Drg.No.R2 CIV E00017Drg.No.HQ/CMP/310208112(Madh NLW)/04/003Site Plan showing Land UsePlan showing contour and location ofboreholes for soil investigation.Location plan of Proposed washeryPlan showing existing infrastructurefacilitiesSECTION10ENCLOSUREEnclosurePARTICULARSPAGE NO.No.1 Format for DCF analysis to be carriedout for Financial Evaluation of the PriceBidEN (1) -1 toEN(!)-22 Soil Investigation Report EN (2) -1 toEN(2)-32310208112 (Madh NLW Jan ‘09) XISignature of Bidderwith Seal & Date


CMPDIPROCEDURE <strong>FOR</strong> SUBMISSION OF BID/ PROPOSALAGAINST RFP PART OF BID DOCUMENTThe Bid/ Proposal shall comprise of Technical Bid, Commercial Bid & Price Bidalongwith Sample Contract Form.1. TECHNICAL BID (PART-1 OF ENVELOPE- 2)This part shall consist of technical details as asked in RFP part of Bid Documentsuch as scope of work, broad technical specifications of equipment, know-howoffered, technology, diagram, drawings, pamphlets etc. The offer should clearlyconfirm/ indicate regarding the details of land for the proposed washery, rejectdisposal, designated delivery places and provisions of other infrastructuresconsidered as per the Site Plan enclosed in the Bid Document. The filled in formatsas given in Appendices 1A to 10B and other details as mentioned elsewhere in RFPpart of Bid Document are required to be furnished with Part 1 of Envelope 2.2. COMMERCIAL BID & SAMPLE CONTRACT <strong>FOR</strong>M (PART-2 &PART-3 OF ENVELOPE -2)This part shall consist of acceptance of all commercial terms & conditions ofRFP part of Bid Document viz., terms of payment, completion schedule, liquidateddamages, commitment charges & Sample Contract Form etc. It shall also includeBidder’s specific confirmation that all the terms & conditions are acceptable to them.The filled in Format of Appendix-11 & 18 are to be submitted with part-2 of Envelope-2 and confirmation of acceptance of Sample Contract Form shall be submitted withpart-3 of Envelope-2. The filled in Format as given in Appendices-12A to 17B andother details mentioned elsewhere in the RFP part of the Bid Document are to befurnished as per the time schedule mentioned elsewhere in the Bid Document.310208112 (Madh NLW Jan ‘09) iSignature of Bidderwith Seal & Date


CMPDI3. PRICE BID (ENVELOPE -3)This part of the Bid shall be in a separate sealed Envelope 3 and shall consistof prices with break-up strictly as per price schedule format specified in theAppendices 19 to 21 as well as other related details. Envelope 3 shall be openedonly in respect of such bids, which are acceptable after scrutiny of Part-1 (Technical),Part-2 (commercial) and Part-3 (confirmation of acceptance by the Bidder on SampleContract Form) of envelope 2.All the Bidders are required to furnish the information with regard to Technical,Commercial, Sample Contract Form & Price parts as per the Format of Checklist givenhereafter. The format of Checklist shall be duly filled in and accompanied with relevantPart of respective Envelopes.310208112 (Madh NLW Jan ‘09) iiSignature of Bidderwith Seal & Date


<strong>FOR</strong>MAT OF CHECKLIST <strong>FOR</strong> SUBMISSION OF APPENDICESAGAINST RFP DOCUMENTCMPDI(Bidders are required to furnish the Appendices with regard to Technical, Commercial,Sample Contract Form & Price Bid as per the Checklist. The format of Checklist shallbe duly filled in and accompanied with relevant Part of respective Envelopes)ToChief General Manager (WC & CP),Washeries Construction Division,Koyla Bhawan (Level-VI),P.O <strong>BCCL</strong> TOWNSHIP,DHANBAD- 826005Dear Sir,Sub: Setting up of a 5.0 Mtpa <strong>Coal</strong> Washery for NLW coal atMadhuband on BOM concept with <strong>BCCL</strong> funding.This has reference to the Bid being submitted by _________________ (name of theBidder), in respect of the subject work in response to the Bid Notice No./ BidDocument No. ____________ issued by <strong>BCCL</strong>, on ………. (Date). We,__________________ (name of the Bidder), hereby confirm that We have examinedthe Bid Document in detail and have understood and satisfied ourselves regardingthe contents in respect of the RFP Part of the Bid Document issued by <strong>BCCL</strong> and wehereby furnish the Appendices as given in the Enclosure (1, 2 & 3) hereafter.Date:Place:* Strike out whichever is not applicable.For and on behalf of :(Name of Sole Bidder or Lead Member ofAssociate/ Consortium)Signature :(Authorised Signatory of Sole Bidder orLead Member of Associate/ Consortium)*Name of the Signatory :Designation :310208112 (Madh NLW Jan ‘09) iiiSignature of Bidderwith Seal & Date


Checklist of Documents to be furnished by the Bidder(with Part-I of Envelope-2)CMPDIEnclosure - 1Sl.No.ParticularsAppendixNo.1 Screen Analysis of Raw <strong>Coal</strong> Feedto Washery1A2 Float & Sink Tests Of Raw <strong>Coal</strong> 1BFeed3 Balance of Washed Products (apb) 24 Graph showing Washed <strong>Coal</strong> and 2AMiddlings Yield% vs. VaryingMonthly Raw <strong>Coal</strong> Ash% (on drybasis)5 Yield% of Washed <strong>Coal</strong> and 2BMiddlings for Raw <strong>Coal</strong> of differentash% (on dry basis)6 Requirement of Water and Power 37 Description of Process Flow 48 Process Flowsheet In Block 5ADiagram9 Equipment Flowsheet 5B10 Solid - Liquid Balance 5C11 Technical Details of Main 6Mechanical & Electrical Equipment12 Technical Details of 7Instrumentations, Automation &Control13 Details of Civil Buildings/ 8Structurals14 Details of Provisions Envisaged for 9Fire Fighting15 Performance Guarantee 10AParameters of the Plant16 Performance Guarantee 10BParameters of Critical EquipmentSoleBidderTECHNICAL Part of the BidAssociate/ Consortium Schedule ofRoute submissionBidder Associate/ConsortiumAt the time ofBidsubmissionwith part 1:TechnicalBid ofEnvelope 2.Bidder are advised to indicate whether furnished or not by writing ‘yes’ or ‘not’ in theappropriate space provided in the above table.310208112 (Madh NLW Jan ‘09) ivSignature of Bidderwith Seal & Date


Sl. No.CMPDIEnclosure – 2Checklist of Documents to be furnished by the Bidder as per the time schedulementioned elsewhere in the Bid DocumentParticularsAppendix No./SectionCOMMERCIAL Part of the BidSole Bidder Associate/ Schedule ofConsortium Route submission1 2Bidder Associate/Consortium1 2 1 21 Statement of Deviations 11 At the timeof Bidsubmissionwith part 2:Commercial2 JDU to be Jointly Executed by theBidder i.e. Lead Member (having Setup& Financial Strength) and hisAssociate(s) bidding as per Cl. No.5.1.4 (b) (ii) of RFQ Document3 JDU to be Jointly Executed by theBidder i.e. Lead Member (havingOperation & Financial Strength) andhis Associate(s) bidding as per Cl. No.5.1.4 (b) (i) of RFQ Document4 JDU to be Jointly Executed by theBidder i.e. Lead Member (having onlyFinancial Strength) and hisAssociate(s) bidding as per Cl. No.5.1.4 (b) (iii) of RFQ Document5 BG for Development Guarantee to beFurnished by the Sole Bidder6 BG for Development Guarantee to beFurnished by the Bidder (LeadMember) seeking qualification alongwith Associate7 BG for Development Guarantee to beFurnished by the Associate(s)8 BG for Contract PerformanceGuarantee to be Furnished by the SoleBidder9 BG for Contract PerformanceGuarantee to be Furnished by theBidder (Lead Member) seekingqualification along with Associate10 BG for Contract PerformanceGuarantee to be Furnished by theAssociate(s)12A12B13 Bid ofEnvelope 2 Within 30days orextension ifany, afterissue of LoA& beforesigning ofcontract -Do- -Do-14 -Do-15 (A) -Do-15 (B) -Do-16 17 (A) 17 (B) At the end ofone yearafter expiryof GuaranteePeriod310208112 (Madh NLW Jan ‘09) vSignature of Bidderwith Seal & Date


Sl. No.Particulars11 Detailed Implementation PlanIndicating Major Milestone (in the Formof Bar Chart)Appendix No./Section12 Sample Contract Form Section-7Sole Bidder1 2Associate/Consortium RouteBidderAssociate/ConsortiumCMPDISchedule ofsubmission1 2 1 218 At the timeof Bidsubmissionwith part 2:CommercialBid ofEnvelope 2 With part 3of Envelope2 - To be submitted JointlyKey : ‘1’ and ‘2’ denote as here under:1 – Appendices to be filled up and furnished2 – To be indicated by the Bidder/ Associate (Consortium Partners),whether furnished or not by writing ‘yes’ or ‘not’.310208112 (Madh NLW Jan ‘09) viSignature of Bidderwith Seal & Date


Checklist of Documents to be furnished by the Bidder(with Envelope-3)CMPDIEnclosure - 3PRICE Part of the BidSl.No.ParticularsAppendixNo.SoleBidderAssociate/ ConsortiumRouteAssociate/Bidder1 2Consortium1 2 1 21Break-up of Project CapitalCost19 2 Summary of Capital Cost 20 Break up of cost towards3 Washing Charges on per 21 tonne of Raw <strong>Coal</strong> basisSchedule ofsubmissionWith Price Bid inEnvelope 3Key : ‘1’ and ‘2’ denote as here under:1 – Appendices to be filled up and furnished2 – To be indicated by the Bidder/ Associate, whether furnished or not bywriting ‘yes’ or ‘not’.310208112 (Madh NLW Jan ‘09) viiSignature of Bidderwith Seal & Date


SECTION – 1(PROJECT OUTLINE)310208112 (Madh NLW Jan ‘09)Signature of Bidderwith Seal & Date


SECTION - 1PROJECT OUTLINECMPDI1.1 INTRODUCTION<strong>BCCL</strong> intends to set up a 5.0 Mtpa <strong>Coal</strong> Washery for NLW coal at Madhubandin the vicinity of existing Madhuband Washery of <strong>BCCL</strong> with raw coal linkage fromShatabdi, Muraidih, Block-II & Akashkinaree on Build-Operate-Maintain (BOM)concept through reputed, experienced and potential washery operator. The assuredraw coal throughput capacity of the washery shall be 5.0 Mtpa. The expectedmonthly average ash content of Raw <strong>Coal</strong> is around 42.0% (arb) and likely totalmoisture content is 2.0 % (arb) on day-to-day basis. However, the total moisturecontent in raw coal may vary from 2.0 % to 5.0 % on day-to-day basis.The washery shall be designed to produce three products viz. Washed <strong>Coal</strong>,Middlings & Rejectsi. WASHED/ CLEAN <strong>COAL</strong>Washed coal with target ash (monthly average) content of 18.0% on asproduced basis (apb) and total moisture content not exceeding 9.5% (on apb) forsupply to customers (steel plants) designated by <strong>BCCL</strong> as it deems fit, andII.MIDDLINGSMiddlings with target ash (monthly average) content of less than 40.0% onas produced basis (apb) and total moisture content not exceeding 9.0% (on apb) forsupply to customers (Thermal Power Plants) designated by <strong>BCCL</strong> as it deems fit,andIII.REJECTSWashing scheme should ensure that the ash content of the reject shall be ashigh as possible (preferably more than 60%). Rejects shall be stacked/ dumped inthe dumping site/ mine voids at about 8 km away from the washery site. <strong>BCCL</strong> shallindicate the land for dumping site/ mine voids depending on its heat value andsuitability for its use in FBC based power plant. Bidders shall also indicate the rate of310208112 (Madh NLW Jan ‘09) 1 - 1Signature of Bidderwith Seal & Date


CMPDItransportation of rejects per tonne per km including its compaction etc at dumpingsite/ mine voids.Washed coal & Middlings shall be delivered by BOMO into <strong>BCCL</strong>’s loadinghopper(s) at the existing railway siding of Madhuband Washery of <strong>BCCL</strong> through beltconveyors, which is about 1.6 km away from the proposed washery site, for onwardloading & despatch by <strong>BCCL</strong> to its customer(s). BOMO shall provide emergencycovered storage facility for Washed coal & Middlings within the washery of at leastone day production capacity.Control of total moisture is an extremely important parameter besidesreduction of ash as indicated above. Therefore, the washing approach has to be suchthat the maximum total moisture in both the products i.e. washed/ clean coal and middlingsshall not exceed 9.5% & 9.0 respectively on as produced basis.Selection of efficient, cost effective & state-of-the-art technology shall bejudiciously considered to fetch higher yield of desired quality considering the specialfeatures of Indian <strong>Coal</strong> regarding difficult washability characteristics.However, freedom of selection of efficient & cost effective state-of-the-arttechnology lies with the BOM Operator. Washing scheme has to be preferably basedon Jig/ Heavy Media Separation (Bath/ Drum/ Cyclone or combination thereof)/FrothFlotation / Spiral Concentrator or a combination of above but Bidders are free to offerany other improved / proven technology being used elsewhere in the world.1.2 SALIENT FEATURES OF THE BUILD-OPERATE-MAINTAIN(BOM) SCHEMESalient features of the scheme under Build-Operate-Maintain (BOM) arementioned hereunder:1.2.1 MODE OF DEVELOPMENT OF <strong>WASHERY</strong>This washery shall be set up on BOM concept that means the washery shallbe constructed on the finance made available by <strong>BCCL</strong> and the plant has to beoperated & maintained by the BOMO for ten years with a provision of reviewing by310208112 (Madh NLW Jan ‘09) 1 - 2Signature of Bidderwith Seal & Date


CMPDIthe Owner at the end of 10 (ten) years for each term of five (5) years thereafter onthe basis of same terms & conditions for which the BOMO will get suitableremunerative washing charges.1.2.2 RAW <strong>COAL</strong>Assured supply of raw coal (- 200mm) of specified quality & quantity shall bemade by <strong>BCCL</strong> and receipt of the same by BOM Operator (BOMO) at the washery.Raw coal shall be supplied by <strong>BCCL</strong> through tipping trucks.1.2.3 WASHED <strong>COAL</strong>, MIDDLINGS & THEIR OFF TAKEAssured supply of washed coal and middlings of specified quality & quantityby BOMO into <strong>BCCL</strong>’s loading hopper(s) at the existing railway siding of MadhubandWashery of <strong>BCCL</strong> which is about 1.6 km away from the proposed washery site, foronward loading & despatch by <strong>BCCL</strong> to its customer (s). Supply of washed coal &middlings into loading hopper(s) of <strong>BCCL</strong> shall be done by BOMO through Beltconveyor(s).1.2.4 OPERATION & MAINTENANCE OF THE <strong>WASHERY</strong>BOMO shall be responsible for operating & maintaining the plant &equipment always in good running condition to the satisfaction of the Owner. BOMOshall prepare & follow the system of preventive maintenance, scheduledmaintenance & other regular maintenance works as prescribed in the maintenancemanuals/ brochures etc. and approved by the authorised representative of Owner.Proper cleaning & housekeeping of the plant, equipment, structures, buildings,gantries, floors, roads, gardens etc. shall be done regularly by the BOMO to thesatisfaction of the Owner.BOM Operator shall ensure in writing by way of self declaration certificateissued quarterly stating therein that each and every equipment/ system of the plantunder the contract is presently in good condition and is operating satisfactorily andgiving desired result and the same has to be authenticated by the designatedEngineer-in-Charge (EIC) of the <strong>BCCL</strong>. BOMO shall be responsible for up-keeping &maintaining the entire civil works & structures of the plant to the satisfaction of the310208112 (Madh NLW Jan ‘09) 1 - 3Signature of Bidderwith Seal & Date


CMPDIOwner. These provisions shall be kept by BOMO in light of the provision specified inSection – 6 related to Price Bid of this document.Painting of various steel structures, doors & windows and white washing,colour washing, distempering of various plant buildings, service buildings andstructures shall be done once in every four years. Black topping including majornecessary repair works of the roads shall also be done once in every four years.1.2.5 OWNERSHIP OF <strong>WASHERY</strong>, RAW <strong>COAL</strong> AND PRODUCTS (WASHED<strong>COAL</strong>, MIDDLINGS & REJECTS ETC.)Ownership of washery, raw coal and its products (washed coal, middlings &rejects, slurry if any etc.) shall remain with <strong>BCCL</strong>. The BOMO shall wash raw coalprovided by <strong>BCCL</strong> only.1.2.6 LAND <strong>FOR</strong> <strong>WASHERY</strong> & REJECTS<strong>BCCL</strong> shall provide land in the vicinity of existing Madhuband Washery of<strong>BCCL</strong> for setting up of the washery in approximate 23.0 hectares of land (refer Drg.No.HQ/CMP/310208112 (Madh NLW)/04/002) free of any obstruction such asabandoned structures, overhead electrical lines, debris/ dump materials, hillocks etc. withclear approach road and land/ mine voids of required area at a distance of about 8 kmfrom the washery site for disposal/ stacking of washery rejects.1.2.7 WATER & POWER (<strong>FOR</strong> CONSTRUCTION)i) <strong>BCCL</strong> shall provide water (within 100 metre from washery site) and power atone point in the washery on demand for construction on chargeable basis uptosuccessful PGT.1.2.8 WATER <strong>FOR</strong> OPERATIONJamunia River which is about 7 km from the washery site shall be assuredsource of water for operation of the plant. However, making necessary arrangementfor drawal of water upto washery site shall be the responsibility of the BOMO (referDrg. No.HQ/CMP/310208112 (Madh NLW)/04/001).310208112 (Madh NLW Jan ‘09) 1 - 4Signature of Bidderwith Seal & Date


1.2.9 POWER <strong>FOR</strong> OPERATIONCMPDI<strong>BCCL</strong> shall provide power at 33 kV at Dugda sub-station situated at about 10km from the washery site for operation of the plant on the basis of agreed demand.However, arrangement for drawal of electricity to the washery site shall be theresponsibility of the BOMO. As the power is supplied by <strong>BCCL</strong>, provision for DG Setas stand by power supply system for critical equipment/ system shall be kept byBOMO and operating expenses for this shall be borne by <strong>BCCL</strong> on actual in additionto washing charges.1.2.10 MODE OF DESPATCH<strong>BCCL</strong> shall provide loading hoppers of fast loading system for loading ofwashed coal and middlings @ 3600 tph, at the Railway siding of existing MadubandWashery at a distance of 1.6 kms. from the proposed washery for onwardtransportation of washed coal & middlings to consumers. (refer Drg.No.HQ/CMP/310208112 (Madh NLW)/04/001). The fast loading system alongwith itshopper(s) both for washed coal & middlings shall be within the scope of <strong>BCCL</strong> butbelt conveyors feeding to these loading hoppers shall be within the scope of BOMO.1.2.11 SELECTION OF TECHNOLOGYSelection of efficient, cost effective & state-of-the-art technology should bejudiciously considered to fetch higher yield of desired quality (i.e. washed coal of 18.0% ash & middlings having ash % less than 40.0%) considering the special features ofIndian <strong>Coal</strong> regarding difficult washability characteristics.However, freedom of selection of efficient & cost effective state-of-the-arttechnology lies with the BOM Operator. Washing scheme has to be preferably basedon Jig/ Heavy Media Separation (Bath/ Drum/ Cyclone or combination thereof)/FrothFlotation/ Spiral Concentrators or a combination of above but Bidders are free to offerany other improved / proven technology being used elsewhere in the world.The washery shall be built, operated and maintained by the BOMO who willenjoy freedom of selection of the efficient, cost effective & state-of-the-art technologyto the satisfaction of <strong>BCCL</strong> and also operation & maintenance of the plant, subject to310208112 (Madh NLW Jan ‘09) 1 - 5Signature of Bidderwith Seal & Date


CMPDIvarious statutory & regulatory provisions as prevalent time to time in India includingenvironmental regulations and safeguards as per Environment Management Plan(EMP) duly approved by State/ Central Govt. agencies/ departments concerned. TheBOMO shall also have to ensure treatment of slurry/ effluent and excess water/ rainwater so that there shall be no leakage of effluent or water outside the washerypremises and thus the washery shall be operated in closed-water circuit. Allequipment as well as the overall system of the washery shall have provision ofcushion in design for + 20% intermittent fluctuation with safe mechanical operation.1.2.12 EMP AND OTHER STATUTORY & REGULATORY CLEARANCESResponsibility of obtaining various clearances from respective departments/agencies shall be with <strong>BCCL</strong> but the BOMO shall give necessary assistance/ supportin this regard.1.2.13 TECHNOLOGY ENVISAGED AND PREVIOUS DETAILSThe bidder(s) shall give complete description of the plant and appropriatetechnology supported by flowsheet to be used for washing raw coal in order toproduce specified quality & quantity of washed coal & middlings. They shall indicatethe name of the plants where the similar washing equipment/ technology are alreadyin operation for which the performance certificates of the plant(s) shall also beattached with their offer (Refer Appendix 4).1.2.14 CHARGES TOWARDS POWER & WATER DURING OPERATIONThe liability towards payment for consumption of power and water uptoagreed demand shall be the responsibility of <strong>BCCL</strong> so far as the operation andmaintenance of the plant is concerned. In case of any excess consumption over theagreed demand, the charges towards such excess demand shall be deducted at theprevailing rate by the owner from the washing charges payable to BOMO.1.2.15 SAFEGUARDS BY BOMOThe details of safeguards to be ensured by the BOMO are given hereafter.310208112 (Madh NLW Jan ‘09) 1 - 6Signature of Bidderwith Seal & Date


CMPDI For safety & security of the washery and its properties including rawcoal & its products, the entire washery complex shall be provided withboundary wall of minimum height of 2m above the formation level. BOMO shall collect the raw coal sample from the linked mines andcarry out the laboratory tests using their own experience/ expertise and quotethe guaranteed yield of washed coal & middlings at their respective targetedash% for different monthly average ash% of raw coal giving full justification tobe examined by <strong>BCCL</strong>. Supply of washed coal & middlings of consistent specified quality interms of Ash and Moisture of the washed <strong>Coal</strong> & middlings (as outlined in Cl.No. 1.1 & 1.15 of RFP part of Bid Document) to <strong>BCCL</strong> at the designateddelivery places. The yield of washed coal & middlings shall commensurate withwashability characteristics of raw coal being supplied within the specifiedrange of variation of quality of raw coal keeping the quality of washed coal &middlings within specified Ash and Moisture limits. Capacity of the washery shall be in terms of annual raw coalthroughput. All the equipment to be used in the washery shall be new. No secondhand equipment shall be acceptable. Selection of efficient, cost effective & state-of-the-art technology shallbe judiciously considered to fetch higher yield of desired quality consideringthe special features of Indian <strong>Coal</strong> regarding difficult washabilitycharacteristics.However, freedom of selection of efficient & cost effective state-of-the-arttechnology lies with the BOM Operator. Washing scheme shall be preferablybased on Jig/ Heavy Media Separation (Bath/ Drum/ Cyclone or combinationthereof) / Froth Flotation / Spiral Concentrators or a combination of above but310208112 (Madh NLW Jan ‘09) 1 - 7Signature of Bidderwith Seal & Date


CMPDIBidders are free to offer any other improved / proven technology being usedelsewhere in the world.etc.Ensure adherence to time schedule, safety, statutes and regulations1.2.16 SUPPLY OF RAW <strong>COAL</strong>i. Before start of particular month, <strong>BCCL</strong> shall carry out washability test ofthe raw coal (either on its own or by any independent agency) & specify theraw coal quality to the BOMO that shall be supplied in the subsequent monthby doing sampling of the coal exposed during the previous month.ii. Raw coal shall be supplied at washery by <strong>BCCL</strong> from the linked minesfor all days in all the 3 shifts in a year (except 8.0 paid holidays of <strong>BCCL</strong>).Raw coal shall be supplied by <strong>BCCL</strong> through tipping trucks and shall bedischarged at the receiving pit of the washery. However, supply of raw coalon paid holidays may also be done on written request of BOMO, if possible.BOMO shall receive raw coal at washery premises from respective minesduly weighed at the weighbridges installed at respective mines/ washery end.Thus the plant shall run in all the 3 shifts with 7 days per week scheduleround the year. At the beginning of each year, <strong>BCCL</strong> & the BOM Operatorshall jointly prepare the Monthly Scheduled Quantity (MSQ) of raw coalsupply keeping in view the variation in monthly production of raw coal duringthe different seasons of the year as production may go down during the rainyseason and the shortfall during this period shall be made up during the nonrainyseason because the total raw coal supply to the washery shall have tobe in consonance with annual throughput capacity of the washery i.e 5.0 Mt.iii. The suitable weighing arrangement at the washery end is also to beprovided by the BOMO for weighment of raw coal. The accuracy of theweighing system shall be for trading purposes as per BIS and duly certifiedby Weights and Measures Authority.iv. BOMO shall make arrangement at washery for storage of at least 8000310208112 (Madh NLW Jan ‘09) 1 - 8Signature of Bidderwith Seal & Date


tonnes of raw coal with suitable reclamation arrangement.CMPDI1.2.17 WASHING CHARGESThe BOMO shall be paid suitable remunerative washing charges to ensurereasonable return and profitability. The washing charges to be paid shall be in termsof Indian Rupees and/ or single convertible Foreign Currency in which the bidder hasquoted on the basis of rate for per tonne of raw coal washed in a particular period.However, for arriving at such quantity of raw coal washed, the following mechanismshall be followed:i) Normally the quantity of raw coal delivered to BOMO in a particularmonth by <strong>BCCL</strong> shall be considered.ii)In case, the quantity of raw coal processed in the washery by BOMO inthe particular month is more or less than the quantity of raw coal supplied by<strong>BCCL</strong>, then the BOMO shall give declaration (to the satisfaction of theowner) regarding the actual quantity of raw coal washed. The washingcharge shall be arrived on the basis of declared quantity of raw coal in thatparticular month under consideration. However, such quantity of raw coalprocessed during the year shall match with the raw coal quantity delivered toBOMO by the <strong>BCCL</strong> in that year.The washing charge shall cover the cost of receiving & storage of raw coal(at least 8000 tonnes), processing/ washing of raw coal and storage ofwashed coal & middlings (equivalent to one day production) and delivery ofwashed coal & middlings to loading hoppers of fast loading system forloading of washed coal and middlings at the Railway siding of existingMaduband Washery of <strong>BCCL</strong>. The weighing arrangement at the point ofloading of washed coal & middlings shall be suitably provided by <strong>BCCL</strong>. Thewashing charges shall also include the cost of handling and disposal ofrejects through tipping trucks by road to the identified site (at a distance ofabout 8 kms). The rejects shall be stacked or dumped, levelled, compactedand consolidated by the BOMO keeping in view the environmental protectionmeasures to be taken as per prevalent norms of Environment ManagementPlan (duly approved by State/ Central Govt. agencies/ concerned310208112 (Madh NLW Jan ‘09) 1 - 9Signature of Bidderwith Seal & Date


CMPDIdepartments) besides cost for all items of work mentioned earlier with respectto the operation & maintenance.1.3 SUPPORTS BY <strong>BCCL</strong> AND SCOPE OF WORK &RESPONSIBILITY OF BOMOThis aspect is covered in Cl. No. 3.2 under Section – 3 of RFQ document.1.4 RAW <strong>COAL</strong> QUALITY SPECIFICATIONS (as received basis)Raw <strong>Coal</strong> made available by <strong>BCCL</strong> to the BOMO at washery premises shallbe capable of being washed to produce washed coal & middlings as envisaged in theBid Document. The following are expected typical specifications of raw coaldetermined in accordance with Cl. No. 1.5 of this Section of RFP on a monthlyweighted average basis (for ash%) subject to acceptance and as set out in theseparate agreement between <strong>BCCL</strong> and the BOMO who has undertaken theresponsibility to arrange washing:a) Likely Total Moisture Content : 2.0%(day-to-day basis)b) Likely Monthly Average Ash% : 42.0c) Range of Monthly Average Ash% : 42.0 + 4.0d) Range of day-to-day basis Ash% : 42.0+ 4.0e) Size of raw coal to be supplied : (-) 200 mm1.5 RAW <strong>COAL</strong> WEIGHING, SAMPLING AND ANALYSISPROCEDURESA) RAW <strong>COAL</strong> WEIGHMENTThe weight of Raw <strong>Coal</strong> as determined at the weighbridge of <strong>BCCL</strong> shallbe considered as the weight of the raw coal delivered to BOMO at the Plant forprocessing and cleaning. BOMO shall coordinate with <strong>BCCL</strong> for joint weighment inaccordance with the procedure to be set out in the agreement between <strong>BCCL</strong> and310208112 (Madh NLW Jan ‘09) 1 - 10Signature of Bidderwith Seal & Date


CMPDIBOMO. In the event that the weighment at mines of <strong>BCCL</strong> is non-operative/ noncommissionedor due to failure/ breakdown/ malfunctioning of its weighbridges, theweight of raw coal delivered to BOMO shall be determined in weighbridges of BOMOat the Plant Site in line with agreement with <strong>BCCL</strong>. Weighment of raw coal is to bedone in presence of representatives of Owner & BOMO and shall be jointly signed.BOMO shall furnish to <strong>BCCL</strong> with copies of the recorded weight measurements on adaily basis. The weighbridges shall be serviced and calibrated on a monthly basisand by weighed material tests at least twice per year, and copies of scale calibrationsshall be provided to <strong>BCCL</strong>. The weighment shall be made in acceptance withprocedure agreed by <strong>BCCL</strong>.of every month.BOMO shall certify the Raw <strong>Coal</strong> stocks held on account of <strong>BCCL</strong> at the endB) RAW <strong>COAL</strong> SAMPLING & ANALYSISi) Before start of particular month, <strong>BCCL</strong> shall carry out washability testof the raw coal (either on its own or by any independent agency) & specify the rawcoal quality to the BOMO that shall be supplied in the subsequent month by doingsampling of the coal exposed during the previous month.ii) The procedure of sampling and analysis shall be as per a protocol asagreed between <strong>BCCL</strong> and BOMO. However, sampling shall be done daily in eachshift as per BIS (Bureau of Indian Standard).iii) <strong>BCCL</strong> shall appoint and pay for an independent inspection/ testingagency for carrying out sampling and analysis of Raw <strong>Coal</strong> supplied at the washeryend by <strong>BCCL</strong>.iv) Analysis of Raw <strong>Coal</strong> samples shall be done in the laboratory of theindependent inspection/ testing agency.v) The independent inspection/ testing agency shall furnish shiftwise aswell as daily & monthly weighted average analysis report of Raw <strong>Coal</strong> to both <strong>BCCL</strong>& BOMO.vi) The analysis of Raw <strong>Coal</strong> as certified by the independent inspection/testing agency shall be final and binding for all purposes, unless disputed by either310208112 (Madh NLW Jan ‘09) 1 - 11Signature of Bidderwith Seal & Date


CMPDIOwner or BOMO in which case the reserved sample shall be analyzed jointly and itsresults shall be final and binding on both the Parties.vii) BOMO shall provide automatic samplers for collection of samplesand on-line analysers for instantaneous value of ash & moisture in the washery plantfeed conveyor only to have an idea of raw coal quality for controlling the processparameters of the washing plant during operation.1.6 RAW <strong>COAL</strong> INVENTORYBOMO shall be solely responsible for the maintenance, safety, protection, riskof loss and condition of Raw <strong>Coal</strong> within the Washery premises.1.7 CLEAN/ WASHED <strong>COAL</strong> AND MIDDLINGS QUALITY &QUANTITY1.7.1 QUALITY AND QUANTITYBOMO shall produce clean/ washed coal and middlings at the Plant which fullysatisfies the quality and quantity requirements setforth in this clause 1.7. BOMO shallprocess Raw <strong>Coal</strong> at a rate sufficient to meet <strong>BCCL</strong>’s requirements for Clean coaland middlings quantities.BOMO shall certify the clean coal and middlings stock held on account of<strong>BCCL</strong> at the end of every month similar to that as in case of raw coal.1.7.2 DELIVERY POINTBOMO shall deliver washed coal and middlings of specified quality & quantityto <strong>BCCL</strong>’s loading hopper(s) of fast loading system for loading of washed coal andmiddlings @ of 3600 tph, at the Railway siding of existing Maduband Washery.BOMO shall make alternative arrangement to dump washed coal and middlingsseparately in the covered ground dump (emergency stockpile) in the washerypremises having minimum capacity of one day’s production with suitable reclamationarrangement and subsequently deliver the washed coal and middlings to <strong>BCCL</strong>’sloading hoppers of fast loading system for loading of washed coal and middlings at310208112 (Madh NLW Jan ‘09) 1 - 12Signature of Bidderwith Seal & Date


CMPDIthe Railway siding of existing Maduband Washery for onward loading & despatch by<strong>BCCL</strong> to its customer(s).1.7.3 QUALITY SPECIFICATIONSBOMO shall produce washed coal and middlings to meet the qualityrequirements as given hereafter and determined in accordance with clause 1.7.4.1.7.3.1 WASHED <strong>COAL</strong> QUALITYa) Targeted Monthly average ash % (on apb) : 18.0b) Maximum Ash% (monthly basis on apb) : 18.5c) Minimum Ash% (monthly basis on apb) : 17.5d) Maximum total moisture in. washed/ clean coal shall not exceed 9.5% on asproduced basis (day-to-day basis) .e) Actual total moisture% and ash% (on arb) in raw coal as well as clean coal(apb) shall be considered while computing the actual yield.f) For Clean/ washed coal meeting the guaranteed specifications mentionedin section 1.7.3.1 (a), (b), (c) & (d) above, the Clean/ washed coal yield (%)based on raw coal input ash content (%) shall be as per calculation/ graph &table furnished by the bidder (refer Appendix - 2A & 2B) .1.7.3.2 MIDDLINGS QUALITYa) Targeted Monthly average ash % (on apb) : Less than 40.0b) Maximum Ash% (monthly basis on apb) : 40.0c) Maximum total moisture in middlings shall not exceed 9.0% on as producedbasis. (day-to-day basis).d) Actual total moisture% and ash% (on arb) in raw coal as well as middlings(apb) shall be considered while computing the actual yield.e) For Middlings meeting the guaranteed specifications mentioned in section1.7.3.2 (a), (b), (c) & (d) above, the Middlings yield (%) based on raw coalinput ash content (%) shall be as per calculation/ graph & table furnished bythe bidder (refer Appendix - 2A & 2B).310208112 (Madh NLW Jan ‘09) 1 - 13Signature of Bidderwith Seal & Date


1.7.4 WEIGHING, SAMPLING AND ANALYSIS PROCEDURESCMPDIA) WASHED <strong>COAL</strong> AND MIDDLINGS WEIGHING (JOINTLY BY BOMO &<strong>BCCL</strong>)i) Weighment of washed coal and middlings delivered to <strong>BCCL</strong> shall bedone through weighbridge provided by <strong>BCCL</strong> for Railway Wagons.ii) The aforesaid delivered quantity of washed coal & middlings as well asoutstanding stock of washed coal & middlings with BOMO shall becertified by BOMO every month and due authentication by <strong>BCCL</strong> has to bemade.iii) The outstanding washed coal & middlings stock at the end of eachmonth will be calculated based on the washed coal & middlings yields asdefined in section 1.7.3.1(f) & 1.7.3.2 (f) above respectively and quantitiesof washed coal & middlings delivered as mentioned in section 1.7.4(a) (ii).B) WASHED <strong>COAL</strong> AND MIDDLINGS SAMPLING AND ANALYSISi) The independent inspection/ testing agency appointed by <strong>BCCL</strong> forraw coal sampling and analysis shall carry out sampling and analysis ofwashed coal and middlings as well as per BIS norms.ii) BOMO shall provide automatic samplers on the by-pass conveyor,washed coal conveyor in the plant (before mixing with the untreatedfraction, if necessary) & middlings conveyor and on the final washed coalconveyor. On-line ash & moisture analyser on the final washed coal andmiddlings conveyors must also be provided to control the processparameter during plant operation.iii) Sampling shall be done from all these three/ four conveyors in eachshift by the Automatic Samplers.iv) Analysis of coal samples shall be done in the laboratory of theindependent inspection/ testing agency as per BIS norms.v) The procedure of sampling and analysis shall be as per protocol asagreed between <strong>BCCL</strong> and BOMO.310208112 (Madh NLW Jan ‘09) 1 - 14Signature of Bidderwith Seal & Date


CMPDIvi) The independent inspection/ testing agency shall furnish shiftwise,daily as well as monthly weighted average analysis report for washed coaland middlings to both the parties. However, <strong>BCCL</strong> shall be concernedmainly with the analysis of quality report of final washed coal andmiddlings conveyors.vii) The analysis of clean coal and middlings as certified by theindependent inspection/ testing agency shall be final and binding for allpurposes, unless disputed either by Owner or BOMO, in which case thereserved sample shall be analysed jointly and results of such joint analysisshall be final and binding on both.1.7.5 MONTHLY REPORTSOn or before the seventh (7 th ) day of each calendar month, BOMO shallprovide to <strong>BCCL</strong> a report for the preceding calendar month summarizing andreconciling :(a) quantities and qualities of raw coal received at the plant by BOMO forbeneficiation(b) quantities and qualities of raw coal actually processed at the plant byBOMO(c) quantities and qualities of washed coal and middlings produced(d) quantities and qualities of washed coal and middlings delivered evacuatedat the designated delivery places(e) quantities and qualities of Rejects produced & transferred to disposal area(f) quantities & qualities of slurry produced and transferred, if any.1.8 QUALITY MONITORING & CONTROL1.8.1 Facilities for sample collection and adequate number of automatic samplerscomplete with all required accessories shall be provided by the BOMO at all relevantpoints where quality parameters are required to be determined for raw coal receivedand washed coal, middlings & rejects produced from the washery and delivered to310208112 (Madh NLW Jan ‘09) 1 - 15Signature of Bidderwith Seal & Date


CMPDI<strong>BCCL</strong> at the designated delivery places. The provision of required infrastructure forsampling and testing as per BIS limits shall be the responsibility of the BOMO.1.8.2 Besides above, three nos. of on-line analysers for ash and moisture shall beprovided on respective conveyors of washery for instantaneous monitoring andrecording of ash and moisture of raw coal, washed coal and middlings. This shallalso provide a tool to control the operation of washery within the agreed parametersof the outputs.In addition to instantaneous monitoring, recording and display of aboveparameters in a control room, the on-line analysers should have facilities for storageof all data on a time scale basis and producing desired printout. These instrumentsshould have accuracy within limits as per relevant BIS.The BOMO shall have to ensure that the ash and moisture of the washedcoal and middlings despatched should be within the maximum permissible limits.1.9 REJECT WEIGHMENT AND DISPOSALRejects produced from the plant shall have to be weighed in separateweighbridges (to be provided by BOMO) in presence of representatives of the Owner& BOMO and shall be jointly signed.Transportation and disposal of washery rejects to the identified land/ minevoids at a distance of about 8.0 Km from proposed washery shall be theresponsibility of the BOMO. If the average gross calorific value of the reject is morethan 1500 Kcal/ kg or usable in the FBC based Power Plant, then the reject shallhave to be segreggated for using in FBC based Power Plant and these rejects ofhigh heat value and low heat value shall have to be stacked at two different identifiedsites (earmarked by <strong>BCCL</strong>). The methodology of determination of GCV & mechanismof segregation of rejects of lower & higher heat value shall be jointly decided byBOMO & <strong>BCCL</strong>. The details and distances of these identified sites from the washerysite are indicated in the ‘Site Plan showing Land Use’ (refer Drg.No.HQ/CMP/310208112 (Madh NLW)/04/001) in the Bid Document. The disposal ofrejects shall be with due arrangement of compaction and consolidation to be done by310208112 (Madh NLW Jan ‘09) 1 - 16Signature of Bidderwith Seal & Date


CMPDIBOMO as per norms of Environment Management Plan (EMP) duly approved byState/ Central and other concerned agencies.1.10 ENVIRONMENT MANAGEMENT PLANThe BOMO shall be responsible for planning, designing, constructing,operating and maintaining the washery in an environmentally compatible/ friendlymanner as per norms laid down by State & Central Pollution Control Boards/department concerned. However, <strong>BCCL</strong> shall be responsible for formulating andobtaining all such environmental and other statutory & regulatory clearances fromCentral/ State Pollution Control Board or any other agency. However, the bidder shallprovide all necessary assistance/ support in this regard as necessary.Prospective bidders shall also elaborate Slurry Treatment section in detail inthe Technical part of their offers. They should also include and furnish the details oftreatment of excess water/ rain water/ effluent. They shall also design the plant onclosed water circuit with zero effluent discharge in and around washery.1.11 FIRE FIGHTING ARRANGEMENTThe BOMO shall have to provide a suitable, reliable and adequate firefighting system having fire fighting hydrant points at strategic locations on all thefloors as per BIS regulations and prevalent norms. In addition to this, fireextinguishers of different types suitable for industrial use shall be provided at all therequired vulnerable locations.1.12 CONTRACT PERIOD(Period of Construction and Operation & Maintenance)The BOMO shall be responsible for completing the construction of thewashery within 18 months from the date of signing of Contract, which include variousactivities such as planning, design & engineering, selection of necessary equipment& machineries, procurement, delivery, erection/ installation, testing, successfulcommissioning (including PGT) of the coal washery and all allied activities (excludingits financing) on BOM concept. The BOMO shall have to operate and maintain the310208112 (Madh NLW Jan ‘09) 1 - 17Signature of Bidderwith Seal & Date


CMPDIplant for a period of ten (10) years (from the date of successful commissioning of theplant) with a provision of reviewing by the Owner at the end of ten (10) years for eachterm of five (5) years thereafter, on the basis of same terms and conditions.1.13 LIFE OF THE <strong>COAL</strong> <strong>WASHERY</strong>The estimated life of the washery shall be 18 years. However, the BOMOshall have to initially operate and maintain the plant for a period of ten (10) years(from the date of successful commissioning & PGT of the plant).1.14 DESIRED IN<strong>FOR</strong>MATIONThe desired information shall be furnished by the bidders as per the formatsenclosed as Appendices and as per requirements indicated elsewhere in the BidDocument.1.15 BROAD PARAMETERSBroad parameters of the plant for initial capacity of 5.0 Mtpa of raw coal areas given hereafter:i) RAW <strong>COAL</strong> INPUT CAPACITYAnnual (Million tonnes) : 5.0ii)LOCATION(a) Washery : The proposed location is in the vicinity of existingMadhuband Washery of <strong>BCCL</strong>(b) Delivery Places for Receipt of washed coal and middlings by<strong>BCCL</strong>: Loading Hoppers of fast loading system at the existing Railwaysiding of Madhuband washery.(c) Reject Disposal Site : Land/ mine voids have been arranged by<strong>BCCL</strong>at a distance of about 8 Km from the proposed washery for thispurpose.iii)LIFE OF <strong>WASHERY</strong> : 18 Years (after successful commissioning of theplant)310208112 (Madh NLW Jan ‘09) 1 - 18Signature of Bidderwith Seal & Date


iv)CMPDILINKAGE OF RAW <strong>COAL</strong>: Mines of Shatabdi, Muraidih, Block-II &Akashkinaree of <strong>BCCL</strong>. In case of exhaustion or disruption of supply ofraw coal, the quality shall be replenished from other sources.v) QUALITY OF RAW <strong>COAL</strong>(as received basis)a) Likely Total Moisture% : 2.0(day-to-day basis)b) Likely Monthly Average Ash% : 42.0c) Range of Monthly Average Ash% : 42.0 + 4.0d) Range of day-to-day basis Ash% : 42.0 + 4.0e) Size of raw coal to be supplied : (-) 200 mmvi)QUALITY OF WASHED <strong>COAL</strong>(Ash% & moisture% on as produced basis)a) Targeted Monthly average ash % : 18.0b) Maximum Ash% (monthly basis) : 18.5c) Minimum Ash% (monthly basis) : 17.5d) Maximum total moisture in washed/ clean coal shall not exceed 9.5% onas produced basis. (day to day basis).vii) QUALITY OF MIDDLINGS(Ash% & moisture% on as produced basis)a) Targeted Monthly average ash % : Less than 40.0b) Maximum Ash% (monthly basis) : 40.0c) Maximum total moisture in middlings shall not exceed 9.0% on asproduced basis. (day to day basis).iii)ix)QUALITY OF REJECTSAsh% in Rejects(as produced basis) As high as possible(Preferably more than60%)DESIGN PARAMETERS310208112 (Madh NLW Jan ‘09) 1 - 19Signature of Bidderwith Seal & Date


CMPDIRaw coal shall be supplied at the washery by <strong>BCCL</strong> from the linkedmines for all days in all the three shifts in a year (except 8.0 paidholidays in a year). At the beginning of each year, <strong>BCCL</strong> & the BOMOperator shall jointly prepare the Monthly Scheduled Quantity (MSQ) ofraw coal supply keeping in view the variation in monthly production ofraw coal during the different seasons of the year, as production may godown during the rainy season and the shortfall during this period shallbe made up during the non-rainy season because the total raw coalsupply to the washery shall have to be in consonance with annualthroughput capacity of the washery. Hence, the washery shall have tobe planned to operate for seven days per week schedule round theyear.A) RAW <strong>COAL</strong> SECTIONa) Hourly capacity : ……… tonnes (as peroffer of the Bidder)b) No. of shifts per day : 3B) WASHING SECTIONa) Hourly capacity : ……… tonnes (To bequoted by the bidder)b) No. of working shifts per day : 3c) Effective working hours per annum : 5000C) CAPACITY OF DELIVERY SECTION OF WASHED <strong>COAL</strong>a) Designated delivery places forwashed coal: Loading hoppers of fastloading system at theexisting railway siding ofMadhuband Washery of<strong>BCCL</strong>b) Hourly capacity of Belt conveyor : ……… tonnes (as perfeeding to loading hoppersoffer of the Bidder)c) No. of working days per year : 365d) No. of shifts per day : 3e) No. of hours per shift : 8310208112 (Madh NLW Jan ‘09) 1 - 20Signature of Bidderwith Seal & Date


D) CAPACITY OF DELIVERY SECTION OF MIDDLINGSCMPDIa) Designated delivery places forwashed coal: Loading hoppers of fastloading system at theexisting railway siding ofMadhuband Washery of<strong>BCCL</strong>b) Hourly capacity of Belt conveyor : ……… tonnes (as perfeeding to loading hoppersoffer of the Bidder)c) No. of working days per year : 365d) No. of shifts per day : 3e) No. of hours per shift : 8xi)LOADING & DESPATCH OF WASHED <strong>COAL</strong> & MIDDLINGS(though the loading & despatch of washed coal & middlings is to bedone by <strong>BCCL</strong> after receiving the same from BOMO at the loadinghoppers of fast loading system @ 3600 tph, at railway siding of existingMadhuband washery of <strong>BCCL</strong>)For Washed <strong>Coal</strong>a) Mode of transportation : Through Railway wagonsb) Type of loading : Fast Loading Systemc) Loading rate (tph) : 3600For Middlingsa) Mode of transportation : Through Railway wagonsb) Type of loading : Fast Loading Systemc) Loading rate (tph) : 3600310208112 (Madh NLW Jan ‘09) 1 - 21Signature of Bidderwith Seal & Date


SECTION – 2(GENERAL IN<strong>FOR</strong>MATION)310208112 (Madh NLW Jan ‘09) Signature of Bidderwith Seal & Date


CMPDISECTION - 2GENERAL IN<strong>FOR</strong>MATION2.1 LOCATIONThe proposed washery will be located in the vicinity of existing MadhubandWashery of <strong>BCCL</strong> in Block – II Area, P.O. Nudkhurkee, district of Dhanbad, stateJharkhand, PIN-828307.The land for the proposed washery is in possession of<strong>BCCL</strong>. The drawing showing the site of proposed washery and existing Madhubandwashery is given at Drg. No.R2 CIV E00017.2.2 COMMUNICATIONThe existing Madhuband Washery is connected to Dhanbad town by anall weather road that is about 35 Km away. NH 32 passes through Dhanbad townand connects with NH -2, the distance being about 5 Km. The nearest Railwaystation Khanudih (South Eastern Railway) is about 3 Km by road. The nearest Airportis at Ranchi and its distance is about 160 Km by road from existing MadhubandWashery. Distance of Kolkatta port is about 300 Km from Madhuband washery.2.3 TOPOGRAPHYThe contour of the proposed site varies from 210 m to 224 m (refer Drg.No.HQ/CMP/310208112 (Madh NLW)/04/002)2.4 DRAINAGEThe main drainage of Jharia <strong>Coal</strong>field is controlled by the perennial DamodarRiver flowing West to East.310208112 (Madh NLW Jan ‘09) 2 - 1 Signature of Bidderwith Seal & Date


2.5 CLIMATE, RAINFALL AND SEISMIC CHARACTERCMPDIThe climate of the area is more or less similar to that of other tropical parts ofIndia. During peak summer (May – June), the temperature rises as high as 48.3 o C.Winter prevails during December – January and the minimum temperature recordedin the month of January is 5.1 o C. Monsoon breaks at the end of June and continuesintermittently upto middle of October. The relative humidity varies from 27% in Marchto 91% in July. Data of rainfall for the last 25 years shows that the annual rainfallvaries between 2592mm and 872mm. The maximum rainfall recorded so far is863mm in July 1990.The proposed site is located in seismic zone III as per IS 1893.2.6 MINEABLE RESERVES AND LINKAGE OF RAW <strong>COAL</strong>A summarized statement regarding balance mineable reserves of Shatabdi,Muaididih, Block-II and Akashkinaree mines are as given hereafter.Sl.No.Table- 2.1Balance mineable reserves as on 01.04.2008 and expected life of minesName of thelinked mine(s)Capacity(Mty)Balancemineablereserves(Mt)%ContributionExpected life ofthe mine(approx.) inyears1 Shatabdi 0.90 12.35 18.0 13.72 Muraidih 2.70 23.00 54.0 8.53 Block-II 1.20 38.00 24.0 19.04 Akashkinaree 0.20 16.81 4.0 33.6Total 5.0 90.16 100.0310208112 (Madh NLW Jan ‘09) 2 - 2 Signature of Bidderwith Seal & Date


2.7 RAW <strong>COAL</strong> RECEIPT & STORAGECMPDIRaw coal of (-) 200mm size of specified quantity & quality shall be madeavailable by <strong>BCCL</strong> and BOM Operator (BOMO) shall receive the same at thewashery. Raw coal of (-) 200mm size shall be brought by tipping trucks anddischarged into the receiving pits/ hoppers of the proposed washery. BOMO shallalso provide ground storage facility for at least 8000 tonnes of raw coal.2.8 DESPATCH OF WASHED <strong>COAL</strong> & MIDDLINGS BY <strong>BCCL</strong> TOITS CONSUMER(S) & DESIGNATED LOADING POINTS<strong>BCCL</strong> shall provide fast loading system alongwith loading hoppers at theexisting railway siding of Madhuband Washery which is about 1.6 km away from theproposed washery site, for loading & despatch of washed coal and middlings by<strong>BCCL</strong> to its designated customers. BOMO shall provide belt conveyors for delivery ofwashed coal & middlings into loading hoppers of fast loading system. BOMO shallalso provide emergency covered storage facility for washed coal & middlingsseparately within the washery premises equivalent to at least one day productioncapacity with suitable reclamation arrangement for delivering washed coal &middlings to the belt conveyors feeding to loading hopper(s) of fast loading system.The loading rate shallbe 5500 tph with PLC control. The capacity of belt conveyorsshall commensurate with the loading rate of wagons though fast loading system.2.9 SITE PLANFor Site Plan of the proposed washery, refer Drg. No.HQ/CMP/310208112(Madh NLW)/04/001 in conjunction with Drg. No.HQ/CMP/310208112 (MadhNLW)/04/003. The site plan showing Land Use of existing & proposed facilitiesprovided by <strong>BCCL</strong> for the proposed washery like land for setting up of washery withapproach road, land/ mine voids for stacking/ dumping of rejects, location ofdesignated delivery places for washed coal & middlings (viz. Railway siding), locationof water & power at a single point during construction and source of water & powerfor operation etc. has been enclosed (refer Drg. No.HQ/CMP/310208112 (MadhNLW)/04/001 in conjunction with Drg. No.HQ/CMP/310208112 (Madh NLW)/04/003 )in Section – 9 of this Bid Document.310208112 (Madh NLW Jan ‘09) 2 - 3 Signature of Bidderwith Seal & Date


SECTION – 3(RAW <strong>COAL</strong> CHARACTERISTICS)310208112 (Madh NLW Jan ‘09) Signature of Bidderwith Seal & Date


SECTION – 3CMPDIRAW <strong>COAL</strong> CHARACTERISTICS3.1 GENERALThe raw coal supply to the proposed Washery shall be from Shatabdi,Muraidih, Block-II & Akashkinaree mines of <strong>BCCL</strong>. The quality of coal ofdifferent seams of the above mines is given hereafter:3.2 QUALITY OF <strong>COAL</strong>The quality of coal of different seams of Shatabdi, Muraidih, Block-II &Akashkinaree mines of <strong>BCCL</strong> which are linked to the proposed washeryisgiven in Table - 3.1.Table - 3.1Seam QualitySl.No. Name of Mines Seams Grade1 ShatabdiV,VI,VII (Combined);VIII A & VIIIBW-IV2 Muraidih3 Block-II4 AkashkinareeV,VI,VII (Combined);VIII A & VIIIBV,VI,VII (Combined);VIII A & VIIIBV,VI,VII (Combined);VIII A & VIIIBDEW-IV310208112 (Madh NLW Jan ‘09) 3 - 1Signature of Bidderwith Seal & Date


3.3 COLLECTION OF SAMPLECMPDIRaw coal (as received) samples were collected from V, VI, VII(Combined) seam; VIII A & VIII B of Muraidih and Block-II mines. To make thesample more representative while collecting samples from different seams ofindividual mines, the thicknesses of the seams were also considered whiledetermining the individual contributions. Samples were collected from theseams given hereafter in Table - 3.2.Table - 3.2Sl. Name of the mine(s)/ Name of the Seam (s) % ContributionNo. block(s)1 Muraidih V,VI,VII (Combined); 54.0VIII A & VIIIB2 Block-II V,VI,VII (Combined); 24.0VIII A & VIIIBTotal 78.0The samples collected from 17.04.2008 to 19..04.2008 were sent to<strong>Coal</strong> Preparation laboratory, CMPDI, Ranchi and laboratory tests were carriedout as per the test procedure given hereafter.3.4 TESTING PROCEDUREThis Bid Document has envisaged testing of raw coal samplefrom each mines as well as that of composite sample prepared by mixing rawcoal of different mines in the ratio of their contribution to the feed to thewashery.3.4.1 PART I: <strong>FOR</strong> RAW <strong>COAL</strong> (AS RECEIVED) SAMPLE1. Screen–cum-ash analysis of as received sample at various screenapertures along with moisture %.2. Proximate analysis of as received sample under air dried basis (adb)and equilibrated condition i.e. 60% RH & 40 o C including GCV & HGI.3. Determination of LTGK, Free Swelling Index & Petrographic test ofraw coal.310208112 (Madh NLW Jan ‘09) 3 - 2Signature of Bidderwith Seal & Date


CMPDI3.4.2 PART II: <strong>FOR</strong> RAW <strong>COAL</strong> (AS RECEIVED) SAMPLE CRUSHEDDOWN TO 75 MM SIZE1. Crushing of as received coal sample down to 75 mm size (s).2. Screening of crushed coal at 13 mm & ash determination of differentsize fraction on air dried basis.3. Deshaling of 75-13 mm coal at 1.85 sp.gr.4. Crushing of deshaled Float at 13 mm and mixing with the screenedfraction (–) 13.mm and determination of weight % and ash % ofdifferent size fractions obtained by screening.5. Washability test of 13-6 mm, 6-3 .mm & 3-0.5 mm fraction of theabove at Sl.No.4 at sp.gr from 1.40 – 1.90 at interval of 0.10.6. Generation of clean/ washed coal from 13-0.5 mm at targeted ash18% .7. Wet sieving of (-) 0.5 mm fraction at 72, 100, 200 and 300 meshwith wt% & Ash %.8. Sedimentation test of (-) 5 mm fraction and flotation tailings.9. Floatation Test of (-) 0.5 mm fraction at 10 & 15 % concentration.10.Proximate Analysis of clean/ washed coal, middlings & rejects on airdried basis including GCV.11.Determination of LTGK, Free Swelling Index & Petrographic test ofraw coal & generated clean/ washed coal.3.5 LABORATORY TEST RESULTSThe particulars of each sample collected are given separately hereafter.A. Muraidih OC MinesSample No. : CMPDI/ CMP/ CPL/ 480/ 08-09Name of area : BaroraName of colliery/ mine : Muraidih OCPName of seam : V, VI, VII (Combined), VIIIA & VIIIBNature of sample : Run of Mine (RoM) <strong>Coal</strong>Date of sample collection : 17.04.08 & 18.04.08Date of receipt of sample : 02.05.08Quantity of sample : 4.0 tonnes (approx.)310208112 (Madh NLW Jan ‘09) 3 - 3Signature of Bidderwith Seal & Date


CMPDIPurpose of investigation : To generate data for washability studyB. Block-II OCPSample No. : CMPDI/ CMP/ CPL/ 478/ 08-09Name of area : Block-IIName of colliery/ mine : Block-II OCPName of seam : V, VI, VII (Combined), VIIIA & VIIIBNature of sample : Run of Mine (RoM) <strong>Coal</strong>Date of sample collection : 18.04.08 & 19.04.08Date of receipt of sample : 02.05.08Quantity of sample : 4.0 tonnes (approx.)Purpose of investigation : To generate data for washability study3.5.1 TEST RESULTS <strong>FOR</strong> MURAIDIH OCPThe washability were tests carried out in <strong>Coal</strong> Preparation Laboratory,CMPDI, Ranchi & results are given hereafter.3.5.1.1 SCREEN-CUM-ASH & MOISTURE ANALYSIS OF RAW <strong>COAL</strong>SAMPLE (AS RECEIVED)Representative Raw coal sample was drawn after coning & quarteringand was subjected to screen analysis at various aperture screens. Weight%,ash% and moisture% were determined for respective size fractions. The testresults are given in Table – 3.3. RRS diagram of screen analysis has beengiven at Plate No.1.Table – 3.3Screen-cum-Ash & Moisture AnalysisColliery/MineSeam: Muraidih OCP: V, VI, VII (Combined), VIIIA & VIIIBSample No. : CMPDI/ CMP/ CPL/ 480/ 08-09Nature of sample: Run of Mine (RoM) <strong>Coal</strong>Size (mm) Wt % Ash % Moisture%+200 2.3 40.6 0.6200-150 7.9 38.2 0.7150-100 23.0 38.8 0.6310208112 (Madh NLW Jan ‘09) 3 - 4Signature of Bidderwith Seal & Date


100- 50 33.6 37.8 0.750 – 25 18.5 37.4 0.425 – 13 6.3 35.0 0.513 - 6 3.4 33.1 0.86 - 3 1.6 29.2 0.63 - 0.5 2.1 24.6 0.5- 0.5 1.3 24.4 0.9Total 100.0 37.1 0.6CMPDI3.5.1.2 SCREEN-CUM-ASH ANALYSIS OF RAW <strong>COAL</strong> SAMPLE (ASRECEIVED) CRUSHED DOWN TO 75 mm SIZE AND SCREENED AT13 mm.As received raw coal sample was crushed down to 75 mm size and itwas subjected to screening at 13 mm. Weight% & ash% were determined forrespective size fractions. The results are given in Table – 3.4.Table - 3.4Screen-cum-Ash AnalysisSize (mm) Wt % Ash %75 - 13 81.3 39.5- 13 18.7 25.6Total 100.0 36.93.5.1.3 DESHALING OF 75-13 mm <strong>COAL</strong> AT 1.85 SP.GRThe coal of size fraction 75 to 13 mm was deshaled at 1.85 sp.gr.Weight% & ash% of float and sink were determined and given in Table – 3.5.Table – 3.5Deshaling of 75-13 mm coalSp.Gr. Wt % Ash %1.85 31.4 63.9Total 100.0 39.5310208112 (Madh NLW Jan ‘09) 3 - 5Signature of Bidderwith Seal & Date


CMPDI3.5.1.4 CRUSHING OF DESHALED FLOAT AT 13 MM , MIXING WITH THESCREENED FRACTION (-) 13 .MM AND DETERMINATION OF WEIGHT %AND ASH % OF DIFFERENT SIZE FRACTIONS OBTAINED BYSCREENING.The deshaled Float was crushed to 13 mm, mixed with (-) 13 mmscreened fraction and subjected to screen –cum -ash analysis .The results aregiven in Table – 3.6.Table - 3.6Screen-cum-Ash AnalysisSize (mm) Wt % Ash %13- 6 46.6 30.56 - 3 18.2 29.23-0.5 17.8 25.9-0.5 17.4 25.0Total 100.0 28.53.5.1.5 FLOAT & SINK TESTS OF <strong>COAL</strong> OBTAINED AT CL.NO. 3.5.1.4Float and sink tests of coal obtained at Cl. No. 3.5.1.4 has been carriedout at different specific gravities for different size fractions upto 0.5 mm. Theresults are given in Table - 3.7 The results of the float & sink analysis areshown graphically in the form of Washability Curves in Plate No.2.Table – 3.7Float & Sink Test Results of <strong>Coal</strong> obtained at Cl.No. 3.5.1.4Size(mm) 13-6 6-3 3-0.5 13-0.5Wt % 56.5 22.0 21.5 100.0Sp.gr.Wt.%Float Float Float Float Cum. FloatAsh Wt. Ash Wt. Ash Wt. Ash Wt Ash% % % % % % % . % %1.90 4.1 65.5 6.6 64.7 6.2 64.6 5.1 65.0 100.0 29.2Total 100.0 30.5 100.0 29.1 100.0 26.1 100.0 29.2 - -310208112 (Madh NLW Jan ‘09) 3 - 6Signature of Bidderwith Seal & Date


CMPDI3.5.1.6 GENERATION OF CLEAN/ WASHED <strong>COAL</strong> FROM <strong>COAL</strong>SAMPLE (+ 0.5 mm FRACTION) AT 18.0% TARGET ASH LEVELBased on the Float & sink data, the clean/ washed coal has beengenerated at 18.0 % ash level and the results are given in Table – 3.8.Table – 3.8Generation of Clean/ Washed <strong>Coal</strong> at 18.0 % ashSp.Gr. Wt % Ash %1.57 47.8 41.1Total 100.0 29.13.5.1.7 WET SIEVING CUM ASH ANALYSIS OF (-) 0.5 mm(-) 0.5 mm size fraction of coal was subjected to screening at 72, 100,200 and 300 mesh. Weight% & ash% were determined for respective sizefractions. The results are given in Table – 3.9.Table – 3.9Wet sieving-cum-Ash AnalysisSize (mesh) Wt % Ash %(+)72 60.7 25.572 - 100 6.8 23.2100 -200 13.9 23.0200 -300 4.4 22.6(-)300 14.2 25.2Total 100.0 24.83.5.1.8 FLOATATION OF (-) 0.5mm <strong>COAL</strong> FRACTIONThe froth flotation test was carried out for entire (-) 0.5mm fraction ofcoal at 10% & 15% concentration and the results are given in Table – 3.10.310208112 (Madh NLW Jan ‘09) 3 - 7Signature of Bidderwith Seal & Date


SolidConcentration%RPMTable – 3.10Floatation of (-) 0.5mm coalDieselOil(Kg/t)PineOil(Kg/t)CollectionTime(Minute)Clean TailingsWt% Ash% Wt% Ash%CMPDIOverallAsh%10 1300 1.0 0.2 3.0 81.1 17.1 18.9 59.0 25.010 1300 1.5 0.3 3.0 83.9 17.6 16.1 62.1 24.810 1300 2.0 0.4 3.0 86.1 18.2 13.9 66.5 24.915 1300 1.0 0.2 3.0 80.6 16.5 19.4 58.5 24.615 1300 1.5 0.3 3.0 84.1 17.5 15.9 62.8 24.715 1300 2.0 0.4 3.0 86.4 18.1 13.6 67.0 24.83.5.1.9 PROXIMATE ANALYSIS OF RAW <strong>COAL</strong>, CLEAN/ WASHED <strong>COAL</strong>,MIDDLINGS & REJECTS.WASHED <strong>COAL</strong> , MIDDLINGS & REJECTSHGI OF RAW <strong>COAL</strong> AND GCV OF RAW <strong>COAL</strong>,Proximate analysis on air dried basis was carried out for raw coal (asreceived), Clean/ Washed <strong>Coal</strong>, Middlings and Rejects. HGI for raw coal (asreceived) was also determined.GCV of Raw <strong>Coal</strong>, Washed <strong>Coal</strong>, Middlings & Rejects weredetermined on air dried basis. The results so obtained are given in Table –3.11.Table – 3.11Proximate Analysis of Raw <strong>Coal</strong>, Clean/ washed coal, Middlings & Rejects.HGI of Raw <strong>Coal</strong> and GCV of Raw <strong>Coal</strong>, Washed <strong>Coal</strong> , Middlings & RejectsSl.No.ParticularsRaw<strong>Coal</strong>(AsreceivedAir driedbasisClean/WashedcoalAirdriedbasisMiddlingsAir driedbasisRejectsAirdriedbasis1 ProximateAnalysisi) Moisture% 0.6 1.2 0.7 0.5ii) Ash% 37.2 18.2 41.1 63.9iii) VM% 15.6 17.0 14.8 12.3iv) Fixed 46.6 63.6 43.4 23.3Carbon%2 GCV 4880 6668 4463 2430(kcal/kg)3 HGI 73 - - -310208112 (Madh NLW Jan ‘09) 3 - 8Signature of Bidderwith Seal & Date


CMPDI3.5.1.10 DETERMINATION OF LTGK, FREE SWELLING INDEX &PETROGRAPHIC TEST OF RAW <strong>COAL</strong> & CLEAN/ WASHED <strong>COAL</strong>.Petrographic analysis of raw coal & washed coal alongwith coke type(LTGK) & swelling index was carried out. The results of petrographic analysisshowing, reflectance, maceral composition % (vitrinite, liptinite, inertinte, visiblemineral matter, mineral matter) are given in Table – 3.12 hereafter alongwithcoke type, swelling indexSl.No.SampleDetailsTable - 3.12Determination Of LTGK, Free Swelling Index &Petrographic Test of Raw <strong>Coal</strong> & Clean/ Washed <strong>Coal</strong>Maceral Composition %MaceralComposition %(Vmmf%)Vit Lipt Int Vmm Vit Lipt IntReflectance(Rr)%CokeType(CT)SwellingIndex(S.I.)1 Raw <strong>Coal</strong> 21.0 - 56.2 22.8 27.2 - 72.8 1.32 C/ D 02 Washedcoal42.0 - 46.3 11.7 47.6 - 52.4 1.33 E 1Note: Vit: Vitrinite; Lipt: Liptinite; Int: Inertinite; Vmm: Visible Mineral Matter; Rr:Random Vitrinite Reflectance3.5.1.11WASHING POSSIBILITIES OF RAW <strong>COAL</strong> SAMPLEThe washing possibilities of crushed coal sample of size fraction of (+)0.5 mm at different specific gravities based on the Float & Sink test results aregiven in Table – 3.13Table – 3.13Washing Possibilities of <strong>Coal</strong> Sample (13-0.5 mm)at Different Specific GravitiesSp. Gr. Washed coal at each sp. gr. Sinks at each sp. gr.Wt% Ash% Wt% Ash%1.4 16.0 9.8 84.0 32.91.5 39.9 15.0 60.1 38.61.6 59.3 19.2 40.7 43.81.7 75.0 22.6 25.0 49.01.8 88.2 25.5 11.8 56.91.9 94.9 27.3 5.1 64.6310208112 (Madh NLW Jan ‘09) 3 - 9Signature of Bidderwith Seal & Date


3.5.1.12 Balance of ProductTable – 3.14.CMPDIThe overall balance of product based on the test data is furnished inProductsTable – 3.14Balance of ProductYield%(Theoretical)Ash%Clean <strong>Coal</strong> 43.3 18.2Middlings 29.4 41.1Rejects 27.3 64.1Total 100.0 37.53.5.2 TEST RESULTS <strong>FOR</strong> BLOCK-II OCPThe washability tests were carried out in <strong>Coal</strong> Preparation laboratory,CMPDI, Ranchi & results are given hereafter.3.5.2.1 SCREEN-CUM-ASH & MOISTURE ANALYSIS OF RAW <strong>COAL</strong>SAMPLE (AS RECEIVED)Representative Raw coal sample was drawn after coning & quarteringand was subjected to screen analysis at various aperture screens. Weight%,ash% and moisture% were determined for respective size fractions. The testresults are given in Table – 3.15. RRS diagram of screen analysis has beengiven at Plate No.3.Table – 3.15Screen-cum-Ash & Moisture AnalysisColliery/MineSeam: Block-II OCP: V, VI, VII (Combined); VIIIA & VIIIBSample No. : CMPDI/ CMP/ CPL/ 478/ 08-09Nature of sample: Run of Mine (RoM) <strong>Coal</strong>Size (mm) Wt % Ash % Moisture%+200 2.6 55.1 1.1200-150 13.3 48.6 1.1150-100 15.3 46.1 1.2100- 50 22.9 45.2 1.150 – 25 19.4 41.9 1.2310208112 (Madh NLW Jan ‘09) 3 - 10Signature of Bidderwith Seal & Date


CMPDISize (mm) Wt % Ash % Moisture%25 – 13 7.8 41.7 1.213 - 6 5.4 42.3 1.26 - 3 4.2 42.4 1.03 - 0.5 3.5 41.9 1.1- 0.5 5.6 42.0 1.4Total 100.0 44.6 1.23.5.2.2 SCREEN-CUM-ASH ANALYSIS OF RAW <strong>COAL</strong> SAMPLE (ASRECEIVED)CRUSHED DOWN TO 75 mm SIZE AND SCREENEDAT 13 mm.As received raw coal sample was crushed down to 75 mm size and itwas subjected to screening at 13 mm. Weight% & ash% were determined forrespective size fractions. The results are given in Table – 3.16.Table - 3.16Screen-cum-Ash AnalysisSize (mm) Wt % Ash %75 - 13 74.3 45.7- 13 25.7 41.6Total 100.0 44.63.5.2.3 DESHALING OF 75-13 mm <strong>COAL</strong> AT 1.85 SP.GRThe coal of size fraction 75 to 13 mm was deshaled at 1.85 sp.gr.Weight% & ash% of float and sink were determined and given in Table – 3.17.Table – 3.17Deshaling of 75-13 mm coalSp.Gr. Wt % Ash %1.8536.6 69.5Total 100.0 45.7310208112 (Madh NLW Jan ‘09) 3 - 11Signature of Bidderwith Seal & Date


CMPDI3.5.2.4 CRUSHING OF DESHALED FLOAT AT 13 mm , MIXING WITH THESCREENED FRACTION (-) 13 mm AND DETERMINATION OF WEIGHT %AND ASH % OF DIFFERENT SIZE FRACTIONS OBTAINED BYSCREENINGThe deshaled Float was crushed to 13 mm, mixed with (-) 13 mmscreened fraction and subjected to screen –cum -ash analysis .The results aregiven in Table – 3.18.Table - 3.18Screen-cum-Ash AnalysisSize (mm) Wt % Ash %13- 643.9 32.86 - 322.2 32.33-0.516.3 31.3-0.517.6 29.8Total 100.0 31.93.5.2.5 FLOAT & SINK TESTS OF <strong>COAL</strong> OBTAINED AT CL.NO. 3.5.2.4Float and sink tests of coal obtained at Cl. No. 3.5.2.4 has been carriedout at different specific gravities for different size fractions upto 0.5 mm. Theresults are given in Table - 3.19.The results of the float & sink analysis areshown graphically in the form of Washability Curves in Plate No.4.310208112 (Madh NLW Jan ‘09) 3 - 12Signature of Bidderwith Seal & Date


CMPDITable – 3.19Float & Sink Test Results of <strong>Coal</strong> obtained at Cl.No. 3.5.2.4Size(mm) 13-6 6-3 3-0.5 13-0.5Wt % 51.3 27.0 21.7 100.0Float Float Float Float Cum. FloatSp.gr.Ash Wt. Ash Wt. Ash Wt. Ash Wt AshWt. % % % % % % % % . % %1.90 21.9 64.7 23.7 64.7 21.1 64.3 22.2 64.6 100.0 35.9Total 100.0 36.8 100.0 36.2 100.0 33.8 100.0 35.9 - -3.5.2.6 GENERATION OF CLEAN/ WASHED <strong>COAL</strong> FROM <strong>COAL</strong> SAMPLE(+ 0.5 mm FRACTION) AT 18.0% TARGET ASH LEVELBased on the Float & sink data, the clean/ washed coal has beengenerated at 18.0 % ash level and the results are given in Table – 3.20.Table – 3.20Generation of Clean/ Washed <strong>Coal</strong> at 18.0 % ashSp.Gr. Wt % Ash %< 1.55 43.7 18.3> 1.55 56.3 43.2Total 100.0 32.33.5.2.7 WET SIEVING CUM ASH ANALYSIS OF (-) 0.5 mm(-) 0.5 mm size fraction of coal was subjected to screening at 72, 100,200 and 300 mesh. Weight% & ash% were determined for respective sizefractions. The results are given in Table – 3.21.310208112 (Madh NLW Jan ‘09) 3 - 13Signature of Bidderwith Seal & Date


CMPDITable – 3.21Wet sieving-cum-Ash AnalysisSize (mesh) Wt % Ash %(+)72 15.6 34.172 - 100 14.8 33.8100 -200 12.5 34.2200 -300 26.3 33.5(-)300 30.8 34.1Total 100.0 33.93.5.2.8 FLOATATION OF (-) 0.5mm <strong>COAL</strong> FRACTIONThe froth flotation test was carried out for entire (-) 0.5mm fraction ofcoal at 10% & 15% concentration and the results are given in Table – 3.22.SolidConcent%RPMDieselOil(Kg/t)Table – 3.22Floatation of (-) 0.5mm coalPineOil(Kg/t)CollectionTime(Minute)Clean TailingsWt% Ash% Wt% Ash%OverallAsh%10 1300 1.0 0.2 3.0 54.6 14.5 45.4 53.6 32.310 1300 1.5 0.3 3.0 62.2 16.2 37.8 58.9 32.310 1300 2.0 0.4 3.0 69.2 17.1 30.8 66.9 32.415 1300 1.0 0.2 3.0 55.0 14.6 45.0 54.1 32.415 1300 1.5 0.3 3.0 64.0 16.4 36.0 60.9 32.415 1300 2.0 0.4 3.0 71.8 17.4 28.2 70.0 32.33.5.2.9 PROXIMATE ANALYSIS OF RAW <strong>COAL</strong>, CLEAN/ WASHED <strong>COAL</strong>,MIDDLINGS & REJECTS.WASHED <strong>COAL</strong> , MIDDLINGS & REJECTSHGI OF RAW <strong>COAL</strong> AND GCV OF RAW <strong>COAL</strong>,Proximate analysis on air dried basis was carried out for raw coal (asreceived), Clean/ Washed <strong>Coal</strong>, Middlings and Rejects. HGI for raw coal (asreceived) was also determined.GCV of Raw <strong>Coal</strong>, Washed <strong>Coal</strong>, Middlings & Rejects weredetermined on air dried basis. The results so obtained are given in Table –3.23.Job No.310208112 (Madh NLW)3 - 14Signature of Bidderwith Seal & Date


Table – 3.23CMPDIProximate Analysis of Raw <strong>Coal</strong>, Clean/ washed coal, Middlings & Rejects.HGI of Raw <strong>Coal</strong> and GCV of Raw <strong>Coal</strong>, Washed <strong>Coal</strong> , Middlings & RejectsSl.No.ParticularsRaw<strong>Coal</strong>(Asreceived)Air driedClean/WashedcoalAir driedbasisMiddlingsAir driedbasisRejectsAir driedbasisbasis1 Proximate Analysisi) Moisture% 1.2 1.9 1.1 0.8ii) Ash% 44.6 18.3 43.2 69.5iii) VM% 15.8 21.2 16.2 12.6iv) Fixed 38.4 58.6 39.5 17.1Carbon%2 GCV 4390 6520 3889 1920(kcal/kg)3 HGI 75 - - -3.5.2.10 DETERMINATION OF LTGK, FREE SWELLING INDEX &PETROGRAPHIC TEST OF RAW <strong>COAL</strong> & CLEAN/ WASHED <strong>COAL</strong>.Petrographic analysis of raw coal & washed coal alongwith coke type(LTGK) & swelling index was carried out. The results of petrographic analysisshowing, reflectance, maceral composition % (vitrinite, liptinite, inertinte, visiblemineral matter, mineral matter) are given in Table – 3.24 hereafter alongwithcoke type, swelling indexSl.No.SampleDetailsTable - 3.24Determination Of LTGK, Free Swelling Index &Petrographic Test of Raw <strong>Coal</strong> & Clean/ Washed <strong>Coal</strong>Maceral Composition %MaceralComposition %(Vmmf%)Vit Lipt Int Vmm Vit Lipt IntReflectance(Rr)%CokeType(CT)SwellingIndex(S.I.)1 Raw <strong>Coal</strong> 29.7 - 43.9 26.4 40.4 - 59.6 1.24 C 02 Washed 41.0 - 45.5 13.5 47.4 - 52.6 1.24 F 1coalNote: Vit: Vitrinite; Lipt: Liptinite; Int: Inertinite; Vmm: Visible Mineral Matter; Rr:Random Vitrinite ReflectanceJob No.310208112 (Madh NLW)3 - 15Signature of Bidderwith Seal & Date


3.5.2.11 WASHING POSSIBILITIES OF RAW <strong>COAL</strong> SAMPLECMPDIThe washing possibilities of crushed coal sample of size fraction of (+)0.5 mm at different specific gravities based on the Float & Sink test results aregiven in Table – 3.25Table – 3.25Washing Possibilities of <strong>Coal</strong> Sample (13-0.5 mm)at Different Specific GravitiesSp. Gr. Washed coal at each sp. gr. Sinks at each sp. gr.Wt% Ash% Wt% Ash%1.4 11.1 10.1 88.9 39.11.5 29.0 15.4 71.0 44.31.6 48.3 20.3 51.7 50.51.7 60.4 23.1 39.6 55.41.8 70.6 25.8 29.4 60.21.9 77.8 27.7 22.2 64.63.5.2.12 BALANCE OF PRODUCTTable – 3.26.The overall balance of product based on the test data is furnished inProductsTable – 3.26Balance of ProductYield%(Theoretical)Ash%Clean <strong>Coal</strong> 36.0 18.0Middlings 32.6 43.2Rejects 31.4 69.6Total 100.0 42.23.5.3 TEST RESULTS <strong>FOR</strong> COMPOSITE (MURAIDIH & BLOCK-II OCP)SAMPLEThe washability tests were carried out in <strong>Coal</strong> Preparation laboratory,CMPDI, Ranchi & results are produced hereafter.Job No.310208112 (Madh NLW)3 - 16Signature of Bidderwith Seal & Date


CMPDI3.5.3.1 SCREEN-CUM-ASH & MOISTURE ANALYSIS OF COMPOSITERAW <strong>COAL</strong> SAMPLEThe composite raw coal sample was prepared by mixing raw coalsample of Muraidih & Block-II OCP according to their percentage contribution(refer Table – 3.2). Representative composite raw coal sample was drawn afterconing & quartering and was subjected to screen analysis at various aperturescreens. Weight%, ash% and moisture% were determined for respective sizefractions. The test results are given in Table – 3.27. RRS diagram of screenanalysis has been given at Plate No.5.Table – 3.27Screen-cum-Ash & Moisture AnalysisColliery/MineSeamNature of sample: Muraidih & Block-II OCP: V, VI, VII (Combined); VIIIA & VIIIB: Composite Run of Mine (RoM) <strong>Coal</strong>Size (mm) Wt % Ash % Moisture%+200 2.4 45.5 0.8200-150 9.6 42.7 0.9150-100 20.6 40.5 0.7100- 50 30.3 39.5 0.850 – 25 18.8 38.8 0.725 – 13 6.8 37.4 0.813 - 6 4.0 36.9 1.06 - 3 2.4 36.3 0.83 - 0.5 2.5 32. 0.8- 0.5 2.6 36.0 1.2Total 100.0 39.4 0.83.5.3.2 SCREEN-CUM-ASH ANALYSIS OF COMPOSITE RAW <strong>COAL</strong>SAMPLE CRUSHED DOWN TO 75 mm SIZE AND SCREENED AT13 mm.Composite raw coal sample was crushed down to 75 mm size and itwas subjected to screening at 13 mm. Weight% & ash% were determined forrespective size fractions. The results are given in Table – 3.28.Job No.310208112 (Madh NLW)3 - 17Signature of Bidderwith Seal & Date


Table - 3.28Screen-cum-Ash AnalysisCMPDISize (mm) Wt % Ash %75 - 1379.1 41.3- 1320.9 31.7Total100.0 39.33.5.3.3 DESHALING OF 75-13 mm <strong>COAL</strong> AT 1.85 SP.GRThe coal of size fraction 75 to 13 mm was deshaled at 1.85 sp.gr.Weight% & ash% of float and sink were determined and given in Table – 3.29.Table – 3.29Deshaling of 75-13 mm coalSp.Gr. Wt % Ash %< 1.85 67.0 29.4> 1.85 33.0 65.8Total 100.0 41.43.5.3.4 CRUSHING OF DESHALED FLOAT AT 13 mm , MIXING WITH THESCREENED FRACTION (-) 13 mm AND DETERMINATION OF WEIGHT %AND ASH % OF DIFFERENT SIZE FRACTIONS OBTAINED BYSCREENINGThe deshaled Float was crushed to 13 mm,mixed with (-) 13 mmscreened fraction and subjected to screen –cum -ash analysis .The results aregiven in Table – 3.30.Table - 3.30Screen-cum-Ash AnalysisSize (mm) Wt % Ash %13- 6 45.1 31.96 - 3 19.3 31.23-0.5 17.5 28.1-0.5 18.1 27.6Total 100.0 30.3Job No.310208112 (Madh NLW)3 - 18Signature of Bidderwith Seal & Date


CMPDI3.5.3.5 FLOAT & SINK TESTS OF <strong>COAL</strong> OBTAINED AT CL.NO. 3.5.3.4Float and sink tests of coal obtained at Cl. No. 3.5.3.4 has been carriedout at different specific gravities for different size fractions upto 0.5 mm. Theresults are given in Table - 3.31.The results of the float & sink analysis areshown graphically in the form of Washability Curves in Plate No.6.Table – 3.31Float & Sink Test Results of <strong>Coal</strong> obtained at Cl.No. 3.5.3.4Size(mm) 13-6 6-3 3-0.5 13-0.5Wt % 54.9 23.5 21.6 100.0Sp.gr.Wt.%Float Float Float Float Cum. FloatAsh Wt. Ash Wt. Ash Wt. Ash Wt Ash% % % % % % % . % %1.90 9.6 64.9 11.9 64.7 10.6 64.4 10.4 64.7 100.0 31.3Total 100.0 32.4 100.0 31.3 100.0 28.5 100.0 31.3 - -3.5.3.6 GENERATION OF CLEAN/ WASHED <strong>COAL</strong> FROM <strong>COAL</strong> SAMPLE (+0.5 mm FRACTION) AT 18.0% TARGET ASH LEVELBased on the Float & sink data, the clean/ washed coal has beengenerated at 18.0 % ash level and the results are given in Table – 3.32.Table – 3.32Generation of Clean/ Washed <strong>Coal</strong> at 18.0 % ashSp.Gr. Wt % Ash %< 1.56 49.6 18.2> 1.56 50.4 41.8Total 100.0 30.13.5.3.7 WET SIEVING CUM ASH ANALYSIS OF (-) 0.5 mm(-) 0.5 mm size fraction of coal was subjected to screening at 72, 100,200 and 300 mesh. Weight% & ash% were determined for respective sizefractions. The results are given in Table – 3.33.Job No.310208112 (Madh NLW)3 - 19Signature of Bidderwith Seal & Date


CMPDITable – 3.33Wet sieving-cum-Ash AnalysisSize (mesh) Wt % Ash %(+)72 46.8 26.472 - 100 9.3 28.4100 -200 13.5 26.2200 -300 11.1 30.5(-)300 19.3 29.6Total 100.0 27.63.5.3.8 FLOATATION OF (-) 0.5mm <strong>COAL</strong> FRACTIONThe froth flotation test was carried out for entire (-) 0.5mm fraction of coalat 10% & 15% concentration and the results are given in Table – 3.34.SolidConcent%RPMDieselOil(Kg/t)Table – 3.34Floatation of (-) 0.5mm coalPineOil(Kg/t)CollectionTime(Minute)Clean TailingsWt% Ash% Wt% Ash%OverallAsh%10 1300 1.0 0.2 3.0 63.8 15.6 36.2 54.6 29.710 1300 1.5 0.3 3.0 69.7 16.8 30.3 59.5 29.710 1300 2.0 0.4 3.0 75.0 17.5 25.0 66.8 29.815 1300 1.0 0.2 3.0 63.9 15.4 36.1 54.9 29.715 1300 1.5 0.3 3.0 71.0 16.9 29.0 61.3 29.715 1300 2.0 0.4 3.0 76.9 17.7 23.1 69.4 29.63.5.3.9 PROXIMATE ANALYSIS OF COMPOSITE RAW <strong>COAL</strong>, CLEAN/WASHED <strong>COAL</strong>, MIDDLINGS & REJECTS. HGI OF RAW <strong>COAL</strong> AND GCVOF RAW <strong>COAL</strong>, WASHED <strong>COAL</strong> , MIDDLINGS & REJECTSProximate analysis on air dried basis was carried out for composite rawcoal, Clean/ Washed <strong>Coal</strong>, Middlings and Rejects. HGI for raw coal was alsodetermined.GCV of Composite Raw <strong>Coal</strong>, Washed <strong>Coal</strong>, Middlings & Rejects weredetermined on air dried basis. The results so obtained are given in Table – 3.35.Job No.310208112 (Madh NLW)3 - 20Signature of Bidderwith Seal & Date


CMPDITable – 3.35Proximate Analysis of Composite Raw <strong>Coal</strong>, Clean/ washed coal, Middlings &Rejects. HGI of Composite Raw <strong>Coal</strong> and GCV of Composite Raw <strong>Coal</strong>, Washed<strong>Coal</strong> , Middlings & RejectsSl.No.ParticularsCompositeRaw <strong>Coal</strong>Clean/WashedcoalMiddlingsRejectsAir driedbasisAir driedbasisAir driedbasis1 Proximate Analysisi) Moisture% 0.8 1.4 0.8 0.6Air driedbasisii) Ash% 39.4 18.1 41.8 65.6iii) VM% 15.7 18.3 15.2 12.4iv) Fixed 44.1 62.1 42.2 21.4Carbon%2 GCV 4793 6648 4286 2273(kcal/kg)3 HGI 75 - - -Note: Vit: Vitrinite; Lipt: Liptinite; Int: Inertinite; Vmm: Visible Mineral Matter; Rr:Random Vitrinite Reflectance3.5.3.10WASHING POSSIBILITIES OF COMPOSITE RAW <strong>COAL</strong> SAMPLEThe washing possibilities of crushed coal sample of size fraction of (+) 0.5mm at different specific gravities based on the Float & Sink test results are givenin Table – 3.36Table – 3.36Washing Possibilities of <strong>Coal</strong> Sample (13-0.5 mm)at Different Specific GravitiesSp. Gr. Washed coal at each sp. gr. Sinks at each sp. gr.Wt% Ash% Wt% Ash%1.4 14.6 9.9 85.4 35.01.5 36.6 15.1 63.4 40.71.6 55.9 19.5 44.1 46.31.7 70.5 22.7 29.5 51.91.8 82.8 25.6 17.2 58.71.9 89.6 27.4 10.4 64.9Job No.310208112 (Madh NLW)3 - 21Signature of Bidderwith Seal & Date


CMPDI3.5.3.11 BALANCE OF PRODUCT (OVERALL)– 3.37.The overall balance of product based on the test data is furnished in TableProductsTable – 3.37Balance of ProductYield%(Theoretical)Ash%Clean <strong>Coal</strong> 40.3 18.1Middlings 30.5 41.8Rejects 29.2 66.2Total 100.0 39.43.5.1.13 SEDIMENTATIONSedimentation test of composite (-) 0.5 mm size fraction of coal was doneand the results are given in Table – 3.38.Table – 3.38Sedimentation Test of (-) 0.5 mm <strong>Coal</strong>ParticularsSettling Rate (m/hr)Without Flocculant With FlocculantRaw <strong>Coal</strong> Fines 1.35 5.9Flotation Tailings 1.10 4.2Job No.310208112 (Madh NLW)3 - 22Signature of Bidderwith Seal & Date


SECTION – 4(CONDITIONS OF CONTRACT)General Terms & Conditions of ContractGeneral Technical Conditions for Settingup of the WasheryErection Conditions of ContractGeneral Conditions for Operation& Maintenance– 4(A)– 4(B)– 4(C)– 4 (D)310208112 (Madh NLW Jan ‘09) Signature of Bidderwith Seal & Date


SECTION – 4(CONDITIONS OF CONTRACT)General Terms & Conditions of ContractGeneral Technical Conditions for Settingup of the WasheryErection Conditions of ContractGeneral Conditions for Operation& Maintenance– 4(A)– 4(B)– 4(C)– 4 (D)310208112 (Madh NLW Jan ‘09) Signature of Bidderwith Seal & Date


CMPDISECTION – 4 (A)GENERAL TERMS AND CONDITIONS OF CONTRACT4(A).1 CONTRACT DOCUMENTSThe Contract shall contain two parts, one for setting up of the Washerywhere as other part for operation & maintenance of the Washery for 10 years periodof Commercial Operation.The duly signed Contract Form on Non-Judicial stamp paper consisting ofthe following shall constitute the contract documents:(i)Bid Notice(ii) Letter of Acceptance of Bid indicating deviations, if any, from the conditions ofcontract incorporated in the Bid Document issued to the bidder and the Bid submittedby the bidder alongwith Integrity Pact,(iii) Conditions of Contract for the entire contract period, both for set-up andoperation & maintenance including General Terms & Conditions, General TechnicalConditions for Setting up of the Washery, Erection Conditions, General Conditions forOperation & Maintenance etc. forming part of the Contract.(iv) Specifications (i.e. Mechanical, Electrical & Civil Engineering Works andPerformance Guarantees of Plant & Equipment), where it is part of Bid Documents,(v)(vi)(vii)Scope of Works/ Bills of Quantities/ Schedule of Works/ QuantitiesContract Drawings/ Finalized Work ProgrammeProforma of applications for payment to BOMO for setting up of the washery4(A).1.1 After acceptance of Bid, the BOM Operator shall be deemed to havecarefully examined all Contract Documents to his satisfaction. If he shall have anydoubt as to the meaning of any portion of the Contract Documents, he shall beforesigning the Contract, set forth the particulars thereof, and submit them to the Ownerin writing in order that such doubt may be removed. The Owner shall provide suchclarifications as may be necessary in writing to the BOM Operator. Any information310208112 (Madh NLW Jan ‘09) 4 (A) - 1 Signature of Bidderwith Seal & Date


CMPDIotherwise obtained from the Owner or EIC shall not in any way relieve the BOMOperator of his responsibility to fulfill his obligations under the Contract.4(A).1.2 The Preferred Bidder shall enter into a Contract with the Owner within 30(thirty) days from the date of issue of Letter of Acceptance or within such extendedtime as may be granted by the Owner. The Development Guarantee for the properfulfillment of the contract shall be furnished by the Preferred Bidder in the prescribedform prior to signing of Contract. The Development Guarantee shall be as per termsprescribed elsewhere in the Bid Document.4(A).1.3 The Owner, after the issue of the Letter of Acceptance of Bid, shall sendone copy of the Contract to the Preferred Bidder for his scrutiny and approval.4(A).1.4 The Contract, unless otherwise agreed to, shall be signed within 30 days ofthe issue of the Letter of Acceptance, at the office of the Owner on a date and time tobe mutually agreed. The Preferred Bidder shall provide before signing of theContract, Development Guarantee in copies as required, appropriate Power ofAttorney and other requisite materials. In case it is agreed mutually that the Contractis to be signed beyond the stipulated time, the Bid Security submitted with the Bidshall have to be extended accordingly.4(A).1.5 The Contract shall be signed in 6 (six) originals and the BOM Operatorshall be provided with one signed original and the rest shall be retained by theOwner. None of these documents shall be used by the BOM Operator for anypurpose other than this Contract and the BOM Operator shall ensure that all personsemployed for this Contract strictly adhere to this and maintain secrecy, as required ofsuch documents.4(A).1.6 The BOM Operator shall provide free of cost to the Owner all theengineering data, drawings and descriptive materials submitted with the bid, in atleast six (6) copies to form a part of the Contract immediately after issue of Letter ofAcceptance.310208112 (Madh NLW Jan ‘09) 4 (A) - 2 Signature of Bidderwith Seal & Date


CMPDI4(A).1.7 Subsequent to signing of the Contract, the BOM Operator at his own costshall provide the Owner with at least six (6) true copies of Contract within thirty (30)days after the signing of the Contract.4(A).1.8 The Contract shall be considered as having come into force from the dateof signing of Contract between the Owner & BOMO.4(A).1.9 The laws applicable to this Contract shall be the laws in force in India. Thecourt of Dhanbad, Jharkhand (India) shall have exclusive jurisdiction in all mattersarising under this Contract.4(A).2 FINANCIAL SECURITYThe Preferred and Selected Bidder shall be required to submit FinancialSecurity in the form of Development Guarantee and Contract PerformanceGuarantee respectively at different stages as described hereafter. This FinancialSecurity has to be deposited in the form of Bank Guarantee.4(A).2.1 DEVELOPMENT GUARANTEE (DG)The Preferred Bidder on issue of LoA shall be required to furnish aDevelopment Guarantee (in INR) for a sum equivalent to 10% of value towards set upcost for a plant of capacity 5.0 Mtpa (as indicated in LoA issued by <strong>BCCL</strong>) at a datebefore signing of the Contract in case of Sole Bidder. In case of Associate/Consortium Route, this Guarantee shall be shared by the Bidder and its Associate(s)in proportion to their respective stakes. This Development Guarantee shall be valid tillone year after expiry of Guarantee Period of the washery.However, the scope, extent and terms shall be as per the format given atAppendices 14 & 15.4(A)2.1.1 THE DEVELOPMENT GUARANTEE SHALL ENSURE ADDITIONALLYTHE FOLLOWING GUARANTEES TO THE OWNER :(a) The BOM Operator guarantees the successful and satisfactory operationof the equipment furnished and erected under the contract, as per thespecifications and documents,310208112 (Madh NLW Jan ‘09) 4 (A) - 3 Signature of Bidderwith Seal & Date


CMPDI(b) The BOM Operator further guarantees that the equipment provided andinstalled by him shall be new, free from all defects in design, material andworkmanship and shall fully remedy free of expenses (one year fromcommencement of Commercial Operation) such defects as developed under theuse of the said equipment within the period of guarantee specified in the relevantclause of the Conditions of Contract.4(A).2.2CONTRACT PER<strong>FOR</strong>MANCE GUARANTEE (CPG)The above mentioned Development Guarantee shall be returned afterobtaining “Contract Performance Guarantee” of value equivalent to 10% of annualwashing charge at the end of one year after expiry of Guarantee period of theWashery. This Guarantee shall also be borne by the Bidder in case of Sole Bidder orshould be shared by the Bidder and its Associate(s) in proportion to their respectivestakes in case of Associate/ Consortium Route. This CPG shall be operational for thebalance contract period towards operation & maintenance of the plant. In case,liability of any Associate is going to mature prior to term of Contract (i.e. any time, butafter one year of expiry of guarantee period of the <strong>Coal</strong> washery), then his share ofCPG shall be required to be substituted by the Bidder and remaining Associate(s), ifany. After relinquishment of any of the Associate, the revised share of CPG for theBidder and remaining Associate(s) shall be in proportion to their revised stakes forthe balance Contract Period. In this case, CPG for the entire amount has to besubmitted by the Bidder and remaining Associate(s), if any, who is/ are going toundertake responsibility of operation & maintenance of the plant till the balance termof contract period. The Contract Performance Guarantee shall be required to beoperational for the contract period in the form of Bank Guarantee, valid for one yearand essentially required to be substituted annually every year on the basis of revisedwashing charges till the completion of contract period towards operation &maintenance (Commercial Operation).However, the scope, extent and terms shall be as per the format given atAppendices 16 &17.4(A).2.2.1 The Contract Performance Guarantee shall be returned to the BOMOperator at the end of the Contract Period.310208112 (Madh NLW Jan ‘09) 4 (A) - 4 Signature of Bidderwith Seal & Date


CMPDI4(A).2.3 Bank Guarantee for Financial Security is to be submitted in the formatprescribed by the Company in the Bid Document. Bank Guarantee shall beirrevocable and it shall be from any Nationalised Bank/ Scheduled Bank, listed inAnnexure-1 of RFQ part of Bid Document.4(A).2.4 The Company shall be at liberty to deduct/ appropriate from the FinancialSecurity such sums as are due and payable by the BOM Operator to the Companyas may be determined in terms of the Contract.4(A).3 ASSIGNMENT AND SUB-LETTING OF CONTRACT4(A).3.1 The BOM Operator may, after informing EIC and getting his writtenapproval, assign or sub-let the contract or any part thereof other than for operation ofthe washery, raw materials, for minor detail or any part of the plant for which makesare identified in the Contract. Suppliers of the equipment not identified in the Contractor any change in the identified supplier shall be subject to approval by EIC. Theexperience list of the equipment vendors under consideration by the BOM Operatorfor this Contract shall be furnished to EIC for approval prior to procurement of all suchitems/ equipment. Such assignment & sub-letting shall not relieve the BOM Operatorfrom any obligation, duty or responsibility under the Contract. Any assignment asabove without prior written approval of EIC shall be void.4(A).3.2 For components/ equipment procured by the BOM Operator for thepurposes of the Contract, after obtaining the written approval of the Owner, the BOMOperator’s purchase specifications and enquiries shall call for quality plans to besubmitted by the suppliers along with their proposals. The quality plans called forfrom the vendors shall set out, during the various stages of manufacture andinstallation, the quality practices and procedures followed by the vendor's qualitycontrol organization, the relevant reference documents/ standards used, acceptancelevel, inspection documentation raised, etc. Such quality plans of the successfulvendor shall be discussed and finalized in consultation with EIC and shall form a partof the purchase order/ contract between the BOM Operator and the vendor. Within 3weeks of the release of the same purchase order/ contracts for such bought outitems/ components, a copy of the same without price details but together with310208112 (Madh NLW Jan ‘09) 4 (A) - 5 Signature of Bidderwith Seal & Date


CMPDIdetailed purchase specifications, quality plans and delivery conditions shall befurnished to the EIC by the BOM Operator.4(A).4 PATENT RIGHTS AND ROYALTIES4(A).4.1 Royalties and fees for patent covering materials, articles, apparatus,devices, equipment or processes used in the works shall be deemed to have beenincluded in the Contract Price. The BOM Operator shall satisfy all demands that maybe made at any time for such royalties or fees and he alone shall be liable for anydamages or claims for patent infringements and shall keep the Owner indemnified inthat regard. The BOM Operator shall, at his own cost and expense, defend all suits orproceedings that may be instituted for alleged infringement of any patent involved inthe works, and, in case of an award of damages, the BOM Operator shall pay forsuch award. In the event of any suit or other proceedings instituted against theOwner, the same shall be defended at the cost and expense of the BOM Operatorwho shall also satisfy/comply and decree, order or award made against the Owner.But it shall be understood that no such machine, plant, work, material or thing hasbeen used by the Owner for any purpose or any manner other than that for whichthey have been furnished and installed by the BOM Operator and specified underthese specifications. Final payment to the BOM Operator by the Owner shall not bemade while any such suit or claim remains unsettled. In the event any apparatus orequipment, or any matter thereof furnished by the BOM Operator, is in such suit orproceedings held to constitute infringement, and its use is enjoined, the BOMOperator shall, at his option and at his own expense, either procure for the Owner,the right to continue use of said apparatus, equipment or part thereof, replace it withnon-infringing apparatus or equipment or modify it, so that it becomes non-infringing.4(A).5 TIME - THE ESSENCE OF CONTRACT4(A).5.1 The time and the date of completion of the works as stipulated in the BOMOperator’s proposal and accepted by the Owner without or with modifications, if anyand so incorporated in the award letter shall be deemed to be the essence of thecontract. The BOM Operator shall so organise his resources and perform his work asto complete it not later than the date agreed to.310208112 (Madh NLW Jan ‘09) 4 (A) - 6 Signature of Bidderwith Seal & Date


CMPDI4(A).5.2 The BOM Operator shall submit a detailed PERT network within the timeframe as agreed consisting of adequate number of activities covering various keyphases of the works such as planning, design, procurement, manufacturing, shipmentand field erection activities within fifteen (15) days after the date of “Letter ofAcceptance” of Bid. This network shall also indicate the interface facilities to beprovided by the Owner and the dates by which such facilities are needed. The BOMOperator shall discuss the network so submitted with the Owner and the agreednetwork which may be in the form as submitted or in revised form in line with theoutcome of discussions and shall form part of the contract to be signed within thirty(30) days from the date of “Letter of Acceptance” of notice of award of contract.During the performance of contract with regard to set up of the washery, if in theopinion of EIC, proper progress is not maintained, suitable changes shall be made inthe BOM Operator’s work plan to ensure proper progress.4(A).5.3 The above PERT network shall be reviewed and periodic review reportsshall be submitted by the BOM Operator as directed by EIC.4(A).5.4 Subsequent to the award of the contract, the BOM Operator shall makeavailable to EIC, a detailed programme for setting up of the proposed washery, in linewith the agreed contract network. Such programme shall be reviewed, updated andsubmitted to EIC once, every two months thereafter.4(A).6 CHANGED QUANTITY(For setting up of the washery)The Owner reserves the right to vary the quantities of items or groups ofitems to be ordered as specified in the accompanying technical specifications, asmay be necessary, during the execution of the contract.4(A).7 PACKING, <strong>FOR</strong>WARDING AND SHIPMENT(For setting up of the washery)4(A).7.1 The BOM Operator, wherever applicable, shall after proper painting, packand crate all equipment in such a manner as to protect them from deterioration anddamage during sea, rail and road transportation to the site and storage at the site till310208112 (Madh NLW Jan ‘09) 4 (A) - 7 Signature of Bidderwith Seal & Date


CMPDIthe time of erection. The BOM Operator shall be held responsible for all damagesdue to improper packing.4(A).7.2 The BOM Operator shall notify the Owner of the date of each shipmentfrom his works, and the expected date of arrival at the site for the information of theOwner.4(A).7.3 The BOM Operator shall also give all shipping information concerning theweight, size and content of each packing including any other information the Ownermay require.4(A).7.4 The following documents to be sent by registered post to the Owner within3 days from the date of shipment, to enable the Owner to inspect the material at siteand for making progressive payment is given hereafter.(i)(ii)(iii)(iv)(v)Application for payment in the standard format of the Owner (3 copies)Invoice (6 copies)Packing list (6 copies)Pre-despatch clearance certificate, if any (3 copies)Test certificate, wherever applicable (3 copies)4(A).7.5 The BOM Operator shall prepare detailed packing list of all packages andcontainers, bundles and loose material forming each and every consignmentdespatched to site. The BOM Operator shall further be responsible for making allnecessary arrangements for loading, unloading and other handling right from hisworks upto the site and also till the equipment is erected, tested and commissioned.He shall be solely responsible for proper storage and safe custody of all equipment.4(A).8 INSURANCEThe BOM Operator shall arrange, secure and maintain insurance as maybe necessary and for all such amounts at their own cost for all Plant & Machinery &Stock of <strong>Coal</strong> (raw coal, washed coal, middlings & other derivatives) within the plant310208112 (Madh NLW Jan ‘09) 4 (A) - 8 Signature of Bidderwith Seal & Date


CMPDIpremises and also at the designated loading site to protect his interest and theinterest of the Owner, against all risks as detailed herein in the joint names of theOwner and the BOM Operator with the condition that payments against all claimsshall be payable by insurers to the Owner. All premiums and other charges of thesaid insurance policies shall be paid by the BOM Operator. The form and the limit ofsuch insurance, as defined herein together with the under-writer thereof in each caseshall be acceptable to the Owner. However, irrespective of such acceptance, theresponsibility to maintain adequate insurance coverage on comprehensive all risksbasis at all time during the entire period of contract shall be that of the BOM Operatoralone. The BOM Operator’s failure in this regard shall not relieve him of any of hiscontractual responsibilities and obligations.4(A).8.1 The BOM Operator shall be responsible for preferring of all claims andmake good for the damage or loss by way of repairs and/ or replacement of theportion of the works damaged or lost. The transfer of title to the Ownership shall notin any way relieve the BOM Operator of the above responsibilities during the periodof the Contract including operation & maintenance. The BOM Operator shall providethe Owner with a copy of all insurance policies and documents taken out by him inpursuance of the contract. Such copies of document shall be submitted to the Ownerimmediately after such insurance coverage. The BOM Operator shall also inform theOwner in writing at least sixty (60) days in advance, regarding the expiry, cancellationand/or change in any of such documents and ensure revalidation/ renewal, etc. asmay be necessary well in time.4(A).8.2 The risk that are to be covered under the insurance shall include, but notbe limited to, the loss or damage in transit, theft, pilferage, riot, war, civil commotion,malicious damage, weather conditions, explosion, earth quake, accidents of all kinds,fire, etc. The scope of such insurance shall cover the entire value of the works fromtime to time.4(A).8.3 All costs on account of insurance liabilities covered under the contract shallbe on BOM Operator’s account and shall be included in contract price. However, theOwner may from time to time, during the pendency of the contract, asks the BOMOperator in writing to limit the insurance coverage risks and in such a case, the310208112 (Madh NLW Jan ‘09) 4 (A) - 9 Signature of Bidderwith Seal & Date


CMPDIparties to the contract shall agree for a mutual settlement for reduction in contractprice to the extent of reduced premium amounts.4(A).8.4 In the event of irreparable loss or damage to the plant and machinery as awhole and the insurance company refusing to pay the claim arising out of the loss onthe ground of the gross negligence and violation of the insurance policy, the BOMOshall replace the damaged plant & equipment and stock of coal at their own cost.4(A).8.5 In the event of any losses or expenses or damages suffered by the Ownerdue to any claim made against by any person for suffering any injury or damages toany person/ property whatsoever arising out of or in consequence of any action oromission or commission on the part of the Bidder or in violation of statutory provisionsin connection with construction, erection, operation and maintenance of the washery,the BOMO shall keep the Owner indemnified for any claim, demand, proceeding,damages, cost, charges and expenses whatsoever in respect of or in relation theretogenerally and also by taking suitable insurance policy.4(A).8.6 The BOMO shall ensure that the insurance policy/ policies are kept alive tillfull expiry of the Contract Period by timely payment of premiums and similarinsurance policies are also taken by his sub-contractors, if any. The cost of premiumsshall be borne by the BOMO.4(A).8.7 All insurance claims, payable by the insurers, shall be paid to the Ownerwhich shall be released to the BOM Operator in installments as may be certified bythe Engineer-in-Charge (EIC) for the purpose of rebuilding or replacement or repair ofthe works and/ or goods destroyed or damaged for which payment was received fromthe insurers. However, additional amounts, if required to rebuild, repair, replace orcover the risk shall be borne by the BOMO only.4(A).8.8 The clause entitled insurance under the section erection terms andconditions of contract, covers the additional insurance requirements for the portion ofthe works to be performed at the site of work.310208112 (Madh NLW Jan ‘09) 4 (A) - 10 Signature of Bidderwith Seal & Date


CMPDI4(A).9 LIABILITY <strong>FOR</strong> ACCIDENTS AND DAMAGESUnder the contract, the BOM Operator shall be responsible for loss ordamage to the plant for the entire contract period.4(A).10 GOVERNING LAWS & RULESThe BOMO shall familiarise himself with and be governed by all laws andrules of India and local statutory orders and regulations applicable to his subject workfrom time to time.4(A).11 LIQUIDATED DAMAGES <strong>FOR</strong> DELAY IN COMPLETION OFSETTING UP OF THE <strong>WASHERY</strong>4(A).11.1 If the BOM Operator fails to maintain the required progress in terms of thecontracted time and progress chart or to complete the work and clear the site on orbefore the date of commencement of commercial operation or extended date thereof,he shall without prejudice to any other right or remedy available under the law to thecompany on account of such breach, pay as compensation/ Liquidated damage @quarter percent (0.25 %) of the Contract Price for setting up of the washery per weekof delay upto 10 (Ten) weeks of delay and half percent (0.5%) per week thereafter.The aggregate of such compensation/ compensations shall not exceed 10 (ten)percent of the total value of setting up of the washery.The amount of compensation may be adjusted or set off against any sumpayable to the BOM Operator under this or any other contract with the company.4(A).11.1.1 The Company, if satisfied, that the works can be completed by the BOMOperator within a reasonable time after the specified time of completion, may allowfurther extension of time at its discretion with or without the levy of L.D. In the eventof extension granted being with L.D., the Company shall be entitled withoutprejudice to any other right or remedy available in that behalf, to recover from theBOM Operator as agreed damages equivalent rate specified in para 4A.11.1.4(A).11.1.2 The Company, if not satisfied that the works can be completed by theBOMO, and in the event of failure on the part of the BOMO to complete work within310208112 (Madh NLW Jan ‘09) 4 (A) - 11 Signature of Bidderwith Seal & Date


CMPDIfurther extension of time allowed as aforesaid, shall be entitled, without prejudice toany other right, or remedy available in that behalf, to rescind the contract.4(A).11.1.3 The Company, if not satisfied with the progress of the contract and inthe event of failure of the BOMO to recoup the delays in the mutually agreed timeframe, shall be entitled to terminate the contract.4(A).11.1.4 In the event of such termination of the Contract as described in Cl. No.4(A).11.1.2 or 4(A).11.1.3 or both, the Company, shall be entitled to recover L.D. uptoten percent (10%) of the contract value of setting up of the washery and forfeit theFinancial Security deposited by the BOMO besides getting the work completed byother means at the risk and cost of the BOMO.4(A).11.2 The Company may waive the payment of compensation, dependingupon merit of the case, on request received from the BOM Operator if the entire workis completed within the date as specified in the contract or as validity extendedwithout stipulating any penalty.4(A).12 BOM OPERATOR’S DEFAULT4(a).12.1 If the BOM Operator shall neglect to execute the works with the diligenceand expedition or shall refuse or neglect to comply with any reasonable orders givento him in writing by EIC in connection with the works or shall contravene theprovisions of the contract, the Owner may give notice in writing to the BOM Operatorto make good the failure, neglect or contravention complained of. Should the BOMOperator fail to comply with the notice within thirty (30) days from the date of servicethereof, then and in such case the Owner shall be at liberty to employ other workmenand forthwith execute such part of the works as the BOM Operator may haveneglected to do or if the Owner shall think fit, it shall be lawful for him, withoutprejudice to any other right he may have under the contract, to take the works whollyor in part thereof and in that event the Owner shall have free use of all BOMOperator’s equipment that may have been at the time on the site in connection withthe works without being responsible to the BOM Operator for fair wear and tearthereof and to the exclusion of any right of the BOM Operator over the same, and the310208112 (Madh NLW Jan ‘09) 4 (A) - 12 Signature of Bidderwith Seal & Date


CMPDIOwner shall be entitled to retain and apply any balance which may otherwise be dueon the contract by him to the BOM Operator, or such part thereof as may benecessary, the payment of the cost of executing the said part of the works or ofcompleting the works as the case may be. If the cost of completing the works orexecuting a part thereof as aforesaid shall exceed the balance due to the BOMOperator, the BOM Operator shall pay such excess. Such payment of excess amountshall be independent of the Liquidated Damages for delay, which the BOM Operatorshall have to pay if the completion of works is delayed.4(A).12.2 In addition, such action by the Owner as aforesaid shall not relieve theBOM Operator of his liability to pay liquidated damages for delay in completion ofworks as defined in clause 4(A).11 of this section.4(A).12.3 BOMO not Entitle to Reduce the Value of Financial SecurityThe termination of the contract under this clause shall not entitle the BOMOperator to reduce the value of the Financial Security nor the time thereof. TheFinancial Security shall be valid for the full value and for the full period of theContract.4(A).12.4 If the BOM Operator fails to complete the work and the order is cancelled,the amount due to him, if any, on account of work executed by him, if payable, shallbe paid to him only after due recoveries as per the provisions of the contract and thattoo after payment towards alternative arrangements to complete the work has beenmade.4(A).13 <strong>FOR</strong>CE MAJEURE & ITS REMEDY4(A).13.1 Force Majeure is herein defined as any cause which is beyond the controlof the BOM Operator or the Owner as the case may be which they could not foreseeor with a reasonable amount of diligence could not have foreseen and whichsubstantially affect the performance of the contract, such as:(a) natural phenomena, including but not limited to floods, draughts,earthquakes and epidemics;310208112 (Madh NLW Jan ‘09) 4 (A) - 13 Signature of Bidderwith Seal & Date


CMPDI(b) acts of any government, including but not limited to war, declared orundeclared, priorities, quarantines, embargoes;Provided either party shall within fifteen (15) days from the occurrence ofsuch a cause notify the other in writing of such causes.4(A).13.2 IT IS CLEARLY STATED THAT :(a) The BOM Operator shall inform, in the event of his having resort to thisclause by a registered letter duly certified by the local Chamber of Commerce orstatutory authorities, the beginning and end of the cause of delay, within fifteen daysof the occurrence and cessation of such Force Majeure condition. In the event ofdelay lasting over one month in submitting the complete information pertaining tooccurrence or cessation arising out of Force Majeure, the Contract may be at thediscretion of the Company.(b) For delays arising out of Force Majeure, the Bidder shall not claimextension in completion date for a period exceeding the period of delay attributable tothe causes of Force Majeure and neither Company will pay to bidders nor the bidderto the company shall be liable to pay extra costs, to compensate any losses incurredby either party provided it is mutually established that the Force Majeure conditionsdid actually exist.(c) If any of the Force Majeure conditions exists in the place of operation of thebidder even at the time of submission of bid, he shall categorically specify them in hisbid and state whether they have been taken into consideration in their quotations.4(A).13.3 The BOM Operator or the Owner shall not be liable for delays in performinghis obligations resulting from any Force Majeure cause as referred to and/ or definedabove. The date of completion shall, subject to hereinafter provided, be extended bya reasonable time even though such cause may occur after BOM Operator’sperformance of his obligations has been delayed for other causes.310208112 (Madh NLW Jan ‘09) 4 (A) - 14 Signature of Bidderwith Seal & Date


4(A) 13.4 REMEDY AGAINST <strong>FOR</strong>CE MAJEURECMPDIFor delays arising out of force majeure the Contract will be operated as perdetails given hereafter:a) For continuous stoppage of work up to forty five (45) days – BOMO’sliability arising out of such closure shall be fully borne by the BOMO.b) For continuous stoppage of work beyond forty five (45) days both theparties shall consult each other in finding out some amicable solution for furthercontinuation/ discontinuation of the contract.4(A).14 DELAYS BY OWNER OR HIS AUTHORISED AGENT4(A).14.1 In case the BOM Operator’s performance is delayed due to any act ofomission on the part of the Owner or his authorised agents, then the BOM Operatorshall be given due extension of time for the completion of the works, to the extentsuch omission on the part of the Owner has caused delay in the BOM Operator’sperformance of his work. Regarding reasonableness or otherwise of the extension oftime, the decision of EIC shall be final.4(A).14.2 In addition, the BOM Operator shall be entitled to claim demonstrable andreasonable compensation if such delays have resulted in any increase in the cost ofwork. The Owner shall examine the justification for such claim and if satisfied, theextent of compensation shall be mutually agreed depending upon the circumstancesat the time of such an occurrence.4(A).14.3 Any delay in finalisation of mutual agreement in regard to any of the BOMOperator’s claim/ compensation against any act of omission on the part of the Owneror his authorised agents should not result in any work stoppage/ further delay on thepart of the BOM Operator.4(A).15 EXTENSION OF DATE OF COMPLETION OF SETTING UPOF THE <strong>WASHERY</strong>4(A).15.1 On happening of any events causing delay as stated hereinafter, the BOMOperator shall intimate immediately in writing to the Engineer-in-Charge (EIC):310208112 (Madh NLW Jan ‘09) 4 (A) - 15 Signature of Bidderwith Seal & Date


a. any reasons defined as Force Majeure.CMPDIb. delay on the part of any person other than the BOM Operator engaged bythe Owner not forming part of the contract, holding up further progress of the workc. non-availability of working drawings/ work programme in time, which are tobe made available by the Company during progress of the workd. any other causes which, at the sole discretion of the Company is beyondthe control of the BOM Operator.4(A).15.2 A "Hindrance Register" shall be maintained by both the Company and theBOM Operator at site to record the various hindrances, as mentioned above,encountered during the course of execution.4(A).15.3 The BOM Operator may request the Company in writing for extension oftime within 15 days of happening of such event causing delay stating also, ifpracticable, the period for which extension is desired. The Company may,considering the eligibility of the request, give a fair and reasonable extension of timefor completion of the work. Such extension shall be communicated to the BOMOperator in writing by the Company through the Engineer-in-Charge (EIC) within 1month of the date of receipt of such request. The BOM Operator shall however usehis best efforts to prevent or make good the delay by putting his endeavors constantlyas may be reasonably required of him to the satisfaction of the Engineer-in-Charge(EIC).4(A).15.4 Provisional extension of time may also be granted by the Engineer-inchargeduring the course of execution, on written request for extension of time within15 (fifteen) days of happening of such events as stated above, reserving theCompany's right to impose/ waive liquidated damages at the time of granting finalextension of time as per Contract.4(A).15.5 When the period fixed for the completion of the contract is about to expire,the question of extension of the contract may be considered at the instance of theBOM Operator or the Company or the both. The extension shall have to be by party'sagreement, expressed or implied.310208112 (Madh NLW Jan ‘09) 4 (A) - 16 Signature of Bidderwith Seal & Date


CMPDI4(A).15.6 In case the BOM Operator does not apply for grant of extension of timewithin 15 (fifteen) days of hindrance occurring in execution of the work and theCompany wants to continue with the work beyond the stipulated date of completionfor reason of the work having been hindered, the Engineer-in-Charge (EIC) at hissole discretion can grant provisional extension of time even in the absence ofapplication from the BOM Operator. Such extension of time granted by the Engineerin-Charge(EIC) is valid provided the BOM Operator accepts the same eitherexpressly or implied by his actions before and subsequent to the date of completion.Such extension of time shall be without prejudice to Company's right to levycompensation under the relevant clause of contract.4(A).16 TERMINATION, SUSPENSION, CANCELLATION & <strong>FOR</strong>E-CLOSURE OF CONTRACT4(A).16.1 The Owner shall, in addition to other remedial steps to be taken asprovided in the conditions of contract, be entitled to cancel the contract in full or inpart, if the BOM Operator:a. makes default in proceeding with the works with due diligence andcontinues to do so even after a notice in writing from the Engineer-in-Charge (EIC),then on the expiry of the period as specified in the noticeorb. commits default/breach in complying with any of the terms and conditionsof the contract and does not remedy it or fails to take effective steps for the remedy tothe satisfaction of the Engineer-in-Charge (EIC), then on the expiry of the period asmay be specified by the Engineer-in-Charge (EIC) in a notice in writingorc. fails to complete the work or items of work with individual dates ofcompletion, on or before the date/dates of completion or as extended by theCompany, then on the expiry of the period as may be specified by the Engineer-in-Charge (EIC) in a notice in writing310208112 (Madh NLW Jan ‘09) 4 (A) - 17 Signature of Bidderwith Seal & Date


orCMPDId. shall offer or give or agree to give any person in the service of theCompany or to any other person on his behalf any gift or consideration of any kind asan inducement or reward for act/acts of favour in relation to the obtaining or executionof this or any other contract of the Company.ore. shall try to obtain a contract with the Company by way of ring tendering orother non-bonafide method of competitive tendering.orf. transfers, sublets, assigns the entire work or any portion thereof without theprior approval in writing from the Engineer-in-Charge (EIC). The Engineer-in-Charge(EIC) may by giving a written notice, cancel the whole contract or portion of it indefault.4(A).16.2 The Owner shall in such an event give fifteen (15) days notice in writing tothe BOM Operator in this regard.4(A).16.3 The BOM Operator upon receipt of such notice shall discontinue the workon the date and to the extent specified in the notice, make all reasonable efforts toobtain cancellation of all orders and contracts to the extent they are related to thework terminated and terms satisfactory to the Owner, stop all further sub-contractingor purchasing activity related to the work terminated, and assist the Owner inmaintenance, protection, and disposition of the works acquired under the contract bythe Owner.4(A).16.4 The contract shall stand terminated under the following circumstancesunless the Owner is satisfied that the BOM Operator is capable of carrying out andcompleting the contract and the Owner shall in any way not be liable to payment ofany compensation to the estate of deceased BOM Operator and/or to the survivingpartners of the BOM Operator’s firm on account of the termination of the contract.310208112 (Madh NLW Jan ‘09) 4 (A) - 18 Signature of Bidderwith Seal & Date


CMPDIa. If the BOM Operator being an individual in the case of proprietary concern orin the case of a partnership firm any of its partners is declared insolvent under theprovisions of insolvency act for the time being in force, or makes any conveyance orassignment of his effects or composition or arrangement for the benefit of hiscreditors amounting to proceedings for liquidation or composition under anyinsolvency act.b. In the case of the BOM Operator being a company and its affairs are underliquidation either by a resolution passed by the company (here read BOM Operator’scompany) or by an order of court, not being a voluntary liquidation proceedings forthe purpose of amalgamation or re-organisation, or a receiver or manager isappointed by the court on the application by the debenture holders of the company, ifany.c. If the BOM Operator shall suffer an execution being levied on his/their goods,estates and allow it to be continued for a period of 21 days.d. On the death of the BOM Operator being a proprietary concern or of any of thepartners in the case of a partnership concern and the company is not satisfied thatthe legal representative of the deceased proprietor or the other surviving partners ofthe partnership concern are capable of carrying out and completing the contract. Thedecision of the company in this respect shall be final and binding which is to beintimated in writing to the legal representative or to the partnership concern.4(A).16.5 If the BOM Operator is an individual or a proprietary concern and theindividual or the proprietor dies and if the BOM Operator is a partnership concern andone of the partners dies, then unless the Owner is satisfied that the legalrepresentatives of the individual BOM Operator or of the proprietor of the proprietaryconcern and in the case of partnership the surviving partners, are capable of carryingout and completing the contract the Owner shall be entitled to cancel the contract asto its incomplete part without being in any way liable to payment of any compensationto the estate of deceased BOM Operator and/ or to the surviving partners of the BOMOperator’s firm on account of the cancellation of the contract.310208112 (Madh NLW Jan ‘09) 4 (A) - 19 Signature of Bidderwith Seal & Date


CMPDIThe decision of the Owner that the legal representatives of the deceasedBOM Operator or surviving partners of the BOM Operator’s firm cannot carry out andcomplete the contract shall be final and binding on the parties. In the event of suchcancellation the Owner shall not hold the estate of the deceased BOM Operator and/or the surviving partners’ estate of the deceased BOM Operator and/ or the survivingpartners of the BOM Operator’s firm liable to damages for not completing thecontract.4(A).16.6 On cancellation of the contract or on termination of the contract, theEngineer-in-Charge (EIC) shall have powers:a. to take possession of the site and any materials, constructional plant,implements, stores, etc. thereonb. to carry out the incomplete work by any means at the risk of the BOMOperatorc. to determine the amount to be recovered from the BOM Operator forcompleting the remaining work or in the event the remaining work is not to becompleted the loss/damage suffered, if any, by the company after giving credit for thevalue of the work executed by the BOM Operator upto the time oftermination/cancellation less on a/c payments made till date and value of BOMOperator’s materials, plant, equipment etc., taken possession of after termination/cancellationd. to recover the amount determined as above, if any, from any money due tothe BOM Operator or any account or under any other contract and in the event of anyshortfall, the BOM Operator shall be called upon to pay the same on demandThe need for determination of the amount of recovery of any extracost/expenditure or of any loss/damage suffered by the company shall not howeverarise in the case of termination of the contract for death/demise of the BOM Operatoras stated in 4(A).16.4 (d).4(A).16.7 Suspension of work - The company shall have power to suspend theprogress of the work or any part thereof and the Engineer-in-Charge (EIC) may direct310208112 (Madh NLW Jan ‘09) 4 (A) - 20 Signature of Bidderwith Seal & Date


CMPDIthe BOM Operator in writing to suspend the work, for such period and in such manneras may be specified therein, on account of any default on the part of the BOMOperator, or for proper execution of the work for reasons other than any default onthe part of the BOM Operator, or on ground of safety of the work or part thereof. Inthe event of suspension for reason other than any default on the part of the BOMOperator, extension of time shall be allowed by the company equal to the period ofsuch suspension. Any necessary and demonstrable costs incurred by the BOMOperator as a result of such suspension of the works will be paid by the Owner,provided such costs are substantiated to the satisfaction of EIC. The Owner shall notbe responsible for any liabilities if suspension or delay is due to some default on thepart of the BOM Operator or his sub-Contractor. The work shall throughout thestipulated period of contract, be carried out with all due diligence on the part of theBOM Operator. In the event of termination or suspension of the contract on accountof default on the part of the BOM Operator, as narrated herein before, the SecurityDeposit and other dues of this work or any other work under this company shall beforfeited and brought under the absolute disposal of the company provided, that theamount so forfeited shall not exceed 10% of the contract value.4(A).16.8 Foreclosure of contract in full or in part - If at any time after acceptance ofthe Bid, the Company decides to abandon or reduce the scope of the work for anyreason whatsoever, the company, through its Engineer-in-Charge (EIC), shall givenotice in writing to that effect to the BOM Operator. In the event of abandonment/reduction in the scope of work, the company shall be liable:a. to pay the BOM Operator at the contract rates full amount for worksexecuted and measured at site upto the date of such abandonment/reduction in thework.b. to pay reasonable amount assessed and certified by the Engineer-in-Charge (EIC) of the expenditure incurred, if any, by the BOM Operator on preliminaryworks at site e.g. temporary access roads, temporary construction for labour and staffquarters, office accommodation, storage of materials, water storage tanks and supplyfor the work including supply to labour/staff quarters, office, etc.310208112 (Madh NLW Jan ‘09) 4 (A) - 21 Signature of Bidderwith Seal & Date


CMPDIc. to pay for the materials brought to site or to be delivered at site, which theBOM Operator is legally liable to pay, for the purpose of consumption in works carriedout or were to be carried out but for the foreclosure, including the cost of purchaseand transportation and cost of delivery of such materials. The materials to be takenover by the company should be in good condition and the company may allow at itsdiscretion the BOM Operator to retain the materials in full or part if so desired by himand to be transported by the BOM Operator from site to his place.d. to take back the materials issued by the company but remaining unused, ifany, in the work on the date of abandonment/ reduction in the work, at the originalissued price less allowance for any deterioration or damage caused while in custodyof the BOM Operator.e. to pay for the transportation of tools and plants of the BOM Operator fromsite to BOM Operator’s place or to any other destination, whichever is less.The BOM Operator shall, if required by the Engineer-in-Charge (EIC),furnish to him books of accounts, papers, relevant documents as may be necessaryto enable the Engineer-in-Charge (EIC) to assess the amount payable in terms of Cl.No. 4(A).16.8 (b), (c) and (e) above. The BOM Operator shall not have any claim forcompensation whatsoever either for abandonment or for reduction in the scope ofwork, other than those as specified above. The BOM Operator shall however,continue performance of the contract not fulfilled, if the termination relates to only apart of the contract.4(A).17 NO WAIVER OF RIGHTSNeither the inspection by the Owner or EIC or any of their officials,employees or agents nor any order by the Owner or EIC for payment of money or anypayment for or acceptance of, the whole or any part of the works by the Owner orEIC, nor any extension of time, nor any possession taken by EIC shall operate as awaiver of any provision of the contract, or of any power herein reserved to the Owner,or any right to damages herein provided, nor shall any waiver of any breach in thecontract be held to be a waiver of any other or subsequent breach.310208112 (Madh NLW Jan ‘09) 4 (A) - 22 Signature of Bidderwith Seal & Date


CMPDI4(A).18 CERTIFICATE NOT TO AFFECT RIGHT OF OWNER ANDLIABILITY OF BOM OPERATORNo interim payment certificate of EIC, nor any sum paid on account by theOwner, nor any extension of time for execution of the works granted by EIC shallaffect or prejudice the rights of the Owner against the BOM Operator or relieve theBOM Operator of his obligations for the due performance of the contract, or beinterpreted as approval of the works done or of the equipment furnished and nocertificate shall create liability for the Owner to pay for alterations, amendments,variations or additional works not ordered, in writing, by EIC or discharge the liabilityof the BOM Operator for the payment of damages whether due, ascertained, orcertified or not, or any sum against the payment of which he is bound to indemnify theOwner, nor shall any such certificate nor the acceptance by him of any sum paid onaccount or otherwise affect of prejudice the rights of the BOM Operator against theOwner.4(A).19 GRAFTS AND COMMISSIONS ETC.Any graft, commission, gift or advantage given, promised or offered by oron behalf of the BOM Operator or his partner, agent, officers, director, employee orservant or any one of his or their behalf in relation to the obtaining or to the executionof this or any other contract with the Owner, shall, in addition to any criminal liabilitywhich it may incur, subject the BOM Operator to the cancellation of this and all othercontracts and also to payment of any loss or damage to the Owner resulting from anycancellation. The Owner shall then be entitled to deduct the amount so payable fromany moneys otherwise due to the BOM Operator under the contract.4(A).20 LANGUAGE AND MEASURESAll documents pertaining to the contract including specifications, schedulesnotices, correspondence, operating and maintenance instructions, drawings or anyother writing shall be written in English language. The metric system of measurementshall be used exclusively in the Contract. For the clarity of write-up, the font size shallnot be less than 12.310208112 (Madh NLW Jan ‘09) 4 (A) - 23 Signature of Bidderwith Seal & Date


CMPDI4(A).21 RELEASE OF IN<strong>FOR</strong>MATIONThe BOM Operator shall not communicate or use in advertising, publicity,sales releases or in any other medium photographs or other reproduction of theworks under this contract, or descriptions of the site, dimensions, quantity, quality orother information, concerning the works unless prior written permission has beenobtained from the Owner.4(A).22 CONTRACT TOWARDS SET UP OF THE <strong>WASHERY</strong>4(A).22.1 Notwithstanding anything stated elsewhere in the bid documents, thecontract to be entered into shall l consist of two parts, i) Contract for setting up ofwashery plant (which shall include an individual supply & erection) with two years’critical spares and ii) Contract for operation & maintenance of the washery plant. Thesupply portion of the contract shall relate to the supply of equipment & materials; theerection portion shall relate to the handling at the site, storage, erection, construction,testing & commissioning, whereas operation & maintenance shall relate to operation& maintenance of the plant etc. as defined in the Bid Document. The BOM Operatorshall pay the applicable taxes & duties for the execution of this Contract inaccordance with law and the same will be reimbursed by the Owner as a part of thetotal Contract price on actual. The applicable taxes & duties should be included in thetotal bid price in the proposal and should also be indicated separately.4(A).22.2 The contract shall in all respects be construed and governed according toIndian Laws.4(A).22.3 It is clearly understood that the total consideration for the contract (s) hasbeen broken up into various components only for the convenience of payment if any,under the contract(s) and for the measurement of deviations or modifications underthe contract (s).4(A).22.4 At the time of taking possession of the washery for its operation &maintenance, the BOM Operator shall be required to execute an Indemnity Bond in310208112 (Madh NLW Jan ‘09) 4 (A) - 24 Signature of Bidderwith Seal & Date


CMPDIfavour of the Owner, in the form acceptable to the Owner, for keeping the plant insafe custody and to utilize the same exclusively for the purpose of the said contract.4(A).23 COMPLETION OF CONTRACTUnless otherwise terminated under the provisions of any other relevantclause, the part of the Contract for setting up of the washery shall be deemed to havebeen completed at the expiration of one year after Guarantee Period of one year.However, part of the Contract for operation & maintenance of the washeryshall continue till expiry of contract for operation & maintenance.4(A).24 EN<strong>FOR</strong>CEMENT OF TERMSThe failure of either party to enforce at any time of the provisions of thiscontract or any rights in respect thereto or to exercise any option herein provided,shall in no way be construed to be a waiver of such provisions, rights or options or inany way to affect the validity of the contract. The exercise by either party of any of itsrights herein shall not preclude or prejudice either party from exercising the same orany other right it may have hereunder.4(A).25 ENGINEER'S DECISION4(A).25.1 In respect of all matters which are left to the decision of EIC including thegranting or with-holding of the certificates, EIC shall, if required to do so by the BOMOperator give in writing a decision thereon.4(A).25.2 If in the opinion of the BOM Operator, a decision made by EIC is not inaccordance with the meaning and intent of the contract, the BOM Operator may filewith EIC within fifteen (15) days after receipt of the decision, a written objection to thedecision. Failure to file an objection within the allotted time shall be considered asacceptance of EIC's decision and the decision shall become final and binding.4(A).25.3 EIC's decision and the filing of the written objection thereto shall be acondition precedent to the right to any legal proceedings. It is the intent of theContract that there shall be no delay in the execution of the works and the decision ofEIC as rendered shall be promptly observed.310208112 (Madh NLW Jan ‘09) 4 (A) - 25 Signature of Bidderwith Seal & Date


CMPDI4(A).26 CO-OPERATION WITH OTHER CONTRACTORS ANDCONSULTING ENGINEERSThe BOM Operator shall agree to co-operate with the Owner's otherContractors and consulting engineers and freely exchange with them such technicalinformation as is necessary to obtain the most efficient and economical design and toavoid unnecessary duplication of efforts. EIC shall be provided with three copies of allcorrespondence addressed by the BOM Operator to the Contractors of the Ownersand consulting engineers in respect of such exchange of technical information.4(A).27 TRAINING OF OWNER'S PERSONNEL4(A).27.1 The BOM Operator shall undertake to train free of cost, engineeringpersonnel selected and sent by the Owner at the works of the BOM Operator unlessotherwise specified in the technical specifications. The period and the nature oftraining for the individual personnel shall be agreed upon mutually between the BOMOperator and the Owner. These engineering personnel shall be given special trainingin the shops, where the equipment shall be manufactured and/or their collaborator'sworks and where possible, in any other plant where equipment manufactured by theBOM Operator or his collaborator is under installation or test, to enable thosepersonnel to become familiar with the equipment being furnished by the BOMOperator.4(A).27.2 All traveling and living expenses for the engineering personnel to be trainedduring the total period of training shall be borne by the Owner. These engineeringpersonnel while undergoing training shall be responsible to the BOM Operator fordiscipline.4(A).27.3 In the event of the Owner, for any reason, failing to avail of the trainingfacilities, he shall not be entitled for any rebate whatsoever on this account.4(A).28 POWER TO VARY OR OMIT WORK4(A).28.1 No alterations, amendments, omissions, suspensions or variations of theworks (hereinafter referred to as 'Variation') under the contract as detailed in the310208112 (Madh NLW Jan ‘09) 4 (A) - 26 Signature of Bidderwith Seal & Date


CMPDIcontract documents, shall be made by the BOM Operator except as directed inwriting by EIC, but EIC shall have full power subject to the provision hereinaftercontained from time to time during the execution of the contract, by notice in writing,to instruct the BOM Operator to make such variation without prejudice to the contract.The BOM Operator shall carry out such variation and be bound by the sameconditions as far as applicable as though the said variation occurred in the contractdocuments. If any suggested variation would, in the opinion of the BOM Operator, ifcarried out, prevent him from fulfilling any of his obligations or guarantees under thecontract, he shall notify EIC thereof in writing and EIC shall decide forthwith, whetheror not the same shall be carried out and if EIC confirm his instructions, BOMOperator’s obligations and guarantees shall be modified to such an extent as may bemutually agreed. Any agreed difference in cost occasioned by any such variationshall be added to or deducted from the contract price as the case may be.4(A).28.2 In the event of EIC requiring any variation, such reasonable and propernotice shall be given to the BOM Operator to enable him to work his arrangementsaccordingly, and in cases where goods or materials are already prepared/ procuredor any design, drawings of pattern made or work done requires to be altered, areasonable and agreed sum in respect thereof shall be paid to the BOM Operator.4(A).28.3 In any case in which the BOM Operator has received instructions from theengineer as to the requirement of carrying out the altered or additional substitutedwork which either then or later on, will in the opinion of the BOM Operator, involve aclaim for additional payments, the BOM Operator shall immediately and in no caselater than thirty (30) days, after receipt of the instructions aforesaid and beforecarrying out the instructions, advise EIC to that effect. But EIC shall not become liablefor the payment of any charges in respect of any such variations, unless theinstructions for the performance of the same shall be confirmed in writing by EIC.4(A).28.4 If any variation in the works, results in reduction of contract price, theparties shall, agree, in writing, so to the extent of any change in the price, beforeBOM Operator proceeds with the change.310208112 (Madh NLW Jan ‘09) 4 (A) - 27 Signature of Bidderwith Seal & Date


CMPDI4(A).28.5 In all the above cases, in the event of a disagreement as to thereasonableness of the said sum, the decision of EIC shall prevail.4(A).28.6 Notwithstanding anything stated above in this clause, EIC shall have thefull power to instruct the BOM Operator, in writing, during the execution of thecontract, to vary the quantities of the items or groups of items. The BOM Operatorshall carry out such variations and be bound by the same conditions, as though thesaid variations occurred in the contract documents. However, the contract price shallbe adjusted at the rates and the prices provided for the original quantities in thecontract.4(A).29 GUARANTEEThe BOM Operator shall guarantee that the equipment shall be new and inaccordance with the contract documents and be free from defects in material andworkmanship for a period of twelve (12) calendar months from commencement ofcommercial operation. The BOM Operator’s liability shall be limited to thereplacement (free of cost) of any defective parts in the equipment of his ownmanufacture or of those of his sub-Contractors, under normal use and arising solelyfrom faulty design, materials, and/ or workmanship provided always that suchdefective parts are repairable at the site and are not in the meantime essential in thecommercial use of the plant. Such replaced defective parts shall be retained by theBOM Operator unless otherwise arranged. No repairs or replacements shall normallybe carried out by the Engineer-in-Charge (EIC) when the plant is under thesupervision of the BOM Operator’s supervisory engineers.In addition to this, the BOM Operator shall ensure in writing by way of selfdeclaration certificate issued quarterly for the contract period stating therein that eachand every equipment/ system of the plant under the contract is presently in goodcondition and is operating satisfactorily and giving desired result.310208112 (Madh NLW Jan ‘09) 4 (A) - 28 Signature of Bidderwith Seal & Date


CMPDI4(A).30 REPLACEMENT OF DEFECTIVE PARTS AND MATERIALS4(A).30.1 If during the progress of the works the Engineer-in-Charge (EIC) shalldecide and inform in writing to the BOM Operator, that the BOM Operator hasmanufactured any plant or part of the plant unsound or imperfect or has furnished anyplant inferior than the quality specified, the BOM Operator on receiving details of suchdefects or deficiencies shall at his own expense within seven (7) days of his receivingthe notice, or otherwise, within such time as may be reasonably necessary for makingit good, proceed to alter, re-construct or remove such work and furnish freshequipment upto the standards of the specifications. In case the BOM Operator fails todo so, the Engineer-in-Charge (EIC) may on giving the BOM Operator seven (7)days' notice in writing of his intentions to do so, proceed to remove the portion of theworks so complained of and, at the cost of the BOM Operator, perform all such workor furnish all such equipment provided that nothing in this clause shall be deemed todeprive the Owner of or affect any rights under the contract which the Owner mayotherwise have in respect of such defects and deficiencies.4(A).30.2 The BOM Operator’s full and extreme liability under this clause shall besatisfied by the payments to the Owner of the extra cost, of such replacementprocured, including erection, as provided for in the contract, such extra cost being theascertained difference between the price paid by the Owner for such replacementsand the contract price portion for such defective plant as well as repayments of anysum paid by the Owner to the BOM Operator in respect of such defective plant.Should the Owner not so replace the defective plant, the BOM Operator’s extremeliability under this clause shall be limited to repayment of all sums paid by the Ownerunder the contract for such defective plant.4(A).31 DEFENCE OF SUITSIf any action in court is brought against the Owner or engineer or an officeror agent of the Owner for the failure or neglect on the part of the BOM Operator toperform any acts, matters, covenants or things under the contract, or for damage orinjury caused by the alleged omission or negligence on the part of the BOM Operator,his agents, representatives or his sub-Contractors, workmen, suppliers or employees,310208112 (Madh NLW Jan ‘09) 4 (A) - 29 Signature of Bidderwith Seal & Date


CMPDIthe BOM Operator shall in all such cases indemnify and keep the Owner, and EICand/or his representative, harmless from all losses, damages, expenses or decreesarising of such action.4(A).32 LIMITATIONS OF LIABILITIESThe final payment by the Owner in pursuance of the contract shall meanthe release of the BOM Operator from all his liabilities under the contract related tosetting up of the washery only. Such final payment against setting up of the Washeryshall be made only at the end of the initial one year of commercial operation periodas detailed in clause 4(A).29 and till such time as the contractual liabilities andresponsibilities of the BOM Operator, shall prevail. All other payments made underthe contract with regard to setting up of the plant shall be treated as on accountpayments.Regarding operation & maintenance of the plant, operator shall be relievedfrom his liabilities under the contract after expiry of contract period for operation &maintenance (also refer Cl. No 4(D).6).4(A).33 MARGINAL NOTESThe marginal notes to any clause of the contract shall not affect or controlthe construction of such clause.4(A).34 PROGRESS REPORTS AND PHOTOGRAPHS DURINGSETTING UP OF THE PLANTDuring the various stages of the works in the pursuance of the contract, theBOM Operator shall at his own cost submit periodic progress reports as may bereasonably required by EIC with such materials as charts, net-works, photographs,test certificates, etc. Such progress report shall be in the form and size as may berequired by EIC and shall be submitted in at least three (3) copies.310208112 (Madh NLW Jan ‘09) 4 (A) - 30 Signature of Bidderwith Seal & Date


CMPDI4(A).35 LONG TERM AVAILABILITY OF SPARES EVEN BEYONDEXPIRY OF CONTRACT PERIOD4(A).35.1 The BOM Operator shall guarantee the long term availability of spares tothe Owner for the full life of the equipment covered under the contract. The BOMOperator shall guarantee that before going out of production of spare parts of theequipment covered under the contract, he shall give the Owner at least twelve (12)months advance notice, so that the latter may order his bulk requirement of spares, ifhe so desires. The same provision shall also be applicable to sub-contractor. Further,in case of discontinuance of manufacture of any spares by the BOM Operator or hissub-contractors, the BOM Operator will provide the Owner two years in advance, withfull manufacturing drawings, material specifications and technical informationrequired by the Owner for the purpose of manufacture of such items.4(A).35.2 Further, in case of discontinuance of supply of spares by the BOMOperator or his sub-contractors, the BOM Operator shall provide the Owner with fullinformation for replacement of such spares with other equivalent makes. In all cases,the onus of replacement of spares lies with the operator for entire contract period.4(A).35.3 The BOM Operator shall provide the Owner with a "directory" of his sub-Contractors giving the addresses and other particulars of his sub-Contractors forinformation.4(A).35.4 Notwithstanding anything stated elsewhere in the bid documents, theprices of all spares which may be procured to cover long term requirements beyondthe 10 years' maintenance and operational requirements shall be generally inaccordance with the mutually agreed prices.4(A).35.5 The BOM Operator shall indicate in advance the delivery period of theitems of spares, which the Owner may procure in accordance with the sub-clause4(A).35.4 after expiry of the contract period.In case of emergency requirements of spares, the BOM Operator wouldmake every effort to expedite the manufacture and delivery of such spares on thebasis of mutually agreed time schedule.310208112 (Madh NLW Jan ‘09) 4 (A) - 31 Signature of Bidderwith Seal & Date


CMPDI4(A).35.6 The procedure specified in Cl. No. 4(A).35.4 and 4(A).35.5 shall apply forfuture procurement of items included in stand by spare list, mandatory spares lists,optional spares list and special tools, plants and equipment list, if any, specified in thebid documents.4(A).35.7 The BOM Operator shall indemnify the Owner for the availability of longtime spares as per the terms and conditions laid down above in Cl. No. 4(A).35.1 toCl. No. 4(A).35.6.4(A).35.8 After end of expiry of contract period of operation & maintenance, the BOMoperator must hand over critical spares to run the plant for two years.4(A).36 PAYMENT TO OPERATOR <strong>FOR</strong> SETTING UP OF THE<strong>WASHERY</strong>4(A).36.1 The payment to the BOM Operator for the performance of the works underthe contract shall be made by the Owner as per the guidelines and conditionsspecified herein. All payment made during the contract shall be on account paymentsonly. The final payment shall be made only at the end of Guarantee Period (i.e. afterinitial one year of commercial operation period) on completion of all the works and onfulfillment by the BOM Operator of all his liabilities under the contract towards settingup of the washery.4(A).36.2 LAW OF AGENCYAll the necessary activities towards release of overseas supplies fromCustom authority in all completeness, subsequent inland insurance coverage, inlandtransportation for both imported Equipment package with 2 years’ critical spares &subsequent operation & maintenance spares and also for the indigenous componentsshall be the responsibility of BOMO under this Contract. Owner undertakes to makeall the payments in respect of the above activities including port charges, porthandling, inland transportation, insurances according to the terms & conditions of thiscontract. BOMO shall act as an agent for the activities pertaining to delivery of310208112 (Madh NLW Jan ‘09) 4 (A) - 32 Signature of Bidderwith Seal & Date


CMPDIEquipment from Indian Port/ Equipment Manufacturers’ site to the final destination atWashery of Owner. The salient terms & conditions for such agency are givenhereafter:a) BOMO shall act as a pure agent for Owner when it makes payment tothe third party for the goods or services procured.b) Owner shall own the goods or services so procured by BOMO in itscapacity as pure agent of Owner.c) Owner will authorize BOMO to make payment on its behalf.d) All payments made by BOMO on behalf of Owner should beseparately indicated in the invoice issued by BOMO to Owner.4(A).36.3 DUE DATES <strong>FOR</strong> PAYMENTOwner shall make progressive payment as and when the payment is dueas per the terms of payment set forth in the accompanying technical specifications.Payment shall become due and payable by the Owner within fifteen (15) days fromthe date of receipt of BOM Operator’s bill/ invoice/ debit note by the Owner, providedthe documents submitted are complete in all respects.<strong>BCCL</strong> may be liable for payment of interest at the prevailing Prime LendingRate (PLR) of State Bank of India for the delayed period.4(A).36.4 PAYMENT SCHEDULEThe BOM Operator shall prepare and submit to the Engineer-in-Charge(EIC) for approval, a break-up of the contract price prior to signing of the Contract.This contract price break-up shall be interlinked with the agreed detailed PERTnetwork of the BOM Operator setting forth his starting and completion dates for thevarious key phases of works prepared as per condition of this section. Any paymentunder the contract shall be made only after the BOM Operator’s price break-up isapproved by the Engineer-in-Charge (EIC). The aggregate sum of the BOMOperator’s price break-up shall be equal to the lump sum contract price.310208112 (Madh NLW Jan ‘09) 4 (A) - 33 Signature of Bidderwith Seal & Date


4(A).36.5APPLICATION <strong>FOR</strong> PAYMENTCMPDI4(A).36.5.1 The BOM Operator shall submit application for the payment in theprescribed proforma of the Owner. Proforma for application for payment shall befurnished by <strong>BCCL</strong> prior to signing of the Contract and the same will be part of theContract.4(A).36.5.2 Each such application shall state the amount claimed and shall set forthin detail, in the order of the payment schedule, particulars of the works including theworks executed at site and of the equipment shipped/ brought on to the site pursuantto the contract upto the date mentioned in the application and for the period coveredsince the last preceding certificate, if any.4(A).36.5.3 Every interim payment certificate shall certify the contract value of theworks executed upto the date mentioned in the application for the payment certificate,provided that no sum shall be included in any interim payment certificate in respect ofthe works that, according to the decision of the Engineer-in-Charge (EIC), does notcomply with the contract, or has been performed, at the date of certificateprematurely.4(A).36.6 MODE OF PAYMENTThe payments due on receipt of equipment and materials, and those for theinland transportation and the erection portion of the works shall be made direct to theBOM Operator by the Owner.4(A).36.7TERMS OF PAYMENTS4(A).36.7.1 The terms of payment for the price components of the equipment andits erection are detailed herein for each equipment package. A certain percentage ofthe equipment and erection costs, for each package shall be paid as initial/mobilisation advance on fulfillment of the following by the BOM Operator (refer Cl.No. 4 (C).38 of this RFP Document also) given hereafter:i) Conditions to be fulfilled for initial advance for the Price-Component ofEquipment310208112 (Madh NLW Jan ‘09) 4 (A) - 34 Signature of Bidderwith Seal & Date


a) Issue of Letter of Acceptance of BidCMPDIb) Submission of an unconditional Bank Guarantee covering the advanceamount which shall be initially kept valid till expiry of one month after commencementof the commercial operation. The value of Bank Guarantee for advance shall beallowed to be reduced every six months after second running-on-account bill/ stagepayment under the contract, if the value of such B.G (Security) is more than Rs. five(5) lacs and validity is more than one year. The cumulative amount of reduction atany point of time shall not exceed 75% of the advance corresponding to cumulativevalue of supplies/ work completed as per a certificate to be issued by the Engineer-in-Charge (EIC). It should be clearly understood that the reduction in the value ofadvance Bank Guarantee or other security as above shall not in any way dilute theBOM Operator’s responsibilities and liabilities under the contract including in respectof supplies/ work for which the reduction in the value of Bank Guarantee (or othersecurity) is allowed.c) Submission of an unconditional bank guarantee towards DevelopmentGuarantee, in accordance with clause 4(A).2.1.d) Submission of a detailed PERT network based on the work-schedulestipulated in the letter of acceptance and its approval by Owner.ii)ComponentCondition to be fulfilled for initial advance for the Erection Price-a) On establishment of his office at site preparatory to mobilisation of hiserection establishment.b) Submission of an unconditional Bank Guarantee for an equivalentamount, which shall be initially kept valid till expiry of one month after thecommencement of commercial operation.c) Signing of Contract.4(A).36.7.2 All further payments under the contract shall be made as stipulatedhereafter in Cl. No. 36.7.4 (Progressive Payment) after signing the Contract. The310208112 (Madh NLW Jan ‘09) 4 (A) - 35 Signature of Bidderwith Seal & Date


CMPDIpayments linked with despatch of materials shall only be made after production of alldespatch documents as specified in L/C (Letter of Credit) conditions and/or in therelevant contract conditions which shall inter-alia include the material despatchclearance certificate issued by the Owner. Incase of erection, progressive paymentsshall only be made after the issue of certificates by EIC's field quality surveillancerepresentative for the successful completion of quality check points involved in thequantum of work billed.4(A).36.7.2.1 All the payments on account of Indigenous supply & services (including2 years’ critical spares & services) shall be made by Owner directly by drawing A/cPayee Cheque with any nationalized Indian bank in favor of BOMO subject to thesatisfactory inspection report from the project authority. The payment shall be madein INR after withholding of any taxes, duties, cess or fees at source, applicable as perIndian law and adjustment on account of penalty payable by the BOMO, if any.4(A).36.7.2.2 All the payments towards overseas supply & services (including 2years’ critical spares & services) shall take place through Letter of Credit (L/C) “atsight” with any nationalized Indian bank as mutually agreed upon. The payment maybe made in INR or single convertible Foreign Currency in which the Bidder hasquoted, as the case may be, after withholding of any penalty payable by the BOMO, ifany.4(A).36.7.2.3 Payment(s) by Letter of Credit (L/C)Where the payments are to be made by L/C:a) Charges associated with establishing the L/C in accordance with thecontract shall be for Owner’s Account;b) Charges associated with negotiation of documents and paymentsagainst the L/C in accordance with the contract shall be on BOMO’s Account;c) The L/C should be irrevocable and confirmed at the BOMO’s Cost, ifspecifically requested by the BOMO;d) If the L/C is required to be extended/ re-instated for reasons notattributable to Owner, the charges therefore shall be on BOMO’s Account;310208112 (Madh NLW Jan ‘09) 4 (A) - 36 Signature of Bidderwith Seal & Date


CMPDIand shall otherwise be subject in all respect to the latest uniformCustom & practice for documentary credit published by the International Chamber ofCommerce, Paris, France.4(A).36.7.3 INLAND TRANSPORTATION AND INSURANCEInland transportation (including port handling) and inland insurancecharges shall be paid to the BOM Operator on pro-rata to the value of the equipmentreceived at site and on production of the invoices by the BOM Operator. However,wherever equipmentwise inland transportation charges have been called for in the bidproposal sheets and have been furnished by the BOM Operator, the payment ofinland transportation charges shall be made after receipt of equipment at site basedon the charges thus identified by the BOM Operator in his proposal and incorporatedin the contract. The aggregate of all such pro-rata payments shall however, notexceeds the total amount quoted by the bidder in his bid and incorporated in thecontract.4(A).36.7.4 PROGRESSIVE PAYMENT:4(A).36.7.4.1 INDIGENOUS PORTIONi) For payment regarding design, engineering, supply of indigenousequipment, erection and commissioning, dovetailing with the existing system, ifrequired and civil/ structural works etc., 90% of the accepted contract value for theabove works (after receipt of the material / equipment at site in case of supply) shallbe given as progressive payment, payable on pro-rata basis as per the approvedbilling schedule less mobilisation advance paid as stated at the end of this clause.The billing schedule to be indicated by the Bidder (Sole Bidder) or Lead Member (incase of Associate/ Consortium Route) alongwith the Bid which after mutualfinalisation shall form an integral part of the contract.The mobilization advance shall be recovered from the second runningon account bills onward.ii) Balance payment of 10% of the accepted contract value payable only atthe end of Guarantee Period (i.e. after initial one year period of CommercialOperation).310208112 (Madh NLW Jan ‘09) 4 (A) - 37 Signature of Bidderwith Seal & Date


CMPDI4(A).36.7.4.2 <strong>FOR</strong> IMPORTED PORTIONi) Not exceeding 90% of the price of the imported equipment, payableprogressively against production of bill of lading and other documents of the importedequipment less mobilisation advance paid as stated at the end of this clause, shall bepaid to the BOMO by the company.ii) Balance payment of 10% of the price of the imported equipment,payable only at the end of Guarantee Period (i.e. after initial one year period ofCommercial Operation).Recovery of advance shall be headwise from the second running-onaccountbills (provided that the 1 st and 2 nd running-on-account bills are not the finalbills) @ 20% of the advance amount such that the whole of the advance under ahead shall be recovered from the no. of bills raised under that head (subject to amaximum of five installments over which recovery will be made).Note : Liquidated damages for delay shall be imposed if the BOM Operator fails tomaintain the required progress in terms of the agreed time and progresschart as per clause no.4(A).11 of this section (General Terms and Conditionof the Contract). The amount on account of L.D shall be deducted from therunning on account bill.4(A).36.8 PAYING AUTHORITY & PERIOD OF PAYMENT(<strong>BCCL</strong> shall intimate the “Lowest Bidder” about the paying authority for thissubject work for incorporation in the contract after issue of LoA.)All bills complete in all respect shall be addressed and submitted to theChief General Manager(WC & CP), Washery Construction Division, <strong>Bharat</strong> <strong>Coking</strong><strong>Coal</strong> Limited, Koyla Bhawan (L-VI), P.O- <strong>BCCL</strong> Township, Dhanbad-826005. <strong>BCCL</strong>shall make payment against the bill after due scrutiny within 15 (fifteen) days afterreceipt of the bill. <strong>BCCL</strong> may be liable for payment of interest at the prevailing “PrimeLending Rate” (PLR) of State Bank of India for the delayed period.310208112 (Madh NLW Jan ‘09) 4 (A) - 38 Signature of Bidderwith Seal & Date


CMPDI4(A).37 SETTLEMENT OF DISPUTESIt is incumbent upon the BOM Operator to avoid litigation and disputesduring the course of execution. However, if such disputes take place between theBOM Operator and the <strong>BCCL</strong>, effort shall be made first to settle the disputes at thecompany level.The BOM Operator should make request in writing to the Engineer-in-Charge (EIC) for settlement of such disputes/ claims within 30 (thirty) days of arisingof the cause of dispute/ claim failing which no disputes/ claims of the BOM Operatorshall be entertained by the company.If differences still persist, the settlement of the dispute with Govt. Agenciesshall be dealt with as per the Guidelines issued by the Ministry of Finance, Govt. ofIndia in this regard. In case of parties other than Govt. Agencies, the redressal of thedispute may be sought in the Court of Law.4(A).38 SPARES4(A).38.1 RECOMMENDED SPARES (INDIGENOUS & IMPORTED)A list of the recommended spares shall have to be furnished alongwith theBid. These recommended spares for indigenous and imported equipment, specialtools & tackles covering all mechanical, electrical and instrumentation items foroperation & maintenance of the plant shall have to be provided by the BOM Operatorand at the time of completion/ termination of the contract period, the same should behanded over to the Owner.4(A).38.2 CRITICAL SPARES <strong>FOR</strong> TWO YEARS’ OPERATION & MAINTENANCEBidder shall consider critical spares for two years’ operation of the plant intheir scope of supply for execution of set up of the washery. A comprehensive listwith items, specifications, quantity, unit price & value etc. including other associatedcost alongwith Price Bid has to be furnished. However, the Bidder shall ensure thestock availability of such critical spares at the time of completion/ termination of theContract period. In case such spares are used & consumed during the period ofcommercial operation by BOMO, the BOMO shall have to replenish the same.310208112 (Madh NLW Jan ‘09) 4 (A) - 39 Signature of Bidderwith Seal & Date


CMPDI4(A).39 SAFETY OF EMPLOYEESThe selected bidder shall at all times exercise reasonable precautions forthe safety of employees in the performance of the contract and shall comply with allapplicable provisions of the safety laws drawn up by the State or Central Governmentor Municipalities and other authorities in India. The BOMO shall comply with theprovisions of the safety Handbook as approved and amended from time to time bythe Government of India. Any compensation to be paid to the employees on anyaccount shall be the responsibility of the BOMO.4(A).40 EXECUTION OF WORKSAll operations necessary for the execution of the works and for theconstruction of any temporary works shall, so far as compliance with therequirements of the Contract permit, be carried on so as not to interfereunnecessarily or improperly with the public convenience or the access to use andoccupation of public or private roads and footpaths or to or of properties whether inpossession of the other agency or any other person and the BOMO shall saveharmless and indemnify <strong>BCCL</strong> in respect of all claims, demands, proceedings,damages, cost charges and expenses whatsoever arising out of or in relation to anysuch matters in so far as the bidder is responsible thereof.4(A).41 MINIMUM WAGEThe payments to the workmen shall be made by the BOMO as perMinimum Wage Act of Government of India and <strong>BCCL</strong> shall have no responsibilitytowards any compensation payment to workmen nor any liability for employment.4(A).42 CONSIGNEE( <strong>BCCL</strong> shall intimate the “Lowest Bidder” about the consignee for thissubject work for incorporation in the contract after issue of LoA)4(A).43 COST OF BIDDINGThe Bidder shall bear all costs associated with the preparation andsubmission of his Bid, and the Owner shall in no case be responsible or liable forthose costs.310208112 (Madh NLW Jan ‘09) 4 (A) - 40 Signature of Bidderwith Seal & Date


CMPDI4(A).44 SITE VISIT4(A).44.1The contour of proposed site varies from 210 m to 224 m (Refer Drg. No.HQ/CMP/310208112 (Madh NLW)/ 04/002).4(A).44.2 The Bidder, at the Bidder's own responsibility, cost and risk, is encouragedto visit and examine the Site of Works and its surroundings and obtain all informationthat may be necessary for preparing the Bid and entering into a contract forconstruction of the Works. The cost of visiting the Site shall be at the Bidder's ownexpense.4(A).44.3 It shall be deemed that the Bidder has visited the site/ area and got fullyacquainted with the working conditions and other prevalent conditions andfluctuations thereto whether he actually visits the site/ area or not and has taken allthe factors into account while quoting his rates and prices.4(A).44.4 Site Investigation Details: The Bidder, in preparing the bid, shall rely on theSite Investigation Details referred to in the Bid Document, supplemented by anyinformation available to the Bidder.4(A).45 AMENDMENT OF BIDDING DOCUMENTS4(A).45.1 Before the deadline for submission of Bids, the Owner may modify thebidding documents by issuing addenda in respect of the provisions not affecting anymajor changes and maintaining the basic essence of the document intact.4(A).45.2 Any addendum thus issued shall be part of the bidding documents andshall be communicated in writing or by cable to all purchasers of the biddingdocuments. Prospective Bidders shall acknowledge receipt of each addendum bycable to the Owner.4(A).45.3 To give prospective Bidders reasonable time in which to take an addenduminto account in preparing their Bids, the Owner shall extend, as necessary, thedeadline for submission of Bids and the same is also to be communicatedsimultaneously to all the purchasers of the Bidding Document.310208112 (Madh NLW Jan ‘09) 4 (A) - 41 Signature of Bidderwith Seal & Date


CMPDI4(A).46 CURRENCIES OF BID & PAYMENTThe unit rates and prices shall be quoted by the bidder in INR and/ or anysingle convertible Foreign Currency and all payments under this contract shall alsobe in INR and/ or convertible Foreign Currency in which the Bidder has quoted.4(A).47 EMPLOYMENT OF LOCAL LABOURBOM Operator is to employ, to the extent possible, only local projectaffected people and pay wages not less than the minimum wages fixed by the localGovernment.4(A).48 SUB-CONTRACTOR/ SUB-VENDOR4(A).48.1 The Contract shall specify major items of supply of services for which theBOM Operator proposes to engage Sub-Contractor/ Sub-Vendor. The BOMOperator may from time to time propose any addition or deletion from any such listand shall submit the proposals in this regard to the Engineer-in-Charge/ DesignatedOfficer-in-Charge for approval well in advance so as not to impede the progress ofwork. Such approval of the Engineer-in-Charge/ Designated Officer shall not relievethe BOM Operator from any of his obligation, duties and responsibilities under thecontract.4(A).48.2 If a Bidder submits his bid, qualifies and does not get the contractbecause of his not being the lowest, he shall be prohibited from working as a subcontractorfor the BOM Operator who is executing the work.4(A).49 PURCHASE PREFERENCE TO PUBLIC ENTERPRISESThe Owner reserves its right to allow Public Enterprises purchasepreference facility as admissible under prevailing policy.4(A).50 DEVIATIONSIt shall be confirmed that the terms & conditions laid down in this BidDocument shall be acceptable by the bidder(s). However, if the bidder (s) intends tomake a few deviations in their offers as against stipulation of the “Request for310208112 (Madh NLW Jan ‘09) 4 (A) - 42 Signature of Bidderwith Seal & Date


CMPDIProposal” (RFP) document, a summary showing the deviations should be furnishedas per Appendix - 11 with proper justification. <strong>BCCL</strong>, however, reserves the right totake a suitable view on such bid(s) with deviation and there shall be no obligationon part of the Owner to accept any of such deviations and the decisions of theOwner in this regard shall be final & binding.4(A).51 ASISTANCE IN PROCUREMENT OF MATERIALSAll the materials required for execution of the Contract shall be suppliedby the Selected Bidder/ BOM operator. <strong>BCCL</strong> may, on demand, issue anEssentiality Certificate (EC) to the selected bidder to enable him to procure steeland cement. In case, the use of imported materials/ equipment becomes essential,then the selected bidder shall obtain clearances from the Director General ofTechnical Development (DGTD), or the appropriate authority, if required.However, procurement of such materials against the EC issued by <strong>BCCL</strong>and/ or delay in getting such clearances for import shall not be linked in any waywith the delivery/ completion schedule of the work and the procurement shall be thesole responsibility of the selected bidder.4(A).52 OWNERSHIP OF RELATED DESIGN, DRAWINGS ETC.All designs, drawings, maintenance manuals, implementation documents,performance data alongwith any such material/ documents received with purchasedmaterial for washery etc. shall be the owner’s property.4(A).53 ENVIRONMENTAL AND OTHER STATUTORY &REGULATORY CLEARANCESThe Selected Bidder shall be responsible for execution of coal washeryfrom concept to commissioning which inter-alia includes planning, design &engineering, selection of necessary equipment & machinery, procurement, delivery,erection / installation, testing, successful commissioning as well as operating &maintaining of coal washing plant and all allied activities in compatible manner asper the norms laid down by Central/ State Pollution Control Boards or any other310208112 (Madh NLW Jan ‘09) 4 (A) - 43 Signature of Bidderwith Seal & Date


CMPDIagency as applicable. However <strong>BCCL</strong> shall be responsible for obtaining all suchenvironmental and other clearances from Central/ State Pollution Control Boards orany other agency as applicable. However, the bidder shall provide all necessaryassistance/ support in this regard as necessary.Though, the responsibility of obtaining statutory and regulatory includingenvironmental clearances lies with the Owner (<strong>BCCL</strong>) but while operating, the BOMOmust comply all such requirements. In the event of failure to maintain suchclearances during operation, the BOM Operator shall be liable to bear the amount ofany penalty in full as may be imposed by the respective authority concerned and alsobe liable to pay an amount of compensation to the Owner as applicable under Cl. No.4(D).3.2.1(b) for the quantity of raw coal not being able to wash during the affectedperiod for want of such clearances.310208112 (Madh NLW Jan ‘09) 4 (A) - 44 Signature of Bidderwith Seal & Date


CMPDISECTION – 4 (B)GENERAL TECHNICAL CONDITIONS <strong>FOR</strong> SETTINGUP OF THE <strong>WASHERY</strong>4(B).1 GENERALThis part covers technical conditions pursuant to the contract and shallform an integral part of the contract. The following provisions shall supplement all thedetailed technical specifications and requirements brought out in the accompanyingtechnical specifications. The Bidder’s proposal shall be based on the use ofequipment and materials complying fully with the requirements, specified herein. It isrecognized that the Bidder may have standardized on the use of certain components,materials, processes or procedures different than those specified herein.4(B).2 LIMIT OF CONTRACTEquipment furnished shall be complete in every respect with all mountings,fittings, fixtures and standard accessories normally provided with such equipmentand/or needed for erection, completion and safe operation of the equipment asrequired by applicable codes though they may not have been specifically detailed inthe technical specifications unless included in the list of exclusions. All similarstandard components/parts of similar standard equipment provided, shall be interchangeablewith one another.4(B).3 EQUIPMENT PER<strong>FOR</strong>MANCE GUARANTEE4(B).3.1 The performance tests of the equipment under the scope of the contractare detailed in the technical specifications. These guarantees shall supplement thegeneral performance guarantee provisions covered under general terms & conditionsof contract in clause entitled "Guarantee".4(B).3.2 Liquidated Damages for not meeting Performance Guarantee during thePerformance Guarantee Tests shall be assessed and recovered from the BOMOperator, as detailed in the technical specifications. Such liquidated damages shallbe without any limitation whatsoever and shall be in addition to damages, if anypayable under any other clauses of conditions of contract.310208112 (Madh NLW Jan ‘09) 4 (B) - 1 Signature of BidderWith Seal & Date


CMPDI4(B).4 ENGINEERING DATA4(B).4.1 The furnishing of engineering data by the Bidder shall be in accordancewith the schedule for each set of equipment as specified in the technicalspecifications. The review of these data by the EIC shall cover only generalconformance of the data to the specifications and documents, interfaces with theequipment provided under the specifications, external connections and of thedimensions which might affect plant layout. This review by the EIC may not indicate athorough review of all dimensions, quantities and details of the equipment, materials,any devices or items indicated or the accuracy of the information submitted. Thisreview and/or approval by the engineer shall not be construed by the BOM Operator,as limiting any of his responsibilities and liabilities for mistakes and deviations fromthe requirements, specified under these specifications and documents.4(B).4.2 All engineering data submitted by the Bidder after final process includingreview and approval by the engineer shall form part of the contract documents andthe entire works covered under these specifications shall be performed in strictconformity, unless otherwise expressly requested by the engineer in writing.4(B).5 DRAWING4(B).5.1 All drawings submitted by the Bidder/ BOM Operator including thosesubmitted at the time of bid shall be sufficiently detailed to indicate the type, size,arrangement, weight of each component, break-up for packing and shipment, theexternal-connections, fixing arrangements required, the dimensions required forinstallation and inter-connections with other equipment and materials, clearances andspaces required between various portions of equipment and any other informationspecifically requested in the specifications.4(B).5.2 Each drawing submitted by the Bidder/ BOM Operator shall be clearlymarked with the name of the Owner, the unit designation, the specifications title, thespecification number and the name of the project. If standard catalogue pages aresubmitted the applicable items shall be indicated therein. All titles, noting, markingsand writings on the drawing shall be in English. All the dimensions should be inmetric units.310208112 (Madh NLW Jan ‘09) 4 (B) - 2 Signature of BidderWith Seal & Date


CMPDI4(B).5.3 The Owner may use a 35 mm microfilm system in processing drawings. Alldrawings shall be suitable for microfilming. Drawings which are not suitable formicrofilming will not be accepted. A copy of each drawings reviewed shall bereturned to the BOM Operator as stipulated herein. The Owner may also accept anduse floppies/ disks for computer based drawings.4(B).5.3.1 Copies of drawings returned to the BOM Operator shall be in the form of aprint with the Owner's marking, or a print made from a microfilm of the marked updrawing or in the form of aperture cards if the BOM Operator has facilities to processsuch cards or print made from floppies for computer based drawings.4(B).5.4 The drawings submitted by the BOM Operator shall be reviewed by theEIC as far as practicable within two (2) weeks and shall be modified by the BOMOperator if any modifications and/or corrections are required by the EIC. The BOMOperator shall incorporate such modifications and/or corrections and submit the finaldrawings for approval. Any delay arising out of failure by the BOM Operator to rectifythe drawings in good time shall not alter the contract completion date for set up of thewashery.4(B).5.5 Approval by the EIC or his Nominee: the BOM Operator shall submitspecifications and drawings showing the proposed Temporary Works to the EIC orhis Nominee, who is to approve them if they comply with the specifications anddrawings. The BOM Operator shall be responsible for design of Temporary Works.The EIC or nominee’s approval shall not alter the BOM Operator’sresponsibility for design of the Temporary Works.4(B).5.6 The drawings sent for approval to the engineer shall be in quintuplicate.One print of such drawings shall be returned to the BOM Operator by the engineermarked approved/approved with corrections. The BOM Operator shall thereuponfurnish the Owner with nine prints and one reproducible original of the drawings afterincorporating all corrections.After completion of set up and before start of commercial operation, theBOMO shall submit two sets of all final i.e. ‘As built’ drawings on ‘ReproducibleTracing Film (RTF)’310208112 (Madh NLW Jan ‘09) 4 (B) - 3 Signature of BidderWith Seal & Date


CMPDI4(B).5.7 Further work by the BOM Operator shall be in strict accordance with thesedrawings and no deviation shall be permitted without the written approval of theengineer, if so required.4(B).5.8 All manufacturing and fabrication work in connection with the equipmentprior to the approval of the drawings shall be at the BOM Operator's risk. The BOMOperator may make any changes in the design which are necessary to make theequipment conform to the provisions and intent of the contract and such changesshall again be subject to approval by the EIC. Approval of BOM Operator's drawingsor work by the EIC shall not relieve the BOM Operator of any of his responsibilitiesand liabilities under the contract.4(B).5.9 Drawings shall include all installation and detailed piping drawingswherever applicable. All piping 100 mm and larger shall be routed in detail andsmaller pipe shall be shown schematically or by isometric drawings. All drawingsshall be fully corrected to agree with actual as built construction.4(B).5.10 Operating and Maintenance Manual: If “as built” drawings and/ or operatingand Maintenance Manuals are required, the BOM Operator shall supply them by thedates stated in the Contract.If the BOM Operator does not supply the drawings and/ or Manuals by thedates stated in the Contract, or they do not receive the EIC’s or his Nominee’sapproval, the EIC or his Nominee shall withhold the amount stated in the contractfrom payments due to the BOM Operator.4(B).6 INSTRUCTION MANUALS4(B).6.1 The BOM Operator shall submit to the EIC, preliminary instruction manualsfor all the equipment, covered under the contract within the time agreed uponbetween the Owner & the BOM Operator. The final instruction manuals complete inall respects shall be submitted by the BOM Operator thirty (30) days before the firstshipment of the equipment. The instruction manuals shall contain full details anddrawings of all the equipment furnished, the erection procedures, testing procedures,operation and maintenance procedures of the equipment. These instruction manualsshall be submitted in the form of one (1) reproducible original and twelve (12) copies.310208112 (Madh NLW Jan ‘09) 4 (B) - 4 Signature of BidderWith Seal & Date


CMPDI4(B).6.2 If after the commissioning and initial operation of the plant, the instructionmanuals require any modifications/ additions/ changes, the same shall beincorporated and the updated final instruction manuals in the form of one (1)reproducible original and twelve (12) copies shall also be submitted by the BOMOperator to the Owner.4(B).6.3 The BOM Operator shall furnish to the Owner, twelve (12) sets of spareparts catalogue.4(B).7 FILL OF CONSUMABLE, OILS AND LUBRICANTSAll the fill of consumable such as oils, lubricants and essential chemicalsetc., which shall be required to put the equipment, covered under the scope of thespecifications, into successful trial operation, PGT and successful operation &maintenance of the plant for the entire Contract period shall be provided by the BOMOperator.4(B).8 MANUFACTURING SCHEDULEThe BOM Operator shall submit to the engineer his manufacture & deliveryschedules for all equipment within thirty (30) days from the date of the letter ofacceptance of tender issued by <strong>BCCL</strong>. Such schedules shall be in line with thedetailed net-work for all phases of the work of the BOM Operator. Such schedulesshall be reviewed, up-dated and submitted to the engineer, once every two (2)months thereafter by the BOM Operator. Schedule shall also include the materialsand equipment purchased from outside suppliers.4(B).9 REFERENCE STANDARDS4(B).9.1 The codes and/ or standards referred to in these specifications shallgovern, in all cases wherever such references are made. In case of a conflictbetween such codes and/or standards and the specifications, the latter shall govern.Such codes and/ or standards referred to shall mean the latest revisions,amendments/ changes adopted and published by the relevant agencies. In case ofany further conflict in this matter, the same shall be referred to the EIC whosedecision shall be final and binding.310208112 (Madh NLW Jan ‘09) 4 (B) - 5 Signature of BidderWith Seal & Date


CMPDI4(B).9.2 Other internationally acceptable standards which ensure equal or higherperformance than those specified shall also be accepted.4(B).10 DESIGN IMPROVEMENT (w.r.t. SPECIFICATION & QUALITYOF EQUIPMENT)4(B).10.1 The EIC or the BOM Operator may propose changes as per therequirement of the system in the specification of the equipment or quality thereof andif the parties agree upon any such changes the specification shall be modifiedaccordingly.4(B).10.2 Any such agreed upon change shall not affect the price and schedule ofcompletion and the parties shall agree in writing before the BOM Operator proceedswith the change. Following such agreement, the provision thereof, shall be deemedto have been amended accordingly.4(B).11 QUALITY ASSURANCE4(B).11.1 QUALITY ASSURANCE PROGRAMMETo ensure that the equipment and services under the scope of this contractwhether manufactured or performed within the BOM Operator's works or at his Subcontractor'spremises or at the Owner's site or at any other place of work are inaccordance with the specifications, the BOM Operator shall adopt suitable qualityassurance programme to control such activities at all points necessary. Suchprogramme shall be outlined by the BOM Operator and shall be finally accepted bythe engineer after discussions before the issue of letter of acceptance of tender. Aquality assurance programme of the BOM Operator shall generally cover thefollowing:a. his organization structure for the management and implementation ofthe proposed quality assurance programmeb. documentation control systemc. qualification data for bidder's key personneld. the procedure for purchase of materials, parts components andselection of sub-contractor's services including vendor analysis, source310208112 (Madh NLW Jan ‘09) 4 (B) - 6 Signature of BidderWith Seal & Date


CMPDIinspection, incoming raw-material inspection, verification of materialspurchased etc.e. system for shop manufacturing and site erection control includingprocess control and fabrication and assembly controlsf. control of non-conforming items and system for corrective actionsg. inspection and test procedure both for manufacture and field activitiesh. control of calibration and testing of measuring and testing equipmenti. system for indication and appraisal of inspection statusj. system for quality auditsk. system for authorizing release of manufactured product to the Ownerl. system for maintenance of recordsm. system for handling storage and delivery andn. a quality plan detailing out the specific quality control procedureadopted for controlling the quality characteristics relevant to each item ofequipment furnished and each work at different stages executed at worksite.4(B).11.2 QUALITY ASSURANCE DOCUMENTSThe BOM Operator shall be required to submit the following QualityAssurance Documents within three weeks after despatch of the equipment:i. all non-destructive examination procedures stress relief and weldrepair procedure actually used during fabrication.ii.welder and welding operator qualification certificates.iii. welder identification list, listing welder's and welding operator'squalification procedure and welding identification symbols.iv. material mill test reports on components as specified by thespecification.v. the inspection plan with verification, inspection plan check points,verification sketches, if used, and methods used to verify that the310208112 (Madh NLW Jan ‘09) 4 (B) - 7 Signature of BidderWith Seal & Date


CMPDIinspection and testing points in the inspection plan were performedsatisfactorily.vi. sketches and drawings used for indicating the method of traceability ofthe radiographs to the location on the equipment.vii. all non-destructive examination result reports including radiographyinterpretation reports.viii. stress relief time temperature charts.ix. factory test results for testing required as per applicable codes andstandard referred in the specifications.x. the EIC or his duly authorised representative reserves the right tocarry out quality audit and quality surveillance of the systems andprocedures of the BOM Operator/ his vendor's quality management andcontrol activities.4(B).12 ENGINEER'S SUPERVISION4(B).12.1 To eliminate delays and avoid disputes and litigation it is agreed betweenthe parties to the contract that all matters and questions shall be referred to the EICand his decision shall be final.4(B).12.2 The work shall be performed under the direction and supervision of theEIC. The scope of the duties of the engineer, pursuant to the contract, will include butnot be limited to the following:a. interpretation of all the terms and conditions of these documents andspecification.b. review and interpretation of all the Contractor's drawings, engineeringdata etc.c. witness or authorise his representative to witness tests and trials eitherat the manufacturer's works or at site, or at any place where work isperformed under the contract.d. inspect, accept or reject any equipment, material and work under thecontract.310208112 (Madh NLW Jan ‘09) 4 (B) - 8 Signature of BidderWith Seal & Date


CMPDIe. issue certificate of acceptance and/or progressive payment and finalpayment certificates.f. review and suggest modifications and improvements in completionschedules from time to time.g. supervise the quality assurance programme implementation at allstages of the works.h. to receive and endorse the despatch documents enabling the BOMOperator to clear the consignments.4(B).13 INSPECTION, TESTING AND INSPECTION CERTIFICATE4(B).13.1 The EIC, his duly authorised representative and/or outside inspectionagency acting on behalf of the Owner shall have at all reasonable times access to theBOM Operator's premises or works and shall have the power at all reasonable timesto inspect and examine the materials and workmanship of the works during itsmanufacture or erection and if part of the works is being manufactured or assembledat other premises or works, the BOM Operator shall obtain from the EIC or his dulyauthorised representative permission to inspect as if the works were manufactured orassembled on the BOM Operator's own premises or works.4(B).13.2 The BOM Operator shall give the EIC fifteen (15) days written notice of anymaterial being ready for testing. Such tests shall be to the BOM Operator's accountexcept for the expenses of the EIC or his nominee. The EIC, unless witnessing of thetests is virtually waived, shall attend such tests within fifteen (15) days of the date onwhich the equipment is notified as being ready for test/ inspection, failing which theBOM Operator may proceed with the test which shall be deemed to have been madein the EIC or his nominee’s presence and he shall forthwith forward to the EIC or hisnominee duly certified copies of tests in triplicate.4(B).13.3 The EIC or his nominee shall within fifteen (15) days from the date ofinspection as defined herein give notice in writing to the BOM Operator, of anyobjection to any drawings and all or any equipment and workmanship which in hisopinion is not in accordance with the contract. The BOM Operator shall give dueconsideration to such objections and shall either make the modifications that may benecessary to meet the said objections or shall confirm in writing to the EIC or his310208112 (Madh NLW Jan ‘09) 4 (B) - 9 Signature of BidderWith Seal & Date


CMPDInominee giving reasons therein, that no modifications are necessary to comply withthe contract.4(B).13.4 When the factory tests have been completed at the BOM Operator's orsub-Contractor's works, the EIC or his nominee shall issue a certificate to this effectwithin fifteen (15) days after completion of tests but if the tests are not witnessed bythe EIC or his nominee, the certificate shall be issued within fifteen (15) days of thereceipt of the BOM Operator’s test certificate by the EIC or his nominee. Failure ofthe EIC or his nominee to issue such a certificate shall not prevent the BOM Operatorfrom proceeding with the works. The completion of these tests or the issue of thecertificate shall not bind the Owner to accept the equipment should it, on further testsafter erection, be found not to comply with the contract.4(B).13.5 In all cases where the contract provides for tests whether at the premisesor works of the BOM Operator or of any sub-contractor, the BOM Operator, exceptwhere otherwise specified, shall provide free of charge such items as labour,materials, electricity, fuel, water, stores, apparatus and instruments as may bereasonably demanded by the EIC or his nominee to carry out effectively such tests ofthe equipment in accordance with the contract to accomplish testing.4(B).13.6 The inspection by EIC or his nominee and issue of Inspection Certificatethereon shall in no way limit the liabilities and responsibilities of the BOM Operator inrespect of the agreed quality assurance programme forming a part of the contract.4(B).13.7 The above clauses are also applicable for operation & maintenance duringentire contract period, wherever required.4(B).14 TEST4(B).14.1 START UP4(B).14.1.1 On completion of erection of the equipment and before start-up, eachitem of the equipment shall be thoroughly cleaned and then inspected jointly by theEIC and the BOM Operator for correctness and completeness of installation andacceptability of start-up, leading to initial pre-commissioning tests at site. The list ofpre-commissioning tests to be performed shall be as mutually agreed and included inthe BOM Operator's quality assurance programme.310208112 (Madh NLW Jan ‘09) 4 (B) - 10 Signature of BidderWith Seal & Date


CMPDI4(B).14.1.2 The BOM Operator's commissioning/ start-up engineers, specificallyidentified as far as possible shall be responsible for carrying out all the precommissioningtests. On completion of inspection, checking and after the precommissioningtests are satisfactorily over, the complete equipment shall be placedon initial operation during which period the complete equipment shall be operatedintegral with sub-systems and supporting equipment as a complete plant referredhereinafter as plant.4(B).14.2 TRIAL OPERATION4(B).14.2.1 The plant shall then be on trial operation during which period allnecessary adjustments shall be made while operating over the full load-rangeenabling the plant to be made ready for performance guarantee tests.4(B).14.2.2 The duration of trial operation of the complete equipment shall befourteen (14) days out of which at least seventy two (72) hours shall be continuousoperation on full load or any other duration as may be agreed to, between the EICand the BOM Operator. The trial operation shall be considered successful, providedthat each item of the equipment can operate continuously at the specified operatingcharacteristics, for the period of trial operation.4(B).14.2.3 For the period of trial operation, the time of operation with any load shallbe counted. Minor interruptions not exceeding four (4) hours at a time, caused duringthe continuous operation shall not affect the total duration of trial operation. However,if in the opinion of the EIC, the interruption is long, the trial operation shall beprolonged for the period of interruption.4(B).14.2.4 A trial operation report comprising of observations and recordings ofvarious parameters to be measured in respect of the above trial operation shall beprepared by the BOM Operator. This report, besides recording the details of thevarious observations during trial run, shall also include the dates of start and finish ofthe trial operations and shall be signed by the representatives of both the parties. Thereport shall have sheets, recording all the details of interruptions occurred,adjustments made and any minor repairs done during the trial operation. Based onthe observations, necessary modifications/ repairs to the plant shall be carried out by310208112 (Madh NLW Jan ‘09) 4 (B) - 11 Signature of BidderWith Seal & Date


CMPDIthe BOM Operator to the full satisfaction of the engineer to enable the later to accordpermission to carry out Performance Guarantee Tests (PGT) on the plant. However,minor defects which do not endanger the safe operation of the equipment, shall notbe considered as reasons for withholding the aforesaid permission of PGT.4(B).14.3 PER<strong>FOR</strong>MANCE GUARANTEE TEST (PGT)4(B).14.3.1 The final test as to the performance guarantees shall be conducted atsite, by the BOMO in presence of the Owner. Such tests shall be commenced withina period of two (2) weeks after successful completion of trial operations. Anyextension of time beyond the above two (2) weeks shall be mutually agreed upon.4(B).14.3.2 These tests shall be binding on both the parties of the contract todetermine compliance of the equipment with the performance guarantees.4(B).14.3.3 The instrumentation and control equipment shall be used during suchtests and the BOMO shall use all calibrated measuring equipment and devices as faras practicable. However, un-measurable parameters shall be taken into account in areasonable manner by the EIC, for the equipment of these tests. The tests shall beconducted at the specified load points and as near the specified cycle condition aspracticable. The engineer shall apply proper corrections in calculation, to take intoaccount conditions which do not correspond to the specified conditions.4(B).14.3.4 All the equipment including any special equipment, tools & tackles andother facilities required for successful completion of the Performance GuaranteeTests shall be provided by the BOM Operator, free of cost.4(B).14.3.5 The guaranteed performance figures of the equipment shall be provedby the BOM Operator during these Performance Guarantee Tests. Should the resultsof these tests show any decrease from the guaranteed values, the BOM Operatorshall modify the equipment as required to enable it to meet the guarantees. In suchcase, Performance Guarantee Tests shall be repeated within one month, from thedate the equipment is ready for re-tests and all cost for modifications includinglabour, materials and the cost of additional testing to prove that the equipment meetthe guarantees, shall be borne by the BOM Operator. Duration of PerformanceGuarantee Tests will be of one month of which 6 (six) days continuous on-load310208112 (Madh NLW Jan ‘09) 4 (B) - 12 Signature of BidderWith Seal & Date


CMPDIoperation is the minimum requirement and in case it fails, the process ofPerformance Guarantee Tests will be repeated.4(B).14.3.6 The specific tests to be conducted on equipment has been brought out inthe technical specifications.4(B).14.3.7 Performance Guarantee Test shall make allowance for instrumentationerrors as may be decided by the EIC.4(B).14.4 TEST CODESThe provisions outlined in the ASME performance test codes or otherinternational and Indian approved equivalents shall generally be used as a guide forall the above test procedures unless otherwise specified in the technicalspecifications.4(B).15 PACKING4(B).15.1 All the equipment shall be suitably protected, coated, covered or boxedand crated to prevent damage or deterioration during transit, handling and storage atsite till the time of erection. While packing all the materials, the limitation from thepoint of view of availability of railway wagon sizes in India should be taken intoaccount. The BOM Operator shall be responsible for any loss or damage duringtransportation, handling and storage due to improper packing.4(B).15.2 The BOM Operator shall submit a copy of the list of packing originallyissued by equipment manufacturer for both indigenous / imported items for inspectionat site.4(B).16 PROTECTIONAll coated surfaces shall be protected against abrasions, impact,discoloration and any other damages. All exposed threaded portions shall be suitableprotected with either a metallic or a non-metallic protecting device. All ends of allvalves and piping and conduit equipment connections shall be properly sealed withsuitable devices to protect them from damage. The parts which are likely to getrusted, due to exposure to weather, should also be properly treated and protected ina suitable manner.310208112 (Madh NLW Jan ‘09) 4 (B) - 13 Signature of BidderWith Seal & Date


CMPDI4(B).17 PRESERVATIVE SHOP COATING4(B).17.1 All exposed metallic surfaces subject to corrosion shall be protected byshop application of suitable coatings. All surfaces which shall not be easily accessibleafter the shop assembly, shall beforehand be treated and protected for the life of theequipment. All surfaces shall be thoroughly cleaned of all mill scale, oxide and othercoatings and prepared in the shop. The surfaces that are to be finish painted afterinstallation or require corrosion protection until installation, shall be shop painted withat least two coats of primer. Transformers and other electrical equipment, if includedshall be shop finished with one or more coats of primer and two coats of high graderesistance enamel. The finished colours shall be as per manufacturer's standards, tobe selected and specified by the EIC at a later date.4(B).17.2 Shop primer for all steel surfaces which shall be exposed to operatingtemperature below 95 0 C shall be selected by the BOM Operator, after obtainingspecific approval of the engineer regarding the quality of primer proposed to beapplied. Special high temperature primer shall be used on surfaces exposed totemperatures higher than 95 0 C and such primers shall also be subject to the approvalof the engineer.4(B).17.3 All other steel surfaces which are not to be painted shall be coated withsuitable dust preventive compound subject to the approval of the engineer.4(B).18 PROTECTIVE GUARDSSuitable guards shall be provided for protection of personnel on allexposed rotating and/or moving machine parts. All such guards with necessaryspares and accessories shall be designed for easy installation and removal formaintenance purposes.4(B).19 DESIGN CO-ORDINATIONThe BOM Operator shall be responsible for the selection and design ofappropriate equipment to provide the best co-ordinated performance of the entiresystem. The basic design requirements are detailed out in Technical Specifications.The design of various components, sub-assemblies and assemblies shall be sodone, so that it facilitates easy field assembly and maintenance. All the rotating310208112 (Madh NLW Jan ‘09) 4 (B) - 14 Signature of BidderWith Seal & Date


CMPDIcomponents shall be so selected that the natural frequency of the complete unit is notcritical at or close to the operating range of the unit.4(B).20 DESIGN CO-ORDINATION MEETINGThe BOM Operator shall be called upon to attend design co-ordinationmeetings with the engineer, other Contractors and the consultants of the Ownerduring the period of contract. The BOM Operator shall attend such meetings at hisown cost at mutually agreed venue as and when required and fully co-operate withsuch persons and agencies involved during those discussions.4(B).21 TOOLS AND TACKLESThe BOM Operator shall supply with the equipment one complete set of allspecial tools and tackles for the erection, assembly, dis-assembly and maintenanceof the equipment. However, these tools and tackles shall be separately packed andbrought on to site and handed over to <strong>BCCL</strong> at the time of handing over of the plantafter successful completion of the entire contract period.4(B).22 NOISE LEVELThe equivalent 'A' weighted sound level measured at a distance of 1.5metres above floor level in elevation and one meter horizontally from the base of anyequipment furnished and installed under these specifications, expressed in decibelsto a reference of 0.0002 microbar, shall not exceed 85 dBA.4(B).23 TAKING OVER BY <strong>BCCL</strong> AND HANDING OVER TO BOMOPERATOR <strong>FOR</strong> OPERATION & MAINTENANCEUpon successful completion of all the tests to be performed at site onequipment/ plant set up by the BOM Operator, the EIC shall issue to the BOMOperator a taking over certificate as a proof of the final acceptance of the equipmentand plant. The plant shall then be formally handed over to the BOM Operator foroperation & maintenance for the entire contract period. After successful completion ofPGT, this plant shall be deemed to be handed over to the BOMO for its commercialoperation.310208112 (Madh NLW Jan ‘09) 4 (B) - 15 Signature of BidderWith Seal & Date


CMPDICertificates regarding taking over & handing over shall not unreasonably bewithheld nor shall the engineer delay the issuance thereof, on account of minoromissions or defects which do not affect the commercial operation and/or cause anyserious risk to the equipment. Such certificate shall not relieve the BOM Operator ofany of his obligations which otherwise survive, by the terms and conditions of thecontract after issuance of such certificate.4(B).24 INDIAN STANDARDSNormally Indian Standards as published by Bureau of Indian Standards(BIS) shall be followed. Wherever relevant Indian Standard is not published by theBIS, International Standards or American Standard or German Standard or BritishStandard, as decided by the EIC in consultation with the Consultant employed by theOwner, shall be followed.4(B).25 WELDINGIf the manufacturer has special requirements relating to the weldingprocedures for welds at the terminals of the equipment under separate specifications,the requirements shall be arranged by the BOM Operator in advance ofcommencement of erection work.4(B).26 LUBRICATIONEquipment shall be lubricated by systems designed for continuousoperation. Lubricant level indicators shall be furnished and marked to indicate properlevels under both stand-still and operating conditions.4(B).27 EQUIPMENT BASESA cast iron or welded steel base plate shall be provided for all rotatingequipment which is to be installed on a concrete/ structural steel base unlessotherwise agreed to by the EIC. Each base plate shall support the unit and its driveassembly, shall be of a neat design with pads for anchoring the units, shall have araised lip all around, and shall have threaded drain connections.4(B).28 RATING PLATES, NAME PLATES AND LABELS4(B).28.1 Each main and auxiliary items of plant is to have permanently attached to itin a conspicuous position a rating plate of non-corrosive material upon which is to be310208112 (Madh NLW Jan ‘09) 4 (B) - 16 Signature of BidderWith Seal & Date


CMPDIengraved the manufacturer's name, equipment, type or serial number, together withdetails of the loading conditions under which the item of plant in question have beendesigned to operate, and such diagram plates as may be required by the engineer.4(B).28.2 Each item of plant is to be provided with a nameplate or label designatingthe service of the particular equipment. The inscriptions are to be approved by theengineer or shall be as detailed in the appropriate sections of the technicalspecifications.4(B).28.3 Such nameplates or labels are to be of white non-hygroscopic material withengraved black lettering or, alternatively, in the case of indoor circuit breakers,starters etc. of transparent plastic material with suitably coloured lettering engravedon the back.4(B).28.4 Items of plant such as valves, which are subject to handling, are to beprovided with an engraved chromium plated nameplate or label with engraving filledwith enamel.4(B).28.5 All such name plates, instruction plates, lubrication charts etc. shall bebilingual with Hindi inscription first, followed by English. Alternatively two separateplates one with Hindi and the other with English inscriptions may be provided.4(B).29 COLOUR CODE <strong>FOR</strong> PIPE SERVICESAll pipe services wherever applicable are to be painted in accordance withthe Owner's standard colour scheme, by the BOM Operator.4(B).30 SUPPORT/ SERVICE BY THE OWNER4(B).30.1 The supports/ services to be provided by the Owner to facilitate theexecution of subject work has been described at Cl. No. 3.2.2 under section 3 of RFQDocument.4(B).30.2 In the event of the BOMO requiring these supports/ services at parametersother than those specified above, for any systems, equipment, instrument etc., heshall make the necessary arrangements himself.310208112 (Madh NLW Jan ‘09) 4 (B) - 17 Signature of BidderWith Seal & Date


CMPDISECTION – 4 (C)ERECTION CONDITIONS OF CONTRACT4(C).1 GENERAL4(C).1.1 The following shall supplement the conditions already contained in otherparts of the Bid Document and shall govern the portion of the work of this Contract tobe performed at site.4(C).1.2 The BOM Operator upon signing of the contract shall, in addition to aProject Co-ordinator, nominate another responsible officer as his representative atsite suitably designated for the purpose of overall responsibility and co-ordination ofthe works to be performed at site. Such person shall function from the site office ofthe BOM Operator during the contract.4(C).2 OWNER'S LIEN ON EQUIPMENTThe Owner shall have lien on all equipment of the BOM Operator includingthose of his sub-contractor(s), if any, brought to the site for the purpose of erection,testing and commissioning of the plant. The Owner shall continue to hold the lien onall such equipment throughout the period of contract. No material brought to the site,shall be removed from the site by the BOM Operator and/ or his sub-contractorswithout the prior written approval of the EIC.4(C).3 INSPECTION, TESTING AND INSPECTION CERTIFICATESThe provisions of the clause entitled inspection testing and inspectioncertificates under section General Technical Conditions (GTC) for setting up of thewashery (refer Cl. No.4(B).13) shall also be applicable to the erection portion of theworks. The EIC shall have the right to re-inspect any equipment though previouslyinspected and approved by him, at the BOM Operator's works, before and after thesame are constructed and/or erected at site. If by the above inspection, the EICrejects any work or equipment, the BOM Operator shall make good for such rejectioneither by replacement or modifications/ repairs as may be necessary, to thesatisfaction of the EIC. Such replacement shall also include the replacement or reexecutionof such of those works of other contractor of the Owner and/ or agencies,310208112 (Madh NLW Jan ‘09) 4 (C) - 1 Signature of Bidderwith Seal & Date


CMPDIwhich might have got damaged or affected by the replacements or re-work done tothe BOM Operator's work.4 (C) .4 ACCESSES TO SITE AND WORKS ON SITE4(C).4.1 Suitable access to and possession of the site shall be accorded to theBOM Operator by the Owner in reasonable time.4(C).4.2 The works so far as it is carried out on the Owner's premises, shall becarried out at such time as the Owner may approve and the Owner shall give theBOM Operator reasonable facilities for carrying out the works.4(C).4.3 In the execution of the works, no persons other than the BOM Operator orhis duly appointed representative, sub-contractor and workmen, shall be allowed todo work on the site, except by the special permission, in writing of the EIC or hisrepresentative.4(C).5 BOM OPERATOR'S SITE OFFICE ESTABLISHMENTThe BOM Operator shall establish a site office at the site and keep postedan authorised representative for the purpose of the contract. Any written order orinstruction of the EIC or his duly authorised representative shall be communicated tothe said authorised resident representing the BOM Operator and the same shall bedeemed to have been communicated to the BOM Operator at his legal address.4(C).6 CO-OPERATION WITH OTHER CONTRACTORS4(C).6.1 The BOM Operator shall co-operate with all other contractors or tradesmenof the Owner, who may be performing other works on behalf of the Owner and theworkmen who may be employed by the Owner and doing work in the vicinity of theworks under the contract. The BOM Operator shall also so arrange to perform hiswork as to minimise, to the maximum extent possible, interference with the work ofother contractors and his workmen. Any injury or damage that may be sustained inthe employees of the other contractors and the Owner, due to the BOM Operator'swork shall promptly be made good at his own expense. The EIC shall determine theresolution of any difference or conflict that may arise between the BOM Operator andother contractors or between the BOM Operator and the workmen of the Owner inregard to their work. If the works of the BOM Operator is delayed because of any acts310208112 (Madh NLW Jan ‘09) 4 (C) - 2 Signature of Bidderwith Seal & Date


CMPDIor omissions of another contractor, the BOM Operator shall have no claim against theOwner on that account other than an extension of time for completing his works.4(C).6.2 The EIC shall be notified promptly by the BOM Operator of any defects inthe other contractor's works that could affect the BOM Operator's works. The EICshall determine the corrective measures, if any, required to rectify this situation afterinspection of the works and such decisions by the EIC shall be binding on the BOMOperator.4(C).7 DISCIPLINE OF WORKMENThe BOM Operator shall adhere to the disciplinary procedure set by theEIC in respect of his employees and workmen at site. The EIC shall be at liberty toobject to the presence of any representative or employees of the BOM Operator atthe site, if in the opinion of the EIC such employee has mis-conducted himself or beincompetent or negligent or otherwise undesirable and then the BOM Operator shallremove such a person objected to and provide in his place a competent replacement.4(C).8 BOM OPERATOR'S FIELD OPERATION4(C).8.1 The BOM Operator shall keep the EIC informed in advance regarding hisfield activity plans and schedules for carrying out each part of the works. Any reviewof such plan or schedule or method of work by the EIC shall not relieve the BOMOperator of any of his responsibilities towards the field activities. Such reviews shallalso not be considered as an assumption of any risk or liability by the EIC or theOwner or any of his representatives and no claim of the BOM Operator shall beentertained because of the failure or inefficiency of any such plan or schedule ormethod of work reviewed. The BOM Operator shall be solely responsible for thesafety, adequacy and efficiency of plant and equipment and his erection methods.4(C).8.2 The BOM Operator shall have complete responsibility for the conditions ofthe work site including the safety of all persons employed by him or his subcontractorand all the properties under his custody during the performance of thework. This requirement shall apply continuously till the completion of the contract andshall not be limited to normal working hours. The construction review by the EIC isnot intended to include review of BOM Operator's safety measures in, on or near thework-site, and their adequacy or otherwise.310208112 (Madh NLW Jan ‘09) 4 (C) - 3 Signature of Bidderwith Seal & Date


CMPDI4(C).9 PHOTOGRAPHS AND PROGRESS REPORT4(C).9.1 The BOM Operator shall furnish three (3) prints each to the EIC of progressphotographs of the work done at site. Photographs shall be taken as and whenindicated by the EIC or his representative. Photographs shall be adequate in size andnumber to indicate various stages of erection. Each photograph shall contain thedate, the name of the BOM Operator and the title of the photograph.4(C).9.2 The above photographs shall accompany the monthly progress reportdetailing out the progress achieved on all erection activities as compared to theschedules. The report shall also indicate the reasons for the variance between thescheduled and actual progress and the action proposed for corrective measureswherever necessary.4(C).10 MANPOWER REPORT4(C).10.1 The BOM Operator shall submit to the EIC, on the first day of every month,a man hour schedule for the month, detailing the man hours scheduled for the month,skill-wise and area-wise.4(C).10.2 The BOM Operator shall also submit to the EIC on the first day of everymonth, a man power report of the previous months detailing the number of personsscheduled to have been employed and actually employed, skill-wise and areas ofemployment of such labour.4(C).11 PROTECTION WORKThe BOM Operator shall have total responsibility for protecting his works tillit is finally taken over by the EIC. No claim shall be entertained by the Owner or theEIC for any damage or loss to the BOM Operator's works and the BOM Operatorshall be responsible for the complete restoration of the damaged works to its originalcondition to comply with the specifications and drawings. Should any such damage tothe BOM Operator's works occur because of other party not under his supervision orcontrol, the BOM Operator shall make his claim directly with the party concerned. Ifdisagreement or conflict or dispute develops between the BOM Operator and theother party or parties concerned regarding the responsibility for damage to the BOMOperator's works the same shall be resolved as per the provisions of the Cl. No.4(C).6 above entitled “Co-operation with other contractors”. The BOM Operator shall310208112 (Madh NLW Jan ‘09) 4 (C) - 4 Signature of Bidderwith Seal & Date


CMPDInot cause any delay in the repair of such damaged works because of any delay in theresolution of such disputes. The BOM Operator shall proceed to repair the workimmediately and the cause thereof shall be assigned pending resolution of suchdispute.4(C).12 EMPLOYMENT OF LABOUR4(C).12.1 The BOM Operator shall be expected to employ on the work only hisregular skilled employees with experience of his particular work. No female labourshall be employed after darkness. No persons below the age of eighteen years shallbe employed.4(C).12.2 All traveling expenses including provisions of all necessary transport to andfrom site, lodging allowances and other payments to BOM Operator's employeesshall be the sole responsibility of the BOM Operator.4(C).12.3 The hour of work on the site shall be decided by the Owner and the BOMOperator shall adhere to it. Working hours shall normally be eight (8) hours per day-Monday to Saturday.4(C).12.4 BOM Operator's employees shall wear identification badges while on workon site.4(C).12.5 In case the Owner becomes liable to pay any wages or dues to the labouror to any Government agency under any of the provisions of the Minimum WagesAct, Workmen compensation Act, Contract Labour Regulation Abolition Act, CMPFAct/ EPF Act or any other law due to act of omission of the BOM Operator, the Ownermay make such payments and shall recover the same from the BOM Operator's bills.4(C).13 FACILITIES TO BE PROVIDED BY THE OWNER4(C).13.1 SPACENormally the BOMO shall not ask for any space other than the landprovided for setting up of the washery. However, the BOMO shall indicate the Ownerwithin thirty (30) days from the date of issue of ‘Letter of Acceptance/ Award’, abouthis requirement of space for his office, storage area, pre-assembly & fabricationareas etc. The above requirement shall be reviewed by the EIC and space, if310208112 (Madh NLW Jan ‘09) 4 (C) - 5 Signature of Bidderwith Seal & Date


CMPDIavailable, shall be allotted to the BOM Operator for construction of his temporarystructures for his own as well as his sub-contractor's use.4(C).13.2 ELECTRICITYThe BOM Operator shall submit to the EIC within thirty (30) days from thedate of issue of the ‘Letter of Acceptance/ Award, his electrical power requirements, ifany, to allow the planning of the temporary electrical distribution by the EIC. TheBOM Operator shall be provided with supply of electricity for the purpose ofconstruction of washery only at one point in the project site. The BOM Operator shallmake his own further distribution arrangement. All temporary wiring must comply withlocal regulations and shall be subject to EIC's inspection and approval beforeconnection to supply. The BOM Operator shall be charged for the power supplied atwork site at prevalent rate of power supplied by the State Electricity Board or anyother Organisation.4(C).13.3 WATERSupply of water shall be made available for the construction purposes at anagreed single point within 100 meters of the work site. And further distribution shallbe the responsibility of the BOM Operator. The BOM Operator shall be charged forthe water supplied at work site @ 1% of the value of civil works and shall bededucted from the BOM Operator's running/ final bills.4(C).13.4 COMMUNICATIONThe Owner shall extend the telephone & telex facilities, if available at site,for purposes of contract. The BOM Operator shall be charged at actual for suchfacilities.4(C).13.5 AMBULANCE FACILITY ON EMERGENCYThe Owner shall provide the BOM Operator, in case of an emergency, theservices of an ambulance, if available, for transportation to the nearest hospital.4(C).14 FACILITIES TO BE PROVIDED BY THE BOM OPERATORBesides other requirements for completion of the subject work, BOMO shallalso provide the facilities given hereafter.310208112 (Madh NLW Jan ‘09) 4 (C) - 6 Signature of Bidderwith Seal & Date


CMPDI4(C).14.1 TOOLS, TACKLES AND SCAFFOLDINGSThe BOM Operator shall provide all the construction equipment, tools,tackles and scaffoldings required for pre-assembly, erection, testing andcommissioning of the equipment covered under the contract. He shall submit a list ofall such materials to the EIC before the commencement of pre-assembly at site.These tools and tackles shall not be removed from the site without the writtenpermission of the EIC.4(C).14.2 FIRST AIDThe BOM Operator shall provide necessary first aid facilities for all hisemployees, representatives and workmen working at the site. Enough number ofBOM Operator's personnel shall be trained in administering first-aid.4(C).14.3CLEANLINESS4(C).14.3.1 The BOM Operator shall be responsible for keeping the entire areaallotted to him clean and free from rubbish, debris etc. during the period of contract.The BOM Operator shall employ enough number of special personnel to thoroughlyclean his work area at least once in a day. All such rubbish and scrap material shallbe stacked or disposed in a place to be identified by the EIC. Materials and storesshall be so arranged to permit easy cleaning of the area in areas where equipmentmight drip oil and cause damage to the floor surface, a suitable protective cover of aflame resistant, oil proof sheet shall be provided to protect the floor from suchdamage.4(C).14.3.2 Similarly, the offices and other work places of the BOM Operator'semployees and workmen shall be kept clean and neat to the entire satisfaction of theEIC. Proper sanitary arrangement shall be provided by the BOM Operator in the workareas and offices of the BOM Operator.4(C).15 LINES AND GRADESAll the works shall be performed to the lines, grades and elevationsindicated on the drawings. The BOM Operator shall be responsible to locate andlayout the works. Basic horizontal and vertical control points shall be established andmarked by the EIC at site at suitable points. These points shall be used as datum forthe works under the contract. The BOM Operator shall inform the EIC well in advance310208112 (Madh NLW Jan ‘09) 4 (C) - 7 Signature of Bidderwith Seal & Date


CMPDIof the times and places at which he wishes to do work in the area allotted to him, sothat suitable datum points may be established and checked by the EIC to enable theBOM Operator to proceed with his works. Any work done without being properlylocated may be removed and/ or dismantled by the EIC at BOM Operator's expense.4(C).16 FIRE PROTECTION4(C).16.1 The work procedures that are to be used during the erection shall be thosewhich minimise fire hazards to the extent practicable. Combustible materials,combustible waste and rubbish shall be collected and removed from the site at leastonce each day. Fuels, oils and volatile or flammable materials shall be stored awayfrom the construction, and equipment and materials storage areas in safe containers.Untreated canvas paper, plastic or other flammable flexible materials shall not at allbe used at site for any other purpose unless otherwise specified. If any suchmaterials are received with the equipment at the site, the same shall be removed andreplaced with acceptable material before moving into the construction area orstorage.4(C).16.2 Similarly, corrugated paper fabricated cartons etc. shall not be permitted inthe construction area either for storage or for handling of materials. All such materialsused shall be water proof and flame resistant type. All the other materials such asworking drawings, plans, etc. which are combustible but are essential for the works tobe executed shall be protected against combustion resulting from welding sparks,cutting flames and other similar fire sources.4(C).16.3 All the BOM Operator's supervisory personnel and sufficient number ofworkers shall be trained for fire-fighting and shall be assigned specific fire protectionduties. Enough of such trained personnel must be available at the site during theentire period of the contract.4(C).16.4 The BOM Operator shall provide enough fire protection equipment of thetypes and number for the ware-houses, office, temporary structures, labour colonyarea etc. Access to such fire protection equipment, shall be easy and kept open at alltimes.310208112 (Madh NLW Jan ‘09) 4 (C) - 8 Signature of Bidderwith Seal & Date


CMPDI4(C).17 SECURITYThe BOM Operator shall have total responsibility for all equipment andmaterials in his custody stored, loose, semi-assembled and/ or erected by him at site.The BOM Operator shall make suitable security arrangements including employmentof security personnel to ensure the protection of all materials, equipment and worksfrom theft, fire, pilferage and any other damages and loss. All materials of the BOMOperator shall enter and leave the project site only with the written permission of theEIC in the prescribed manner.4(C).18 BOM OPERATOR’S (BOMO’s) AREA LIMITSThe EIC shall mark-out the boundary limits of access roads, parkingspaces, storage and construction areas for the BOMO and the BOMO shall nottrespass the areas not so marked out for him. The BOMO shall be responsible toensure that none of his personnel move out of the areas marked out for hisoperations. In case of such a need for the BOMO’s personnel to work out of the areasmarked out for him, the same shall be done only with the written permission of theEIC.4(C).19 BOM OPERATOR’S CO-OPERATION WITH THE OWNERIn cases where the performance of the erection work by the BOMO affectsthe operation of the system facilities of the Owner, such erection work of the BOMOshall be scheduled to be performed only in the manner stipulated by the EIC and thesame shall be acceptable at all times to the BOMO. The EIC may impose suchrestrictions on the facilities provided to the BOMO such as electricity, water, etc. ashe may think fit in the interest of the Owner and the BOMO shall strictly adhere tosuch restrictions and co-operate with the EIC. It shall be the responsibility of theBOMO to provide all necessary temporary instrumentation and other measuringdevices required during start-up and operation of the equipment systems, which areerected by him. The BOMO shall also be responsible for flushing and initial filling ofall the oil and lubricants required for the equipment furnished and erected by him, soas to make such equipment ready for operation. The BOMO shall be responsible forsupplying such flushing oil and other lubricants unless otherwise specified elsewherein these documents & specifications.310208112 (Madh NLW Jan ‘09) 4 (C) - 9 Signature of Bidderwith Seal & Date


CMPDI4(C).20 PRE-COMMISSIONING TRIALS AND INITIAL OPERATIONSThe pre-commissioning trials and initial operations of the equipmentfurnished and erected by the BOMO shall be the responsibility of the BOMO asdetailed in relevant clauses in Section - 4(B), General Technical Conditions for settingup of the washery. The BOMO shall provide, in addition, test instruments, calibratingdevices, etc. and the labour required for the successful performance of these trials. Itis anticipated that the above test may prolong for a long time, the BOMO’s workmenrequired for the above test shall always be present at site during such trials.4(C).21 MATERIALS HANDLING AND STORAGE4(C).21.1 All the equipment furnished under the contract and arriving at site shall bepromptly received, unloaded and transported and stored in the storage spaces by theBOMO.4(C).21.2 The BOMO shall be responsible for examining all the shipment and notifythe EIC immediately or any damage, shortage, discrepancy, etc. for the purpose ofEIC’s information only. The BOMO shall submit to the EIC every week a reportdetailing all the receipts during the week. However, the BOMO shall be solelyresponsible for any shortages or damage in transit, handling and/or in storage anderection of the equipment at the site. Any demurrage, wharfage and other suchcharges claimed by the transporters, Railways etc. shall be to the account of theBOMO.4(C).21.3 The BOMO shall maintain an accurate and exhaustive record detailing outthe list of all equipment received by him for the purpose of erection and keep suchrecord open for the inspection of the EIC at any time.4(C).21.4 All equipment shall be handled very carefully to prevent any damage orloss. No bare wire ropes, slings, etc. shall be used for unloading and/or handling ofthe equipment without the specific written permission of the EIC. The equipmentstored shall be properly protected to prevent damage either to the equipment or tothe floor where they are stored. The equipment from the store shall be moved to theactual location at the appropriate time so as to avoid damage of such equipment atsite.310208112 (Madh NLW Jan ‘09) 4 (C) - 10 Signature of Bidderwith Seal & Date


CMPDI4(C).21.5 All electrical panels, control gear, motors and such other devices shall beproperly dried by heating before they are installed and energized. Motor bearings, sliprings, commutators and other exposed parts shall be protected against moistureingress and corrosion during storage and periodically inspected. Heavy rotating partsin assembled conditions shall be periodically rotated to prevent corrosion due toprolonged storage.4(C).21.6 All the electrical equipment such as motors, generators, etc. shall be testedfor insulation resistance at least once in three months from the date of receipt till thedate of commissioning and a record of such measured insulation values maintainedby the BOMO. Such records shall be open for inspection by the EIC.4(C).21.7 The BOMO shall ensure that all the packing materials and protectiondevices used for the various equipment during transit and storage are removedbefore the equipment are installed.4(C).21.8 The consumable and other supplies likely to deteriorate due to storagemust be thoroughly protected and stored in a suitable manner to prevent damage ordeterioration in quality by storage.4(C).21.9 All the materials stored in the open or duty location must be covered withsuitable weather-proof and flame-proof covering materials wherever applicable.4(C).21.10 If the materials belonging to the BOMO are stored in areas other thanthose earmarked for him, the EIC shall have the right to get it moved to the areaearmarked for the BOMO at the BOMO’s cost.4(C).21.11 The BOMO shall be responsible for making suitable indoor storagefacilities to store all equipment which require indoor storage. Normally, all theelectrical equipment such as motors, control gear, generators, exciters andconsumable like electrodes, lubricants etc. shall be stored in the closed storagespace. The EIC, in addition, may direct the BOMO to move certain other materialswhich in his opinion shall require indoor storage, to indoor storage areas which theBOMO shall strictly comply with.310208112 (Madh NLW Jan ‘09) 4 (C) - 11 Signature of Bidderwith Seal & Date


CMPDI4(C).22 CONSTRUCTION MANAGEMENT4(C).22.1 The field activities of the BOMO working at site, shall be co-ordinated bythe EIC and the EIC‘s decision shall be final in resolving any disputes or conflictsbetween the BOMO and other contractors and tradesmen of the Owner regardingscheduling and co-ordination of work. Such decision by the EIC shall not be a causefor extra compensation or extension of time for the BOMO.4(C).22.2 The EIC shall hold weekly meetings with BOMO, sub-contractor and othercontractors of the Owner working at site, at a time & a place to be designated by theEIC. All above shall attend such meetings & take notes of discussions during themeeting and the decisions of the EIC and shall strictly adhere to those decisions inperforming his works. In addition to the above weekly meetings, the EIC may call forother meetings either with BOMO or with selected number of sub-contractors andother contractor of the Owner.4(C).22.3 Time is the essence of the contract and the BOMO shall be responsible forperformance of this works in accordance with the specified construction schedule. Ifat any time, the BOMO is falling behind the schedule, he shall take necessary actionto make good for such delays by increasing his workforce or by working overtime orotherwise accelerate the progress of the work to comply with the schedule and shallcommunicate such actions in writing to the EIC, satisfying that his action shallcompensate for the delay. The BOMO shall not be allowed any extra compensationfor such action.4(C).22.4 The EIC shall however not be responsible for provision of additional labourand/ or materials or supply or any other services to the BOMO except for the coordinationwork between various contractors of Owner and BOMO as set out earlier.4(C).23 FIELD OFFICE RECORDSThe BOMO shall maintain, at his site office, up-to-date copies of alldrawings, specifications and other contract documents and any other supplementarydata complete with all the latest revisions thereto. The BOMO shall also maintain inaddition the continuous record of all changes to the above contract documents,drawings, specifications, supplementary data, etc. effected at the field and oncompletion of his total assignment under the contract shall incorporate all such310208112 (Madh NLW Jan ‘09) 4 (C) - 12 Signature of Bidderwith Seal & Date


CMPDIchanges on the drawings and other engineering data to indicate as installed conditionof the equipment furnished and erected under the contract. Such drawings andengineering data shall be submitted to the EIC in required number of copies. Dailywork programme with progress of the previous day and deployment of labour relatedto work programme and attendance of workmen deployed during the previous dayshall be maintained in a register. This register shall be signed by authorisedrepresentative of the BOMO which shall then be checked and signed by the Owner'srepresentative. Every three months, this register shall be deposited to the Ownerwhich shall then be Owner’s property.4(C).24 BOM OPERATOR’S MATERIALS BROUGHT ON TO SITE4(C).24.1 The BOMO shall bring to site all equipment, parts, materials, includingconstruction equipment, tools and tackles for the purpose of the works with intimationto the EIC. All such goods shall, from the time of their being brought, vest in theOwner, but may be used for the purpose of the works only and shall not on anyaccount be removed or taken away by the BOMO without the written permission ofthe EIC. The BOMO shall nevertheless be solely liable and responsible for any lossor destruction thereof and damage thereto.4(C).24.2 The Owner shall have a lien on such goods for any sum or sums whichmay at any time be due or owing to him by the BOMO, under, in respect of or byreasons of the contract. After giving a fifteen (15) days' notice in writing of hisintention to do so, the Owner shall be at liberty to sell and dispose of any such goods,in such manner as he shall think fit including public auction or private treaty and toapply the proceeds in or towards the satisfaction of such sum or sums due asaforesaid.4(C).24.3 After the completion of the works, the BOMO shall remove from the siteunder the direction of the EIC the materials such as construction equipment, erectiontools & tackles, scaffolding etc. with the written permission of the EIC. If the BOMOfails to remove such materials, within 15 days of issue of a notice by the EIC to do so,then the EIC shall have the liberty to dispose of such materials as detailed underclause 4(C).24.2 above and credit the proceeds thereto the account of the BOMO.310208112 (Madh NLW Jan ‘09) 4 (C) - 13 Signature of Bidderwith Seal & Date


CMPDI4(C).25 PROTECTION OF PROPERTY AND BOM OPERATOR’SLIABILITY4(C).25.1 The BOMO shall be responsible for any damage resulting from hisoperations. He shall also be responsible for protection of all persons includingmembers of public and employees of the Owner and the employees of othercontractors & sub-contractors and all public & private property including structures,buildings, other plants & equipment and utilities either above or below the ground.4(C).25.2 The BOMO shall ensure provision of necessary safety equipment such asbarriers, sign-boards, warning lights and alarms, etc. to provide adequate protectionto persons and property. The BOMO shall be responsible to give reasonable notice tothe EIC and the Owners of public or private property & utilities when such property &utilities are likely to get damaged or injured during the performance of his works andshall make all necessary arrangements with such Owners, related to removal and/orreplacement or protection of such property and utilities.4(C).25.3 For safety & security of the washery and its properties including raw coal &its products, the entire washery complex shall be provided with boundary wall ofadequate height.4(C).26 PAINTINGAll exposed metal parts of the equipment including pipings, structure,railing etc. wherever applicable, after installation unless otherwise surface protected,shall be first painted with at least one coat of suitable primer which matches the shopprimer paint used, after thoroughly cleaning all such parts of all dirt, rust, scales,greases, oils and other foreign materials by wire brushing, scarping or sand blasting,and the same being inspected and approved by the EIC for painting. Afterwards, theabove parts shall be finished with two coats of alloyed resin machinery enamelpaints. The quality of the finish paint shall be as per the standards of ISI or equivalentand to be of the colour as approved by the EIC.4(C).27 INSURANCE4(C).27.1 In addition to the conditions covered under Cl. No. 4(A).12 entitledInsurance in Section 4(A), “General Terms and Conditions of Contract” of the Bid310208112 (Madh NLW Jan ‘09) 4 (C) - 14 Signature of Bidderwith Seal & Date


CMPDIDocument, the following provisions shall also apply to the portion of the works to bedone beyond the BOMO’s own or his sub-contractor's works.4(C).27.2 WORKMEN'S COMPENSATION INSURANCEThis insurance shall protect the BOMO against all claims applicable underthe Workmen's Compensation Act 1948 (Government of India). This policy shall alsocover the BOMO against claims for injury, disability, disease or death of his or hissub-contractor's employees, which for any reason are not covered under theWorkmen's Compensation Act 1948. The liabilities shall not be less thanWorkmen's compensation : As per statutory provisionsBOMO’s liability : As per statutory provisions4(C).27.3 COMPREHENSIVE AUTOMOBILE INSURANCEThis insurance shall be in such a form to protect the BOMO against allclaims for injuries, disability, disease and death to members of public including theOwner's men and damage to the property of others arising from the use of motorvehicles during on or off the site operations, irrespective of the Ownership of suchvehicles.4(C).27.4 COMPREHENSIVE GENERAL LIABILITY INSURANCE4(C).27.4.1 This insurance shall protect the BOMO against all claims arising frominjuries, disabilities, disease or death of members of public or damage to property ofothers, due to any act or omission on the part of the BOMO, his agents, hisemployees, his representatives and sub-contractors or from riots, strikes and civilcommotion. The insurance shall also cover all the liabilities of the BOMO arising outof the clause entitled defence of suits under Section - 4(A), “General Terms andConditions of Contract” of the Bid Document.4(C).27.4.2 The hazards to be covered shall pertain to all the works which and areaswhere the BOMO, his sub-contractors, his agents and his employees have to performwork pursuant to the contract.4(C).27.5 The above are only illustrative list of insurance covers normally requiredand it shall be the responsibility of the BOMO to maintain all necessary insurance310208112 (Madh NLW Jan ‘09) 4 (C) - 15 Signature of Bidderwith Seal & Date


CMPDIcoverage to the extent both in time and amount to take care of all his liabilities eitherdirect or indirect, in pursuance of the contract.4(C).28 UNFAVOURABLE WORKING CONDITIONSThe BOMO shall confine all his field operations to those works which canbe performed without subjecting the equipment and materials to adverse effects,during inclement weather conditions, like monsoon, storms, etc. and during otherunfavorable construction conditions. No field activities shall be performed by theBOMO under conditions which might adversely affect quality and efficiency thereof,unless special precautions or measures are taken by the BOMO in a proper andsatisfactory manner in performance of such works and with concurrence of the EIC.Such unfavorable construction conditions shall in no way relieve the BOMO of hisresponsibility to perform works as per the schedule.4(C).29 PROTECTION OF MONUMENTS AND REFERENCE POINTSThe BOMO shall ensure that any finds such as relic, antiquity, coins,fossils, etc. which he might come across during the course of performance of hisworks either during excavation or elsewhere, are properly protected and handed overto the EIC. Similarly, the BOMO shall ensure that the bench marks, reference points,etc., which are marked out either with the help of EIC or by the EIC shall not bedisturbed in any way during the performance of his works. If any work is to beperformed which disturb such references, the same shall be done only after these aretransferred to other suitable locations under the direction of the EIC. The BOMO shallprovide all necessary materials and assistance for such relocation of reference pointsetc.4(C).30 WORK AND SAFETY REGULATIONS4(C).30.1 The BOMO shall ensure proper safety of all the workmen, materials, plantand equipment belonging to him or the Company or to others, working at or near thesite. The BOMO shall also be responsible for provision of all safety notices and safetyequipment required both by the relevant legislation and the EIC as he may deemnecessary.4(C).30.2 The BOMO shall notify well in advance to the EIC of his intention to bring tothe site any container filled with liquid or gaseous fuel or explosive or petroleum310208112 (Madh NLW Jan ‘09) 4 (C) - 16 Signature of Bidderwith Seal & Date


CMPDIsubstance or such chemicals which may involve hazards. The EIC shall have theright to prescribe the conditions, under which such container is to be stored, handledand used during the performance of the works and the BOMO shall strictly adhere toand comply with such instructions. The EIC shall have the right at his sole discretionto inspect any such container or such construction plant/ equipment for whichmaterial in the container is required to be used and if in his opinion, its use is notsafe, he may forbid its use. No claim due to such prohibition shall be entertained bythe Owner. Nor the Owner shall entertain any claim of the BOMO towards additionalsafety provisions/ conditions to be provided for constructed as per EIC's instructions.Further any such decision of EIC shall not, in any way, absolve the BOMOof his responsibilities, and in case, use of such a container or entry thereof into thesite area is forbidden by EIC, the BOMO shall use alternative methods with theapproval of EIC without any cost implication to Company or extension of workschedule.4(C).30.3 Where it is necessary to provide and/ or store petroleum products orpetroleum mixtures and explosives, the BOMO shall be responsible for carrying outsuch provision and/ or storage in accordance with the rules and regulations laid downin Petroleum Act 1934, Explosives Act 1948, and Petroleum and Carbide of CalciumManual published by the Chief Inspector of Explosives of India. All such storage shallhave prior approval of the EIC. In case, any approvals are necessary from the ChiefInspector (Explosive) or any statutory authorities, the BOMO shall be responsible forobtaining the same.4(C).30.4 All equipment used in construction and erection by BOMO shall meetIndian, International Standards and where such standards do not exist, the BOMOshall ensure these to be absolutely safe. All equipment shall be strictly operated andmaintained by the BOMO in accordance with manufacturer's operation manual andsafety instructions as per Guidelines/ Rules of the Company in this regard.4(C).30.5 Periodical examinations and all tests for all lifting/ hoisting equipment andtackles shall be carried out in accordance with the relevant provisions of FactoriesAct 1948, Indian Electricity Act 1910 and associated Laws/ Rules enforced from timeto time. A register of such examinations and tests shall be properly maintained by the310208112 (Madh NLW Jan ‘09) 4 (C) - 17 Signature of Bidderwith Seal & Date


CMPDIBOMO and shall be promptly produced as and when desired by EIC or by the personauthorised by him.4(C).30.6 The BOMO shall be fully responsible for the safe storage of his and hissub-contractors radio-active sources in accordance with BARC/ DAE Rules and otherapplicable provisions. All precautionary measures stipulated by BARC/ DAE inconnection with use, storage and handling of such material shall be taken by BOMO.4(C).30.7 The BOMO shall provide suitable safety equipment of prescribed standardto all employee and workmen according to the need, as may be directed by EIC whowill also have right to examine these safety equipment to determine their suitability,reliability, acceptability and adaptability.4(C).30.8 Where explosives are to be used, the same shall be used under the directcontrol and supervision of an expert, experienced, qualified and competent personstrictly in accordance with the code practices/ rules framed under Indian ExplosivesAct pertaining to handling, storage and use of the explosives.4(C).30.9 The BOMO shall provide safe working conditions to all workmen andemployees at the site including safe means of access, railings, stairs, ladders,scaffoldings etc. The scaffoldings, stairs, ladders etc. shall be erected under thecontrol and supervision of an experienced and competent person. For erection, goodand standard quality of material only shall be used by the BOMO.4(C).30.10 The BOMO shall not interfere or disturb electric fuses, wiring and otherelectrical equipment belonging to the Owner or other Contractors of Owner under anycircumstances, whatsoever, unless expressly permitted in writing by the Company tohandle such fuses, wiring or electrical equipment.4(C).30.11 Before the BOMO connects any electrical appliances to any plug orsocket belonging to the other Contractor of the Owner or Owner, he shall:a. satisfy the EIC that the appliance is in good working conditionb. inform the EIC of the maximum current rating, voltage and phases ofthe appliances.310208112 (Madh NLW Jan ‘09) 4 (C) - 18 Signature of Bidderwith Seal & Date


CMPDIc. obtain permission of the EIC detailing the sockets to which theappliances may be connected.4(C).30.12The EIC shall not grant permission to connect until he is satisfied that:a. the appliance is in good condition and is fitted with a suitable plug.b. the appliance is fitted with a suitable cable having two earthconductors, one of which shall be an earthed metal sheath surroundingthe cores.4(C).30.13 No electric cable is in use by the BOMO/ other Contractor of the Owner/Owner shall be disturbed without prior permission. No weight of any description shallbe imposed on any cable and no ladder or similar equipment shall rest against orattached to it.4(C).30.14 No repair work shall be carried out on any live equipment. Theequipment shall must be declared safe by EIC and a permit to work shall be issuedby EIC before any repair work is carried out by the BOMO. While working on electriclines/ equipments whether alive or dead, suitable type and sufficient quantity of toolsshall have to be provided by BOMO to electricians/ workmen/ officers.4(C).30.15 The BOMO shall employ necessary number of qualified, full timeelectricians/ electrical supervisors to maintain in his temporary electrical installations.4(C).30.16 The BOMO employing more than 250 workmen whether temporary,casual, probationer, regular or permanent or on contract, shall employ at least onefull time officer exclusively as Safety Officer to supervise safety aspects of theequipment and workmen who shall co-ordinate with the project Safety Officer. In caseof work being carried out through sub-contractors, the sub-contractor's workmen/employees shall also be considered as the BOMO’s employees/ workmen for abovepurpose. The name and address of such Safety Officer of BOMO shall be promptlyinformed in writing to EIC with a copy to Safety Officer-in-Charge before he startswork or immediately after any change of the incumbent is made during currency ofthe contract.310208112 (Madh NLW Jan ‘09) 4 (C) - 19 Signature of Bidderwith Seal & Date


CMPDI4(C).30.17 In case any accident occurs during the construction/erection or otherassociated activities undertaken by the BOMO thereby causing any minor or major orfatal injury to his employees due to any reason, whatsoever, it shall be theresponsibility of the BOMO to promptly inform the same to the company's EIC inprescribed form and also to all the authorities envisaged under the applicable laws.4(C).30.18 The EIC shall have the right at his sole discretion to stop the work, if inhis opinion the work is being carried out in such a way that it may cause accidentsand endanger the safety of the persons and/ or property, and/ or equipment. In suchcases, the BOMO shall be informed in writing about the nature of hazards andpossible injury/ accident and he shall comply to remove shortcomings promptly. TheBOMO after stopping the specific work, can, if felt necessary, appeal against theorder of stoppage of work to the General Manager of the project within 3 days of suchstoppage of work and decision of the project GM in this respect shall be conclusiveand binding on the BOMO.4(C).30.19 The BOMO shall not be entitled for any damages/compensation forstoppage of work due to safety reasons as provided in Cl. No. 4(C).30.18 above andthe period of such stoppage of work shall not be taken as an extension of time forcompletion of work and shall not be the ground for waiver of levy of LiquidatedDamages.4(C).30.20 The BOMO shall follow and comply with all the Company safety rulesrelevant provisions of applicable laws pertaining to the safety of workmen,employees, plant and equipment as may be prescribed from time to time withoutdemur, protest or content or reservation. In case of any inconformity betweenstatutory requirement and the Company Safety Rules referred above, the later shallbe binding on the BOMO unless the statutory provisions are more stringent.4(C).30.21 If the BOMO fails in providing safe working environment as per theCompany safety rules or continues the work even after being instructed to stop workby EIC as provided in Cl. No. 4(C).30.18 above, the BOMO shall promptly pay to theCompany, on demand i.e. by the Owner compensation at the rate of Rs. 5,000/- (fivethousand) per day or part thereof till the instructions are complied with and socertified by EIC. However in case of accident taking place causing injury to any310208112 (Madh NLW Jan ‘09) 4 (C) - 20 Signature of Bidderwith Seal & Date


CMPDIindividual, the provisions contained in Cl. No. 4(C).30.22 shall also apply in additionto compensation mentioned in this para.4(C).30.22 If the BOMO does not take all safety precautions and/ or fails to complywith the safety rules as prescribed by the Company or under the applicable laws forthe safety of the equipment and plant and for the safety of personnel and the BOMOdoes not prevent hazardous conditions which cause injury to his own employees oremployees of other Contractors of the Owner or the Company employees or anyother person who are at site or adjacent thereto, the BOMO shall be responsible forpayment of compensation under the relevant provisions of the workmen'scompensation act and rules framed thereunder or any other applicable laws asapplicable from time to time.Permanent disablement shall have same meaning as indicated inworkmen's Compensation Act. The compensation mentioned above shall be inaddition to the compensation payable to the workmen/ employees under the relevantprovisions of the workmen's compensation act and rules framed thereunder or anyother applicable laws as applicable from time to time.In case the Owner is made to pay such compensation then the BOMOis liable to reimburse the Owner such amount.4(C).31 CODE REQUIREMENTSThe erection requirements and procedures to be followed during theinstallation of the equipment shall be in accordance with the relevant Indian BoilerRegulations, ASME codes & accepted good engineering practice, the engineer’sdrawings and other applicable Indian recognised codes and the laws and regulationsof the Government of India.4(C).32 FOUNDATION DRESSING AND GROUTING4(C).32.1 The surfaces of foundations shall be dressed to bring the top surface of thefoundations to the required level, prior to placement of equipment/ equipment baseson the foundations.310208112 (Madh NLW Jan ‘09) 4 (C) - 21 Signature of Bidderwith Seal & Date


CMPDI4(C).32.2 All the equipment bases and structural steel base plates shall be groutedand finished as per these specifications unless otherwise recommended by theequipment manufacturer.4(C).32.3 The concrete foundation surfaces shall be properly prepared by chipping,grinding as required to bring the type of such foundation to the required level, toprovide the necessary roughness for bondage and to assure enough bearingstrength. All laitance and surface film shall be removed and cleaned.4(C).32.4 Grouting MixThe grouting mixtures shall be composed of Portland cement, sand andwater. The Portland cement to be used shall conform to ISI No. 269 or equivalent andsand shall conform to ISI No.383/ 2386 or equivalent. The grout proportions for flatbased where the grouting space does not exceed 35 mm shall be 50 Kg bag ofcement to 75 Kg of sand. Only the required quantity of water shall be added so as tomake the mix quaky and flowable and the mix shall not show excess water on topwhen it is being puddled in place. For thicker grout beds upto 65 mm, the amount ofsand shall be increased to 105 Kg per bag of cement. Bases which are hollow andare to be filed full of grouting shall be filled to a level of 25 mm above the outside rimwith a mortar mix in the volumetric proportions of one bag of cement and 1.5 bagssand and 1.5 part 6 mm granite gravel. An acceptable plasticiser may be added tothe grout mixes in a proportion recommended by the plasticiser manufacturers. Allsuch grouts shall be thoroughly mixed for not less than five minutes in an approvedmechanical mixer and shall be used immediately after mixing.4(C).32.5 PLACING OF GROUT4(C).32.5.1 After the base has been prepared, its alignment and level has beenchecked and approved and before actually placing the grout a low dam shall be setaround the base at a distance that shall permit pouring and manipulation of the grout.The height of such dam shall be at least 25 mm above the bottom of the base.Suitable size and number of chains shall be introduced under the base before placingthe grout, so that such chains can be moved back and forth to push the grout intoevery part of the space under the base.310208112 (Madh NLW Jan ‘09) 4 (C) - 22 Signature of Bidderwith Seal & Date


CMPDI4(C).32.5.2 The grout shall be poured either through grout holes if provided or shallbe poured at one side or at two adjacent sides giving it a pressure head to make thegrout move in a solid mass under the base and out in the opposite side. Pouring shallbe continued until the entire space below the base is thoroughly filled and the groutstands at least 25 mm higher all around than the bottom of the base. Enough careshould be taken to avoid any air or water pockets beneath the bases.4(C).32.6 FINISHING OF THE EDGES OF THE GROUTThe poured grout should be allowed to stand undisturbed until it is well set.Immediately thereafter, the dam shall be removed and grout which extends beyondthe edges of the structural or equipment base plates shall be out off flush andremoved. The edges of the grout shall then be pointed and finished with 1:2 cementmortar pressed firmly to bond with the body of the grout and smoothed with a tool topresent a smooth vertical surface. The work shall be done in a clean and scientificmanner and the adjacent floor spaces, exposed edges of the foundations, andstructural steel and equipment base plates shall be thoroughly cleaned of anyspillage of the grout.4(C).32.7 Checking of Equipment After GroutingAfter the grout is set and cured, the BOMO shall check and verify thealignment of equipment, alignment of shafts of rotating machinery, the slopes of allbearing pedestals, centering of rotors with respect to their sealing bores, couplings,etc. as applicable and the like items to ensure that no displacement had taken placeduring grouting . The values recorded prior to grouting shall be used during such postgrouting check-up and verifications. Such pre and post grout records of alignmentdetails shall be maintained by the BOMO in a manner acceptable to the EIC.4(C).33 SHAFT ALIGNMENTSAll the shafts of rotating equipment shall be properly aligned to those of thematching equipment to as perfect and accuracy as practicable. The equipment shallbe free from excessive vibration so as to avoid over-heating of bearings or otherconditions which may tend to shorten the life of the equipment. All bearings, shaftsand other rotating parts shall be thoroughly cleaned and suitably lubricated beforestarting.310208112 (Madh NLW Jan ‘09) 4 (C) - 23 Signature of Bidderwith Seal & Date


CMPDI4(C).34 DOWELINGAll the motors and other equipment shall be suitably doweled afteralignment of shafts with tapered machined dowels as per the direction of the EIC.4(C).35 CHECK OUT OF CONTROL SYSTEMS/ POWER SUPPLYAfter completion of wiring, cabling furnished under separate specificationsand laid and terminated by the Owner, the BOMO shall check out the operation of allcontrol systems for the equipment furnished and installed under these specificationsand documents. The BOMO shall get the drawings pertaining to the control system,power supply etc. approved from Directorate General of Mine Safety (DGMS) or anyother appropriate authority as necessary, wherever required as per the rules andregulations of the of Indian Mines Act governed by D.G.M.S.4(C).36 COMMISSIONING SPARESThe BOMO shall make arrangement for an adequate inventory at site ofnecessary commissioning spares prior to commissioning of the equipment furnishedand erected so that any damage or loss during this commissioning activitynecessitating the requirements of spares shall not come in the way of timelycompletion of the works under the contract.4(C).37 CABLING4(C).37.1 All cables shall be supported by conduits or cable tray run in air or in cablechannels. These shall be installed in exposed runs parallel or perpendicular todominant surfaces with right angle turn made of symmetrical bends or fittings. Whencables are run on cable trays, they shall be clamped at a minimum interval of 2000mm or otherwise as directed by the EIC.4(C).37.2 Each cable, whether power or control, shall be provided with a metallic orplastic of an approved type, bearing a cable reference number indicated in the cableand conduit list (prepared by the BOMO), at every 5 metres run or part thereof and atboth ends or the cable adjacent to the terminations. Cable routing is to be done insuch a way that cables are accessible for any maintenance and for easyidentification.310208112 (Madh NLW Jan ‘09) 4 (C) - 24 Signature of Bidderwith Seal & Date


CMPDI4(C).37.3 Sharp bending and kinking of cables shall be avoided. The minimum radiifor PVC insulated cables 1100 V grade shall be 15D, where D is the overall diameterof the cable. Installation of other cables like high voltage, coaxial, screened,compensating, mineral insulated shall be in accordance with the cable manufacturer'srecommendations. Wherever cables cross roads and water, oil, sewage or gas lines,special care should be taken for the protection of the cables in designing the cablechannels.4(C).37.4 In each cable run some extra length shall be kept at a suitable point toenable one to two straight through joints to be made should the cable develop fault ata later date.4(C).37.5 Control cable terminations shall be made in accordance with wiringdiagrams, using identifying codes subject to EIC’s approval. Multicore control cablejackets shall be removed as required to train and terminate the conductors. The cablejacket shall be left on the cable, as far as possible, to the point of the first conductorbranch. The insulated conductors from which the jacket is removed shall be neatlytwined in bundles and terminated. The bundles shall be firmly but not tightly tiedutilising plastic or nylon ties or specially treated fungus protected cord made for thispurpose. Control cable conductor insulation shall be securely and evenly cut.4(C).37.6 The connectors for control cables shall be covered with a transparentinsulating sleeve so as to prevent accidental contact with ground or adjacentterminals and shall preferably terminate Elmex terminals and washers. The insulatingsleeve shall be fire resistant and shall be long enough to over-pass the conductorinsulation. All control cables shall be fanned out and connection made to terminalblocks and test equipment for proper operation before cables are corded together.4(C).38 MOBILISATION ADVANCE (Ref. Cl. No. 4(A).36.7.1 also)i) A maximum of 10% of the total contract value of work towards setting upof the plant shall be paid as mobilisation advance subject to submission of BankGuarantee for equal amount. Formats of Bank Guarantee for mobilization advanceshall be furnished by <strong>BCCL</strong> to the lowest bidder for incorporation in the contract.ii)Mobilisation Advance against survey, soil investigation, design &engineering shall be paid in two equal instalments - one after signing of the Contract310208112 (Madh NLW Jan ‘09) 4 (C) - 25 Signature of Bidderwith Seal & Date


CMPDIand the second after the system design drawings have been completed and detaileddesign work is to be taken up by the BOM Operator.iii) Mobilisation Advance against supply of equipment shall be released onlyafter the BOM Operator has finalized their vendors/ suppliers for the specificequipment and the amount of advance shall be proportionate to the value ofequipment for which vendors/ suppliers have been finalized vis-à-vis the total value ofequipment offered in the contract limited to 10% of the contract value.iv) Mobilisation Advance against works contract for site activities shall be paidin two equal installments. First installment shall be paid after the BOM Operator hasopened their site office and having finalised their Sub- contractors. The secondinstallment shall be paid for taking procurement action of construction materials likereinforcing steel and structural steel by the BOM Operator.v) The mobilisation advance shall be recovered from the bills of the BOMOperator from the second running on account bills onward @ 20% of the advanceamount paid.vi) The value of Bank Guarantee may be reduced to the extent such advanceis recovered by the company subject to the conditions that the value of BankGuarantee amount at any time is more than the recoverable outstanding advance.Bank Guarantee shall be irrevocable and from a Nationalised Bank / ScheduledBank.vii) Interest on mobilisation advance (to be paid in INR) shall be charged asper the rate of CIL’s borrowing rate under cash credit arrangement of State Bank ofIndia as varying from time to time whereas in case of foreign exchange component,such interest rate shall be three months LIBOR (London Inter Bank Operating Rate)of the respective convertible foreign currency plus 150 basis points (bps).310208112 (Madh NLW Jan ‘09) 4 (C) - 26 Signature of Bidderwith Seal & Date


SECTION – 4 (D)GENERAL CONDITIONS <strong>FOR</strong> OPERATION &MAINTENANCECMPDI4(D).1 GENERAL CONDITIONS4(D).1.1 MAINTENANCEThe selected bidder shall use & operate the machinery carefully, maintainthe same in good working condition, repair at his own cost & expenses in conformitywith the instructions or operational manuals given by the manufacturers, comply withall statutory & other requirements of law, rules, regulations & directions applicable tothe storage of fuel, oil, lubricant & machinery for installation & operation of thewashery.BOMO shall be responsible for operating & maintaining the plant &equipment always in good running condition to the satisfaction of the Owner. BOMOshall prepare & follow the system of preventive maintenance, scheduled maintenance& other regular maintenance works as prescribed in the maintenance manuals/brochures etc. and approved by the authorised representative of Owner.Painting of various steel structures, doors & windows and whitewashing,colour washing, distempering of various plant buildings, service buildings andstructures shall be done once in every four years. Black topping including majornecessary repair works of the roads shall also be done once in every four years.4(D).1.2OPERATIONBOMO shall operate the plant as per the agreed terms & conditions andproduce washed coal & middlings of specified quality & quantity. It shall be ensuredby the BOMO that the machineries are operated by suitably trained and qualifiedpersonnel for the purpose for which it is designed. BOMO shall also comply allstatutory & regulatory requirements including those for EMP.4(D).1.3 HOUSE KEEPINGProper cleaning & housekeeping of the plant, equipment, structures,buildings, gantries, floors, roads, gardens etc. must be done regularly by the BOMO310208112 (Madh NLW Jan ‘09) 4 (D) - 1 Signature of the Bidderwith Seal and Date


CMPDIto the satisfaction of the Owner. BOMO shall be responsible for upkeeping &maintaining the entire civil works & structures of the plant to the satisfaction of theOwner.4(D).2 PENALTY/ BONUS (TOWARDS QUALITY & YIELD)The BOMO shall ensure efficient operation of the washery and shallproduce & deliver washed coal & middlings of specified quality to <strong>BCCL</strong> atdesignated delivery places.4(D) 2.1 Penalty & Bonus for ash% & yield% of Washed <strong>Coal</strong> & Middlings will becalculated on monthly basis whereas penalty for moisture% will be computed on theconsignment basis/ day-to-day basis.1) Penalty & Bonus for ash% & yield% of Washed <strong>Coal</strong> & Middlings:Penalty & bonus should be applicable both on account of variation in ash%from the targeted ash as well as variation in yield from the Minimum GuaranteedYield (MGY) at the targeted ash%. It is expected that BOM Operator shall supplywashed coal & middlings of requisite quality (ash% and moisture%) and guaranteedyield percentage. For deviations in quality and yield parameters, penalty and bonusshall become applicable as the case may be.Ash and yield of washed coal & middlings are inter-related for calculationof penalty and bonus. So these two parameters shall be handled together incalculating penalty and bonus. Different parameters for calculation of penalty andbonus are given hereafter.i) <strong>BCCL</strong> has specified the likely monthly average ash% of raw coal with acut-off on either side which is given elsewhere in this bid document.ii) <strong>BCCL</strong> has also specified targeted/ desired ash% of washed coal with cutofflimit on either side and that of middlings with cut off limit on higher side.iii) <strong>BCCL</strong> shall indicate the prevailing/ indicative sale prices of washed coal &middlings at their respective targeted ash percentage as & when required.310208112 (Madh NLW Jan ‘09) 4 (D) - 2 Signature of the Bidderwith Seal and Date


CMPDIiv) <strong>BCCL</strong> will also specify the rate of variation in price of washed coal &middlings corresponding to variation in ash% of washed coal & middlings on a slidingscale as & when required.v) Prospective bidders shall have to quote Minimum Guaranteed Yield (MGY)for washed coal & middlings for different monthly average ash% of raw coal feed attheir respective targeted ash% of washed coal & middlings.For calculating penalty and bonus for variation in ash% as well as yield%of Washed <strong>Coal</strong> & Middlings from the target, following methodology shall be applied:a) Combined sale value at their respective targeted ash percentage ofwashed coal & middlings shall be calculated by multiplying the quantities of washedcoal & middlings at their respective targeted yields corresponding to monthlyweighted average ash % of actual raw coal feed and the washed coal & middlingsprices at their respective targeted ash (reference levels).b) Actual combined sale value shall be worked out by multiplying actualquantities of washed coal & middlings delivered during the period with the washedcoal & middlings prices corresponding to their respective actual ash% of washed coal& middlings that have been delivered on monthly weighted average basis during themonth concerned.c) If the difference between ‘a’ & ‘b’ above is positive then the penalty shallbe imposed on the BOM Operator and if the difference is negative it shall be bonusto the BOM Operator subject to note 1 under Cl. No. 4(D).2.2.The above methodology simultaneously makes <strong>BCCL</strong> and the BOMOperator accountable in respect of supplying targeted quality in terms of ash% of rawcoal as input and targeted quality & quantity of washed coal & middlings as outputrespectively.310208112 (Madh NLW Jan ‘09) 4 (D) - 3 Signature of the Bidderwith Seal and Date


CMPDI4(D).2.1.1 IMPACT OF YIELD ON FINANCIAL EVALUATION OF BIDThe above provision of penalty on account of MGY shall be considered forFinancial Evaluation of offers also. The bidder, who will quote values of MGY both forwashed coal & middlings at their respective targeted ash% in such a way that thecombined monetary return expected to be fetched by multiplying the quantity ofwashed coal & middings with their respective prevailing / indicative sale prices ishighest, will be termed as ‘Reference Bidder’ and no impact due to lower yield will beimposed on that ‘Reference Bidder’ whereas on other bidders who have quoteddifferent yields of washed coal & middlings and fetch lesser monetary return, impactdue to differentyields will be imposed. Different quantities of washed coal andmiddlings for ten years (because of different yields) of commercial operationcorresponding to the annual throughput capacity will be worked out for each bidderand these quantities of washed coal & middlings will be multiplied by the respectiveprevailing/ indicative sale price of washed coal and middlings (on the date of openingof Price Bid) to ascertain the quantum of impact to be considered on each bidder forthe purpose of financial evaluation.4(D).2.2PENALTY <strong>FOR</strong> MOISTURE% IN WASHED <strong>COAL</strong> & MIDDLINGSFor actual moisture% exceeding cut off limit, penalty will be imposed onthe BOM Operator corresponding to equivalent loss of washed coal & middlings dueto their respective higher moisture% at the prevailing sales prices of washed coal &middlings respectively. This penalty will be calculated on consignment/ day to daybasis.Note:1. Bonus on account of ash% & yield% of washed coal & middlings shall beshared equally between <strong>BCCL</strong> and BOM Operator whereas the penalty on account ofash, yield as well as moisture shall be borne by BOM Operator only.2. If the actual ash% of raw coal, washed coal & middlings is not in whole no. butalso having decimal part, it will be rounded off to the 1 st place only. Similar treatmentwill be followed in case of actual moisture% also. For calculating yield of washed coal& middlings at the targeted ash for raw coal ash not in whole no. (but having decimalfraction), the yield corresponding to the targeted ash% (in whole no.) of washed coal310208112 (Madh NLW Jan ‘09) 4 (D) - 4 Signature of the Bidderwith Seal and Date


CMPDI& middlings will be calculated considering Yield Reduction Factor (YRF) quoted bybidder.4(D).3 COMMITMENT CHARGES (<strong>FOR</strong> SHORTFALL IN QUANTITY)AND PENALTY DUE TO NON-ADHERENCE OF STATUTORY &REGULATORY REQUIREMENTS4(D).3.1 COMMITMENT CHARGES (<strong>FOR</strong> SHORTFALL IN QUANTITY)BOM Operator shall pay commitment charges on account of default inreceiving specified quantity of raw coal at the washery end and/ or for non/ short -supply of washed coal & middlings of specified quantity to <strong>BCCL</strong>. Similarly, <strong>BCCL</strong>shall pay commitment charges on account of non/ short-supply of raw coal ofspecified quantity and/ or non/ short-receipt or evacuation of washed coal &middlings for the quantities made available by the BOM Operator.There should be a provision for addressing the eventuality when the directdelivery by the BOM Operator to the loading hoppers of fast loading system atexisting Railway siding of Madhuband washery of <strong>BCCL</strong> is not possible due to non/short supply of wagons. In such event, BOM Operator shall dump washed coal &middlings at the emergency covered storage facility in the washery premises. Suchemergency covered storage facility shall have minimum stacking capacity equivalentto one day’s production of washed coal & middlings alongwith suitable reclamationarrangement. Similarly, suitable storage arrangement for raw coal having minimumstorage capacity of at least 8000 tonnes of raw coal quantity shall be provided in thewashery.For calculating the commitment charges, <strong>BCCL</strong> & the BOM Operator shalljointly prepare the Monthly Scheduled Quantity (MSQ) of raw coal & MonthlyExpected Scheduled Quantity (MESQ) of washed coal & middlings at the beginningof each year commensurate with the annual capacity of the plant. For variation inquantity against schedule, commitment charges will be applicable on monthly basiseither on <strong>BCCL</strong> or on the BOM Operator depending on the situation as givenhereafter.310208112 (Madh NLW Jan ‘09) 4 (D) - 5 Signature of the Bidderwith Seal and Date


CMPDI<strong>BCCL</strong> shall be entitled to vary the MSQ of raw coal in advance prior tocommencement of a month. Such entitlement for any change of scheduled quantityshall be within 5% of the MSQ keeping the overall annual throughput capacity of theplant unchanged. BOM Operator shall have the obligation to receive such revisedmonthly schedule quantity. On the other hand, on receiving the request from BOMOperator in advance prior to commencement of the month regarding variation in themonthly scheduled quantity within 5% of the MSQ, <strong>BCCL</strong> may consider such requestsubject to availability of coal. The above variation in monthly scheduled quantity,either by <strong>BCCL</strong> or when agreed on the request of BOM Operator, shall be within theASQ (Annual Schedule Quantity i.e. annual capacity) of the washery for the yearconcerned.4(D).3.1.1 MAKE UP RIGHT OF <strong>BCCL</strong>In the event, <strong>BCCL</strong> defaults in supply of raw coal to the BOM Operator inany month then coal company shall have the right to make up the shortfall in theimmediate succeeding month limited to 5% of the MSQ of the month concerned andBOM Operator shall have the obligation to receive the said quantity of coal. In thefollowing month, from the total quantity of raw coal made available to the BOMOperator, make up quantity limited to 5% of the MSQ of the preceding month will beset-off/ adjusted at the first instance and then the balance quantity of raw coal will beconsidered as the supply against the MSQ of the particular month underconsideration. In this case, it will be presumed that <strong>BCCL</strong> has made up the short fallfor the previous month. In such an event, the commitment charges paid by <strong>BCCL</strong>being defaulter in supplying in the previous month shall be refunded to <strong>BCCL</strong> to theextent of make up of such default in the succeeding month.4(D).3.1.2 RIGHT OF REQUEST OF BOMO TO <strong>BCCL</strong>In the event, the BOM Operator defaults in performing his obligation toreceive the raw coal as per MSQ during any month, on receiving request by<strong>BCCL</strong>from the BOM Operator, <strong>BCCL</strong> may consider subject to availability of coal, supply ofsuch make up quantity in the immediate succeeding month to the extent of maximum5% of the MSQ of the month concerned. In the event such make up of default by theBOM Operator, on receipt of coal, the commitment charges paid by the BOM310208112 (Madh NLW Jan ‘09) 4 (D) - 6 Signature of the Bidderwith Seal and Date


CMPDIOperator to <strong>BCCL</strong> shall be refunded to the BOM Operator to the extent of such makeup quantity in the immediately succeeding month.4(D).3.2COMMITMENT CHARGES ARE OF TWO TYPESCase 1 :i) Non/ Short-supply of raw coal by <strong>BCCL</strong> .ii) Default due to non/ short-receipt of raw coal by the BOM Operator.Case 2 :i) Non/ Short-supply of washed coal & middlings by the BOM Operatorii) Non/ Short-receipt or evacuation of washed coal & middlings by <strong>BCCL</strong>.4(D).3.2.1 CASE 1a) Non/ Short-supply of raw coal by <strong>BCCL</strong>In case of non/ short supply of raw coal by <strong>BCCL</strong>, 50% of the washingcharges (excluding taxes & duties) corresponding to the non/ short-supplied quantitywill be the Commitment Charges (CC) payable by <strong>BCCL</strong> to the BOM Operator.b) Non/ Short-receipt of raw coal by the BOM OperatorIn the event of BOM Operator’s default for non/ short-receipt of rawcoal, the commitment charges payable by BOM Operator to <strong>BCCL</strong> shall be 15% ofthe basic price of raw coal for quantity under default during a particular month. Incase of default in supply of washed coal & middlings committed under agreementwith Steel Plants / Fuel Supply Agreement (FSA) to an Independent Power Producer(IPP) /agreements with other customers, the commitment charges shall be inconsonance with the liquidated damages payable by <strong>BCCL</strong> to the Steel Plants / IPP /other customers under the agreements and shall be mentioned in the contract.4(D).3.2.2 CASE 2a) Non/ Short-supply of washed coal & middlings by the BOM OperatorNon/ Short-supply of washed coal & middlings by BOM Operator, maybe due to the following three reasons:i) Due to less yield of washed <strong>Coal</strong> & middlings - Commitment charges310208112 (Madh NLW Jan ‘09) 4 (D) - 7 Signature of the Bidderwith Seal and Date


CMPDIarising out of such eventuality is already inbuilt in bonus/ penalty provisiondealt earlier.ii) Due to less receipt of raw coal by the BOM Operator due to the fault ofBOM Operator - Commitment charges is already covered at Case 1 (b) ofCl. No. 4(D).3.2.1 described earlier.iii) Due to non/ short-supply of raw coal by <strong>BCCL</strong> – Commitment charges isalready covered at Case 1 (a) of Cl. No. 4(D).3.2.1.b) Non/ Short-receipt or evacuation of washed coal & middlings by <strong>BCCL</strong>In the event, the washery operation of BOM Operator is affected onaccount of non/ short-receipt or evacuation of washed coal & middlings due to default(such as non-placement of rake or any other reason) of <strong>BCCL</strong> then the quantity ofraw coal which otherwise could be fed to the washery equivalent to the defaultedquantity of washed coal & middlings shall be treated as the “Deemed Quantity” of rawcoal to be counted towards performance of the BOM Operator to safeguard againstthe commitment charges otherwise leviable on BOM Operator. In such case, <strong>BCCL</strong>shall pay the 50% of the washing charges (excluding taxes & duties) correspondingto the “Deemed Quantity” of raw coal as Commitment Charges (CC) to the BOMOperator. Such defaulted supply of raw coal plus the actual supply of raw coal duringthe particular month should not exceed the MSQ of raw coal plus additional andmake-up quantity for the month under consideration.4(D).3.3 PENALTY DUE TO NON-ADHERENCE OF ENVIRONMENTAL ANDOTHER STATUTORY & REGULATORY REQUIREMENTSThe initial environmental clearances as well as other statutory & regulatoryclearances required for setting up & operation of the washery shall be obtained fromthe respective authorities by the Owner. It should be the responsibility of the BOMOperator to comply with the terms & conditions of such clearances throughout thecontract period including the period of extension, if any. In the event of failure tomaintain the requirements of such clearances, the BOM Operator shall be liable tobear the amount of any penalty in full as may be imposed by the respective authorityconcerned and also be liable to pay an amount of compensation to the Owner as310208112 (Madh NLW Jan ‘09) 4 (D) - 8 Signature of the Bidderwith Seal and Date


CMPDIapplicable under Cl. No. 4(D).3.2.1(b) for the quantity of raw coal not being able towash during the affected period for want of such clearances.4(D).4 PAYMENT TERMS OF WASHING CHARGES4(D).4.1 SYSTEM OF PAYMENTThe system of payment of washing charges to the BOM operator will beas described hereafter.a) Raising Invoice/ Bills :i. The bills shall be raised by the BOM operator in two parts i.e. for75% and balance 25% payment for each billing period, complete in allrespects and supported by all relevant documents.ii. The BOM operator shall submit the bills for 75% and 25% ofwashing charges for every month by 7 th & 15 th respectively of thefollowing month based on raw coal processed & corresponding towashed coal & middlings delivered at the designated loading placesduring the billing period.iii. Before submission of final 25% bill for the month, a statement withrespect to total parameters regarding raw coal, washed coal &middlings related to preceding month is to be furnished by the BOMOperator for enabling adjustment regarding penalties, commitmentcharges etc., if any.iv. However, the balance bill/ invoice of 25% value shall be releasedonly after verifying/ checking the parameters of washed coal &middlings delivered at the designated loading places after dueadjustment of penalty/ bonus, commitment charges etc., if any. Thepayment as may become due against penalty/ bonus, commitmentcharges etc. to be made by either party shall be raised by the BOMOperator through separate bills/ claims on monthly basis along with billsof 25% value of washing charges.310208112 (Madh NLW Jan ‘09) 4 (D) - 9 Signature of the Bidderwith Seal and Date


CMPDIv. The total washing charges (TWC) payable in a billing period shall becalculated by multiplying the quantity of raw coal with agreed washingcharges. However, for arriving at such quantity of raw coal washed, thefollowing mechanism shall be followed:- Normally the quantity of raw coal delivered to BOMO in a particularmonth by <strong>BCCL</strong> shall be considered.- In case, the quantity of raw coal processed in the washery byBOMO in the particular month is more or less than the quantity of rawcoal supplied by <strong>BCCL</strong>, then the BOMO will give declaration (to thesatisfaction of the owner) regarding the actual quantity of raw coalwashed. The washing charge will be arrived on the basis of declaredquantity of raw coal in that particular month under consideration.However, such quantity of raw coal processed during the year shallmatch with the raw coal quantity delivered to BOMO by <strong>BCCL</strong> in thatyear.These bills shall be accompanied with all the relevant documents/certificates indicating invoice numbers, net weight etc.vi. Though the base price for arriving at the washing charges will beprevious years’ actual payment but in the matter of admissible taxes &duties, reconciliation will be carried out within 25 days on completion ofeach year of commercial operation to ensure their payment by <strong>BCCL</strong> onactual basis. In case of deficit, <strong>BCCL</strong> will discharge its liability within 30(thirty) days on completion of such reconciliation. In case of surplus, thesame will be recovered from the subsequent immediate bills of BOMO.b) Release of Payment by <strong>BCCL</strong>i. <strong>BCCL</strong> shall release payment of the 75 % bill for each period, withinten (10) working days from the date of raising/ receipt of bills (completein all respects) at the designated office(s) of <strong>BCCL</strong>. The BOM operator,shall not account for necessary deductions in the 75 % bill that may beon account of commitment charges for shortfall in quantity and penalty/bonus towards quality (Ash%, total moisture%).310208112 (Madh NLW Jan ‘09) 4 (D) - 10 Signature of the Bidderwith Seal and Date


CMPDIii. For balance 25% payment for the month corresponding to the 75%bill already raised for the month, a separate bill shall be required to beraised by the BOM operator by 15th of the next month and thepayment, as admissible, shall be released within eighteen (18) daysfrom the date of raising/ receipt of respective bills for the month aftertaking into account deductions, if any. However, if the deduction is morethan the amount of 25% balances payment, the balance deduction willbe made from the subsequent 25% bill of following month.iii. All payments to the BOM Operator shall be released from thedesignated office of <strong>BCCL</strong>.iv. <strong>BCCL</strong> shall release the payments within its scheduled period(s)specified as above. <strong>BCCL</strong> may pay interest to the BOM Operator at theprevailing “Prime Lending Rate (PLR)” of State Bank of India for thedelayed period.c) Deductions : While exercising checks on the bills, <strong>BCCL</strong> shallfinalise the amount of penalty/ bonus, commitment charges and anyother charges/ deductions as per the relevant clauses of the Contractand the same shall be deducted from the bills of 2 nd lot of 25% ofbalance payment of the washing charges, details of which shall beprovided to the BOM Operator while releasing the payment.d) No arbitrary/ unilateral change shall be made in the washing chargeby either side unless mutually agreed to by the BOM Operator and<strong>BCCL</strong>.4(D).4.2 BASIS OF PAYMENT & PRICE DETERMINATION4(D).4.2.1 The payment of the washing charges shall be based on the quantity andquality of washed coal & middlings delivered at the designated places during themonth and duly converted to the equivalent quantity of raw coal processed based onmonthly actual average ash% of washed coal & middlings. As such, the washingcharges to be paid will be in terms of per tonne of raw coal processed.310208112 (Madh NLW Jan ‘09) 4 (D) - 11 Signature of the Bidderwith Seal and Date


CMPDI4(D).4.2.2 The BOM operator shall allow representatives of <strong>BCCL</strong> to go through theirrecords relevant to their washing charges claimed as and when needed and deputetheir representatives to explain the doubts, if any.4(D).4.2.3 Washing charges shall remain firm for the first year of commercialoperation of the washery and such price determination for subsequent years ofcommercial operation will be carried out as per Cl. No. 6.4 under Section – 6 of RFPDocument.4(D).5 CONTRACT <strong>FOR</strong> OPERATION & MAINTENANCE OF THE<strong>WASHERY</strong>4(D).5.1 The contract to be entered into will consist of two parts i) contract forsetting up of washery plant (which will include an indivisible supply & erection) withtwo years’ critical spares and ii) contract for operation & maintenance of washeryplant. The contract for operation & maintenance shall be operative initially for aperiod of 10 (ten) years (after successful commissioning of the washery).Performance of the contract shall be reviewed during the period of 10 th year by theOwner and based on the performance of the BOMO, the contract may be renewedfor a further period of five (05) years initially, from the date of expiry of 10 th year withthe option of renewal of the contract for further five (05) years after the end of suchextended period of five (05) years on the basis of same terms & conditions.4(D).5.2 The Contract may be reviewed once every year by both the partiesreckoning from the date of commissioning of washery. Such changes, as aremutually agreed to in the light of any substantial changes in the working conditions orotherwise, shall be incorporated in the Contract. If a change in the terms is notmutually agreed to, the terms of this Contract will continue to be in force.4(D).5.3 In the event of conflict/ contradiction between provisions of Bid Documentand Contract, provision of Bid Document shall over rule. Any provision of BidDocument, which is not covered in Contract, shall also be considered as a part ofContract.310208112 (Madh NLW Jan ‘09) 4 (D) - 12 Signature of the Bidderwith Seal and Date


CMPDI4(D).5.4 Termination of the Contract : If the BOM operator fails and/or neglects toobserve or to perform or to commit or to allow to be committed breach of any of theterms, conditions, provisions or stipulations of the Contract on its part to be observedand performed and if such breach is remediable, fails to remedy the same within 3(three) months of notice by specifying such default and requiring such default to beremedied, then <strong>BCCL</strong> will be entitled to terminate the Contract.<strong>BCCL</strong> also reserves the right to terminate the Contract without any liability,in case the BOM operator:i) Fails to successfully commission the washery within a maximum delayof 6 months (with LD) from the scheduled date of Commissioning of thewashery.ii) Fails to operate & maintenance the plant as per statutory regulatorynorms laid down by State/ Central or any other Govt. Agencies.iii) Goes into liquidation.In case of termination of the Contract as mentioned above or expiration ofthe Contract, the selected bidder shall yield to and deliver upon peaceful possessionof land and the washery along with auxiliaries and infrastructures, as the case maybe, without claiming any compensation value thereof.4(D).6 OTHER TERMS & CONDITIONS PERTAINING TO OPERATION ANDMAINTENANCEUnless repugnant to the context or meaning thereof the BOMO shall haveto abide by all the clauses of the bid document for the entire contract period (i.e.eighteen months for setting up of the washery and ten years for operation &maintenance thereof alongwith extension period, if any.)310208112 (Madh NLW Jan ‘09) 4 (D) - 13 Signature of the Bidderwith Seal and Date


SECTION - 5(TECHNICAL)Mechanical Engineering Works - 5 (A)Electrical Engineering Works - 5 (B)Civil Engineering Works - 5 (C)Performance Guarantees of - 5 (D)Plant & Equipment310208112 (Madh NLW Jan ‘09) Signature of Bidderwith Seal & Date


SECTION – 5 (A)CMPDIMECHANICAL ENGINEERING WORKS(Bidder is to furnish the data while submitting the offer except specifically mentioned otherwise)5(A).1SCOPE OF WORKAll the plant, machinery, equipment and their component parts shall complywith the relevant Indian Standards laid down so far. Where such standards are notavailable, these shall comply with the equivalent internationally accepted standardslike British/ American/ DIN etc. with necessary modification as required to suit Indianconditions.The selection, design & manufacture/ fabrication of Plant & Equipmentshall be reliable, efficient, and economical shall be suitable for the intended services,described in the Bid Document. Every equipment and machinery to be supplied bythe bidder shall be complete in all respects and shall be specified clearly giving allspecification such as size, capacity, make, material of construction etc. As far aspossible, units shall be such as to enable inter-changeability with similar units andthus reduce the quantity of spares requirement subject to the condition that this shallbe of adequate capacity & size for the duty involved.Unless otherwise stated, all equipment shall be designed to withstandminimum 20% intermittent overload over normal capacity for safe mechanicaloperation.As far as possible, all equipment shall be assembled at manufacturer's workson a suitable base for proper assembly/alignment and shall be subject to internalinspection and testing by the successful bidder as per standard practice prior tooffering them for inspection by the purchaser. For equipment requiring assembly atsite, major components shall be covered by polythene in position before packing thesame in wooden boxes, to prevent ingress of dirt, grease etc. All fabrications andassembly areas shall be kept clean and free from contamination and during310208112 (Madh NLW Jan ‘09) 5(A) - 1 Signature of bidderwith seal & date


CMPDIfabrication all equipment, pipes etc. shall be kept sealed to the extent possible toavoid ingress of foreign materials.All equipment shall be complete with approved safety devices against potentialhazards to personnel and adequate provision of safe access to and around theequipment for operation and maintenance shall also be kept.All equipment shall be complete with adequate commissioning spares and firstfill of oil/ grease/ lubricant.Suitable working platforms, walkways, ladders, lifting tools and tacklesrequired for above shall be provided.Specifications of some of the important equipment/ system generally used inthe washery are given hereafter. However, the Bidder may provide specifications ofany equipment which he may like suitable to use in his scheme, but not covered inthis Bid Document.5(A).2BELT CONVEYORSThe elevating gradient of belt conveyors shall be limited to 16 o . Conveyorsfor coal transportation will be designed based on IS 4776 Part I & II, IS 8598 and IS8531.5(A).2.1 SCOPE OF SUPPLYThese specifications cover manufacturing, testing before despatch,delivery at site, erection and commissioning of complete belt conveyor system.The scope of supply shall include complete conveyor systems in requiredquantity in terms of the detailed specifications, given hereunder, for efficient andsmooth operation of the Plant. It shall inter-alia include the following:310208112 (Madh NLW Jan ‘09) 5(A) - 2 Signature of bidderwith seal & date


CMPDI5(A).2.1.1 CONVEYOR FRAMEThe conveyor frame shall consist of minimum ISMC 150 stringersconnected by “N” shaped cross bracings of minimum ISA 50x50x6. Individualsections shall be of such length so as to facilitate easy assembly at site without anymatch marks and having any reference to left and right of the conveyor. At the sametime top and bottom idler frames when assembled on the stringer shall have theirposition at right angles to the longitudinal axis of the conveyor.The conveyor frame shall be complete with stools for supporting stringers.Holes for fixing the supporting stools shall be drilled on stringer channel forintermediate structures. Stools for support of conveyor frames shall consist of verticalsupports with base plate to enable fixing of stools on foundation. The height of thestools shall be such as to give clearance between return roller and ground of atleast500mm. The base plates of the stools shall be suitably drilled for grouting.5(A).2.1.2 IDLERSi) Diameter, thickness of roller tubes and bearing bores for carrying idlers,return idlers, impact idlers should be mentioned clearly for different widths to suit theduty condition. However, in no case, it shall be lower than the following :Return Carrying IdlerIdler Upto 1200mm BeltWidthAbove1200 mmBelt WidthO.D. of Steel Tube (mm) 108.0 152.0 168.0Tube thickness(mm) 5.4 5.4 5.4Bearing Bore (mm) 30.0 30.0 30.0O.D. of Rubber Disc.(mm)ii)Idlers spacing in mm (Maximum)Belt WidthCarrying IdlerReturn(mm) Bulk Density less Bulk Density more Idlerthan 1000 Kg/Cu.m than 1000 Kg/Cu.MUp to 1000 1350 1200 2700Above 1000 1200 900 2400310208112 (Madh NLW Jan ‘09) 5(A) - 3 Signature of bidderwith seal & date


CMPDIiii) Bearing for Idler RollersCarrying idlers (except the impact idlers ) and their return idler shall beprovided with suitable size single row deep groove ball bearing with C3 clearanceand heavy duty type and the impact idlers with taper roller bearings of suitable size.The life of the bearings shall be guaranteed for a minimum period of 30,000 workinghours.iv) Idler ShaftIdler shaft shall be made of EN-8 of BS:970 or C-35 of IS: 1570 orequivalent quality steel and suitable size for the duty requirement.v) Idler ArrangementThe carrying idler set shall generally consist of three rollers of equallengths. The angle of inclination of side rollers to horizontal shall be 35 0 . Dependingon the requirement, flat tubular type carrying idler shall also be used. Forward tilt(upto 2 0 ) of side rollers of carrying idlers shall be provided. It shall, however, not toexceed 2 0 .vi)Return IdlersThe return idlers shall be of single roll type.vii) Impact PadsThe impact pads shall be used at all loading and transfer points as perrequirement. It should be frictionless and of same troughing angle.viii) Self-aligning IdlersThe self–aligning troughing idlers (2 sets) shall be provided at 5 metersspacing from head and tail drums and the spacing of intermediate self aligningtroughing idlers shall be 15 meters.The self aligning return idlers (2 sets) shall be provided at 10 metersspacing from head and tail pulleys and the spacing of intermediate self-aligning310208112 (Madh NLW Jan ‘09) 5(A) - 4 Signature of bidderwith seal & date


CMPDIreturn idlers shall be 20 meters. The idler frame shall be suitably cradled about avertical pivot supported on bracings over a fixed plate.ix) Transition IdlersTransition idlers shall be used adjacent to head and tail drums to permitproper support of loaded belt near the head and tail drums without excessive stressand stretch of the belt edges. Minimum 3 sets of transition idlers shall be provided atboth ends of conveyor. The transition length and the number of transition idlers shallbe selected depending upon the tension, type and size of belt, number of plies andother necessary governing factors in step of 5 0 , 10 0 & 20 0 . However, necessarycalculations shall be submitted for approval.x) Clearance, gaps etc. for the carrying and return idlers shall conform to theIS: 8593-1977 to the extent possible. Length of individual rolls shall conform to IS:1570 (Current).xi)The idlers shall be sealed and greased for life. Idler bearings shall beprovided with suitable labyrinth seal on outer side and felt seal on inner side.xii) The bearing housing of idler shall be made of processed steel and shall bepress fitted and shall preferably be completely welded with idler tube.xiii) Eccentricity/ Ovality of the idler shall be minimum and shall be mentionedspecifically for various sizes and in no case it should exceed 0.8 mm at any pointalong the shell. Idler shall be made of ERW seamless tubes. The space for greasingshall be clearly indicated on the drawing and quantity should also be indicated. Itshould not be less then 16 cc approx. on either side of each idler.The friction factor of idlers shall not be more than 0.02.xiv) Idler BracketsThe brackets for the carrying idlers shall be of rigid frame construction towithstand shock loads resulting from large lumps. It shall be made of formedsections.310208112 (Madh NLW Jan ‘09) 5(A) - 5 Signature of bidderwith seal & date


CMPDIxv) The fixing arrangement of carrying and return idlers shall be such as topermit adjustment of the idler sets for purposes of belt training. Allowance for suchadjustments should be provided on both side of the conveyor and the play shall notbe less than 10mm on either side. All idlers shall be drop-in slot type.5(A).2.1.3 REDUCTION GEARSThese shall be suitable for continuous operation at full load and shall alsobe suitable for moderate shock loads. A minimum service factor of 1.6 overdriverating shall be taken for selection of the gearbox. For drive upto 30 HP worm gearsshall be used and above that parallel shaft helical/bevel gears are to be used. Opengearing system will not be acceptable. The gear box shall be of reputed make.5(A).2.1.4 COUPLINGSFlexible tyre couplings/ gear couplings shall be used for powertransmission depending upon the duty requirement. Type and size shall be selectedin accordance with the drive power requirement. Flexible gear couplings shall beused for power transmission on low speed side for all drives above 40HP. Tractiontype fluid couplings shall be used for power transmission on high speed side for alldrives.5(A).2.1.5 DRUMSi) DiametersAll the drums shall be of welded steel constructions and staticallybalanced. Solid and discs shall be designed to give maximum strength. Thediameters of the drums shall be as per IS: 8531 -1977. The machining tolerance ofindividual parts of the drum assembly should comply with IS:919 (Current). Thediameter of the drum shall be maintained within the tolerance given in IS: 8531-1977.The out of roundness shall not exceed +0.5% of the drum diameter.ii) Face widths of the drums shall be as per IS: 8531-1977.iii)Shell thickness of the drums shall be suitable for taking bending loads onthe drums. The drive drum should be crowned and the shell thickness shall not beless than 12mm. This shall not be less than 10mm for tail pulley & other drums.310208112 (Madh NLW Jan ‘09) 5(A) - 6 Signature of bidderwith seal & date


CMPDIiv) Bearings & Plummer BlocksAll drums shall be provided with taper self-aligning ball bearings with tapersleeve for the shaft dia less than 70mm to suit loading conditions. For heavy dutyconditions, where shaft diameter exceeds 70mm, spherical roller bearing shall beprovided.Plummer blocks shall be of cast steel and provided with grease nipples forlubrication purposes. All heavy duty plummer blocks shall be provided with fourholding down bolts especially at drive and tail drums. All lubricating nipples shall bereadily accessible without removing the guards. Bearings shall be protected againstingress of dust and moisture by providing suitable labyrinth/rubber seals on bothsides. Life of the bearings shall not be less than 30,000 hours and the bearings shallbe guaranteed for the same. The drums of same diameter shall have similar size andtype of bearings.v) Drum ShaftsAll drum shafts shall be of EN-8 steel as per BS-970 (Current) /C-40 steelas per IS:1570 (Current).vi) All drive drums shall be lagged. The lagging shall be done by vulcanizednatural rubber. The thickness of the lagging shall be 12mm. The rubber lagging shallhave V-type herring bone pattern grooves (6mm wide x 6 mm deep.) The apex of thegrooves shall be in the belt travel direction. Alternatively, herring bone profiled wearresistant rubber bars moulded with aluminium reinforcement shall be preferred foreasy replacement. The rubber lagging shall have a minimum durometer hardness of55 Deg. Shore A – scale. Counter sunk, copper rivets and vulcanization will be usedto fix the lagging on the pulley.vii)All drums of conveyors, 800 mm or more in face width, shall havestiffeners except the tail drum and bend drums on lesser tension side.310208112 (Madh NLW Jan ‘09) 5(A) - 7 Signature of bidderwith seal & date


CMPDI5(A).2.1.6 BED FRAME & FOUNDATION ARRANGEMENTSi) The drive unit consisting of motor, reduction gear shall have a commonbed frame. The motor, reduction gear and the drive drums shall be properly alignedin the works of the manufacturer before the supply is effected. Suitable bracings,wherever necessary should be provided on the drive unit bed frame and superstructure.ii) The head drum unit, the take-up unit and the tail unit shall have suitablefoundation arrangement. Suitable bracings shall be provided on the structures ofthese units wherever necessary.5(A).2.1.7 DECKING PLATEFormed steel sheet decking plates to protect the bottom belt againstspillage should be provided on the entire length of the conveyor. The thickness ofdecking plate shall not be less than 3.15 mm. The decking plate shall be providedthroughout the tunnel length, if any, for full length of flat belt conveyor.5(A).2.1.8 SKIRT PLATECentrally located skirt plates shall be provided at every loading point for adistance of 5 meters to prevent spillage. At their commencement, these plates shallbe placed about two thirds of the belt width apart and they shall widen out in thedirection of the belt travel.These plates shall be mounted to give clearance of atleast 50mm from thebelt surface and this gap shall be closed by a soft rubber strip fixed to the skirt platesby means of slotted holes to permit adjustment necessitated by wear. The rubberstrips shall be approx. 12mm thick and 150mm wide. Pieces of conveyor belting shallnot be used for this purpose. The skirts should flare slightly upwards from the chuteto prevent the material from wedging.5(A).2.1.9 BELT CLEANING ARRANGEMENTi) Counter weighted or spring loaded double blade rubber scrapper shall beprovided at discharge drum. The rubber strip used with the scrapper shall be of soft310208112 (Madh NLW Jan ‘09) 5(A) - 8 Signature of bidderwith seal & date


CMPDIrubber 12mm thick, 100mm wide for wide contact surface and shall be fixed suitablyto facilitate easy mounting,. The scrapped material shall be dropped in the maindischarged chute through suitable arrangement.ii) A ‘V’ type plough scrapper (60 deg. Angle) shall be provided on the returnbelt near the tail drum. In conveyors using loop/vertical gravity take up ’V’ typeplough scrapper shall also be provided near the snub drum forming part of take-upunit to prevent material spilled on the return belt, from damaging the belt at the takeupdrums.iii)All the conveyors shall be provided with one self cleaning type rubber discreturn idler located near the head drum for cleaning the return belt.5(A).2.1.10 HOLD BACK DEVICEIntegral hold back devices alongwith gear box shall be provided forpreventing running back of the conveyor belt in loaded conditions due to powerfailure or otherwise.5(A).2.1.11 ACCESSORIESi) Pull Chord SwitchFor stopping the conveyor from any point along the conveyor length,pull chord switches shall be provided on one side of the whole conveyor length. Thisshall be totally enclosed, dust and vermin proof, cast metal unit with trip and resetlevels mounted along the main walkway side at regular interval of 50meters (withminimum one per conveyor). The pull chord rope shall be of PVC sheathed GI wires.ii) Belt Sway SwitchTotally enclosed dust & vermin proof belt sway switch shall be providedon both sides along the conveyor length at a regular interval of 50 meters. Belt swayswitches shall also be provided near head drum, tail drum, drive drums. Theseswitches shall be auto reset double contact type. One for advance indication onexcessive belt sway and the other for tripping of the conveyor.310208112 (Madh NLW Jan ‘09) 5(A) - 9 Signature of bidderwith seal & date


CMPDIiii) Zero Speed Switch/Belt sequence SwitchOne number belt speed monitoring switch per conveyor shall beprovided which will stop the conveyor in case of slipping or snapping of the belt or incase belt speed falling below 80% of the rated speed. These switches shall alsoserve as belt sequence switch for the preceding conveyor.5(A).2.1.12 GUARDINGi) Guarding on the conveyor drive shall comply with the relevant latestIndian Standards. The guards shall be of expanded metal conforming to IS:412(Current). The minimum clearance between the guard & moving parts & the size ofopening in guarding shall be as follows:Size of Opening(mm)Minimum Clearance(mm)Not Exceeding 10 25Over 10 upto & including 15 65Over 15 upto & including 30 100Over 30 upto & including 40 125Slots 30mm wide suitably reinforced may be provided in guards forinsertion of bars for cleaning. The minimum distance between any moving part of theconveyor and any part of the slot shall be 300mm.Guards shall totally enclose all parts as far as practicable, preventaccess to the part e.g. for in running belt, the guard around which an operator can puthis arm shall extend atleast 900mm from the belt. All surface and overheadconveyors will have a walkway of 1.2m on both sides. In case of the traveling tripperconveyor, the following sub-clauses will also apply.Access: Where there is any danger of trapping a person between themoving tripper conveyors and fixed object other than its track, there will be minimumclearance of 500mm.Guards: Guards will be provided to prevent any trapping between thetraveling wheels and the rails.310208112 (Madh NLW Jan ‘09) 5(A) - 10 Signature of bidderwith seal & date


CMPDI5(A).2.1.13 COMPLIANCE WITH STANDARDSThe troughed belt conveyors shall comply with the relevant latest IndianStandard specifications. All components, materials and equipment used shall alsocomply with the relevant latest Indian Standards specifications and code of practicesor in their absence, the BS/ DIN/ USA or equivalent International Standards, unlessotherwise mentioned.5(A).2.1.14 CONVEYOR BELTINGThe belting shall be suitable for operation under the duty conditions andcomply with all relevant Indian Standards/Codes.Skim coated plies are recommended for all conveyors having highmaterial impact at loading points on the belts. The belting of the conveyors under thescope of the tender, should meet the following technical specifications:- Fabric Type : Cotton/ Nylon- Minimum factor of safety : 10 for arriving at allowableWorking tension- Tension Utilisation factor : 80%- Cover grade : M-24- Approx. thickness (Ply) : 1.5-1.85mmApprox. weight : 15.75-19.75 g/ cm/ ply/ mtr- Cover thickness : 5mm top/ 3mm bottom,or as per specificdesign requirementwhichever is more.Belt shall have sufficient lateral flexibility so that it will suit the troughingangle requirement even when it is empty and also shall have sufficient lateralstiffness. Belt shall have sufficient longitudinal flexibility so that it can easily flexaround different pulleys of the conveyor system.310208112 (Madh NLW Jan ‘09) 5(A) - 11 Signature of bidderwith seal & date


CMPDIBelt shall have sufficient impact resistance to withstand impact atloading points and shall be mildew inhibited, edge protected, open end skim coatedplies.5(A).2.1.15 The bidder shall submit a conveyor schedule giving completespecifications as per format below:Sl. ParticularsUnitsNo.1 Quantity Nos.2 Width (approx.) mm3 Troughing angle Deg.4 Length (approx.) m5 Speed (approx.) m/sec6 Normal capacity tph7 Lift (approx.) m8 Type of drive9 Motor power kW10 Synchronous speed RPM11 Anti roll back device(mechanical type12 Material to be conveyed13 Bulk density of the t/m 3material14 Nominal lump size mm15 Condition of material Moist or Wet16 Belt selectedi)Type of carcassii) Belt JointConveyors5(A). 3 PUMPS5(A).3.1 All the pumps for handling slurry in the proposed plant shall be horizontalcentrifugal type with flooded suction except for drainage pumps installed in Sump pitswhich shall be vertical centrifugal type. The selection of the centrifugal pumps shallbe as per ANSI/ BIS/ ISO.5(A).3.2 The horizontal pumps shall be mounted on a common base plate with themotor and shall be directly coupled to the motor through a flexible tyre coupling. Forpumps handling slurry, use of belt drives and flexible couplings may be permitted.The motor capacity shall have a margin of 15% over its BHP absorbed at the pumpshaft at the duty point. The efficiency of the pumps shall be considered 60 -70% inthe case of water pump and 30 -40 % in the case of slurry pump.310208112 (Madh NLW Jan ‘09) 5(A) - 12 Signature of bidderwith seal & date


CMPDI5(A).3.3 The design of the pump shall provide no chance of cavitations or air locksand shall reduce the slippage loss to a minimum. The pumps shall be self regulatingwith great surge handling capacity and shall be subjected to test as specified in therelevant standards.5(A).3.4 The pumping parts shall have high efficiency and at the same time heavyand robust in construction. The principal pumping parts construction shall be of Nihard.The pumps shall incorporate quick changing features to make the replacementof wearing parts in the shortest possible time.5(A).3.5The pump shaft and bearing shall be adequately sized to take theunbalanced load during operation. The pump shall be mechanical seal type.5(A).3.6 Suitable drain valves of size varying between 75mm to 100mm shall beprovided on the suction line. Suitable isolating valves on delivery line of the pumpshall be provided. Non-jamming type check valve may be provided in delivery line forwater pumps. The suction and delivery lines shall be so connected to the pump thatstress is not transmitted to the pump and ease of dismantle is maintained.Dismantling joints shall be provided on the delivery side of cage size pumps tofacilitate quick maintenance. Victaulic coupling for suction and delivery pipes may beprovided for quick removal of casing for maintenance.5(A).3.7 The suction pipe line shall be laid at a constant downward slope frompump center line to the suction chamber. The pump deliveries shall be fitted withsuitable capacity pressure gauges.5(A).3.8Each pump shall be provided with adequate safety interlock includingoverload and dry running protection.5(A).3.9 Sufficient clearance gap shall be provided between the pump and adjacentpiping, other equipment or structure for ease of maintenance, operation andmovement of personnel.310208112 (Madh NLW Jan ‘09) 5(A) - 13 Signature of bidderwith seal & date


CMPDI5(A).3.10 Each pump with motor shall be installed on rigid foundation of concrete atleast 0.5m above the floor level isolated from other foundations and structure in sucha way that any vibration is not transmitted between them. Lifting beam arrangementshall be provided at the top of the pump to facilitate handling.5(A).3.11 Sump pumps shall be centrifugal, submerged, vertical spindle pumps ofsuitable capacity having direct drive. An automatic float switch shall be fitted.5(A).3.12 The bidder will submit a pump schedule giving complete specifications asper format below :Sl.No.UnitNo.NormalCapacity(m 3 /hr)Head(m)MotorPower(kW)DutyPulpDensity(gm/cc)Max.ParticleSize (mm)MakePumpEfficiencyRPMofMotorRPM ofPump5(A).4 CHUTES AND LINERS5(A).4.1 The chutes will be fabricated from 10mm thick MS Plates by electricwelding as per relevant IS Codes of practices. These will be provided with necessarystiffeners and brackets for supporting from the adjacent structures. The chutes will beprovided with wear resistant synthetic/ rubber liner on their wearing and impactbearing surfaces. The minimum thickness of the synthetic/ rubber liner will be 40 mmand it will have the shore hardness of 68 degree + 5 degree A. The liner plate will behigh pressure moulded to ensure uniform curing of thick sections. For all impactareas, the liner plates will be of standard size and replaceable plate wise for ease ormaintenance. For non-impact areas, where only fine particles of coal are supposed tofall should be lined with polymer liner plates of suitable thickness.5(A).4.2 The liners will be fastened with a flexible system to minimizeinstantaneous impact and hence reduce the wear rate. The fastening system will beeither through bolting or stud welded belting for quick installation. For all impact areasthe bolt heads will be protected by a rubber plug. The working atmosphere will bedusty; temperature will range between 4 0 .C and 50 0 C and relative humidity up to100%.310208112 (Madh NLW Jan ‘09) 5(A) - 14 Signature of bidderwith seal & date


CMPDI5(A). 5 LAUNDERS/ TANKS/ SUMPSLaunders/ tanks/ sumps shall generally be fabricated from minimum 8 mmthick mild steel plates, properly stiffened and suitably supported and provided withliners of high carbon steel/ ceramic / Mn-steel / stainless steel/ rubber/ tiscral steeldepending on the application / duty conditions. The sumps shall be covered withperforated screens with necessary stiffeners and air agitation system for trouble freestart of the pump.5(A). 6 JIGSThe bidder shall quote for supply of electronically controlled improved typejig having air chamber underneath the jig bed for pulsatory motion with allaccessories. The jig shall be designed for two/ three products separation and to beoperated in the size range of …………… mm coal and capable of producing thedesired quality of products. It shall have electronic automatic control for pulsatorymotion, refuse discharge etc. and all other accessories for its smooth operation. Allcontrols of the jig shall be based on Programmable Logic Control (PLC) system. Theproduct (Middlings/Rejects) will be removed by suitably designed elevators.The bidder shall also provide data pertaining to the jigs such as, waterconsumption, air consumption, power consumption etc.The jig should also have suitable arrangement for removing continuouslythe accumulated material as hutch product. At least 50% cushion in the normalcarrying capacity of bucket elevators for middlings & reject should be kept to meet upthe future requirement in case of deterioration in raw coal feed. The bidders arerequired to furnish the following information pertaining to the jig in their offer:i) Make :ii) Capacity (tph) : ------- (Normal)iii) % of oversize and undersize particlesallowable alongwith feed :iv) Length (mm) of the screen panel :v) Width (mm) of the screen panel :310208112 (Madh NLW Jan ‘09) 5(A) - 15 Signature of bidderwith seal & date


CMPDIvi) No. of Jigging compartment :vii) Effective Jigging area (Sqm) :viii)Back water consumption (m 3 /hr)ix) Air required for control (m 3 /min.) :x) Water required for control (m 3 /min.) :xi) Air required for jigging (m 3 /min.) :xii) Total weight of Jig ( t ) :xiii) Requirement of Push water (m 3 /hr.) :xiv) Pulsating air (m 3 /hr.) :xv)Bucket Elevator for middlingsa) Normal Cap. (tph) :(including 50% cushioningin normal capacity)b) Width (mm) :c) Speed (m/ sec.) :d) Center Distance (m) :e) Inclination (Degree) :xvi) Bucket Elevator for rejecta) Normal Cap. (tph) :(including 50% cushioningin normal capacity)b) Width (mm) :c) Speed (m/ sec.) :d) Center Distance (m) :e) Inclination (Degree) :xvii) Drive details alongwith kW of individual drives like bucket elevator,blower, compressor, etc. (in tabular form)5(A).7 SCREENSScreen should be vibrating, rubber buffer/spring mounted and eithersuspension type or supported on the floors. Screens must have easy and quickscreen panel tensioning and replacement arrangement. Screen with drive shaftmounted at the top of the screens will be preferred. Ample space should be providedon either side and top of the screens and suitable lifting arrangement shall also be310208112 (Madh NLW Jan ‘09) 5(A) - 16 Signature of bidderwith seal & date


CMPDIprovided to facilitate maintenance of the equipment/unit. Normally the drive will be v-belt type or universal coupling type. The bidder will submit a screen schedule givingcomplete specifications as per format given hereinafter.No.Unitno.NormalCap(tph)Size(mm)LBMotorPower(kW)Aperture(mm)Amplitude(mm)Frequency(Cyclesper min)MakeTypecirclethrow/Doublecounterwt.Linearmotionetc.5(A).85(A).8.1FEEDERSVIBRO FEEDERi) The design of the feeder shall be sturdy and robust in construction towithstand worst duty conditions and give uninterrupted flow of material. The unit shallhave unbalanced motors with vibration control and variable control mechanism forcontrolling the rate of flow. The design shall be such that it consumes less power perton of material handled, with less maintenance.ii) The feeder shall be able to start at full load quickly, stop smoothly andshall operate at an extremely low noise level. With the empty tray the noise level shallbe less than 80db within one meter radius of the unit.iii) Whenever the feeder shall be suspended from the top, the design of thesuspension gear shall be such as to provide maximum isolation of vibrations andensure very little transmission of spurious vibrations into surrounding structures. Turnbuckles shall be provided in the suspension gear for adjusting the heights.310208112 (Madh NLW Jan ‘09) 5(A) - 17 Signature of bidderwith seal & date


CMPDIiv) The length and breadth of the deck and height of skirts shall be sufficientto suit the duty conditions. The length of the deck shall be suitable for arresting theflow from hopper efficiently when the feeder is stopped or not in working condition.v) The deck and skirts shall be provided with abrasion resistant liners. Thetrough shall be suitably stiffened to avoid bending.vi)The mounting springs shall be made of high quality chrome steel.vii) No portion of the driving mechanism shall be lower than tip of thedischarge point, so that sufficient clearance is available between the feeder and thebelt conveyor.viii)The trough shall be inclined to give maximum out put and this shall not bemore than 5 degrees.ix) The feeder shall be able to deliver the coal at varying capacities(continuous variability) by varying amplitude and frequency. This variation shall beable to be controlled from the central control room with the help of a rheostat or anyother contrivance.x) All the parts of the equipment which need regular check-up/maintenancelying very close to the moving/ rotating parts, shall be provided with guards made ofexpanded metal.xi) All metallic surfaces except bright parts shall be coated with anticorrosiveprimer paints and then two coats of synthetic enamel paint of lemon yellow colour.The paints used shall be of approved make ad standard quality.xii)The vibrating mechanism shall be of electro-mechanical.xiii) The feeder shall be able to operate round the clock and able to start in fullload conditions. The feeder shall be able to operate at ambient temperatures from 4to 50 degrees Celsius. Relative humidity of 100% and in dusty atmosphere.310208112 (Madh NLW Jan ‘09) 5(A) - 18 Signature of bidderwith seal & date


CMPDI5(A).8.2 RECIPROCATING FEEDERReciprocating feeder shall be rugged in design capable of handling evenlarge size coal. It shall be suitable for operating in dusty and humid condition.5(A).9 CRUSHER5(A).9.1 ROLL CRUSHERThe Roll Crusher should be heavy-duty type, ideal for generating minimumfines and oversize. It shall have low operating & maintenance cost and high crushingefficiency. The roller shaft shall be extremely durable and resistant to bending. Thebase frame & casing shall be of heavy duty fabricated, steel construction with steelliners in casing and shall be extremely durable and resistant to bending. Themounted toothed segments shall be bolted with special high tensile segment bolts onto the roller shafts. The entire crushing mechanism shall be protected by adequatesafety measures.The bidder shall furnish following details for Roll Crusher :a) Type :b) Model :c) Normal Capacity (tph) :d) Overall dimension in mm :(Length x Width x Height)e) Weight :f) Feed Size :g) Product Size :h) Number of Rolls :i) Roll Length/Centre distance :j) Roll Speed (rpm) :k) Nos. of teeth per Segment :l) Power of Motor (kW) :5(A).9.2 IMPACT CRUSHERThe Impact Crusher should be heavy-duty type, ideal for generatingminimum fines and oversize. It will consist of main housing, a motor, a sturdy baseframe and a driving system. The rotor should be mounted on a heavy duty chassis of310208112 (Madh NLW Jan ‘09) 5(A) - 19 Signature of bidderwith seal & date


CMPDIwelded construction, made of MS plates and sections. The motor shall be directlycoupled to a counter shaft through a coupling. The counter shaft shall be mountedinto a heavy duty self aligning roller bearing pedestal fitted on the chassis of motor.The driving wheel pulley shall be fitted on counter shaft drives, the V-pulley on themachine through V-belts. The entire crushing mechanism shall be protected byadequate safety measures.The bidder shall furnish following details for Impact Crusher :a) Type :b) Model :c) Normal Capacity (tph) :d) Overall dimension in mm :(Length x Width x Height)e) Weight :f) Feed Size (mm) :g) Product Size (mm) :h) Power of Motor (kW) :5(A).9.3 TWIN SHAFT SIZERThe Twin shaft Sizer shall be of extremely robust construction and ofadequate strength to withstand heavy duty operation with generation of minimumfines and oversize. The teeth of the Sizer shall be able to continuously agitate scrollin feed material to avoid jamming of Sizer due to wedging. The Sizer shall be able tohandle oversize material without any pre-screening. Undersize material shall passthrough the Sizer without further degradation. The Sizer shall totally control cubical &accurate size, instead of controlling only one dimension of the output.The Sizer shall be of low height, compact dimension and shall be of lighterweight for easy & quick installation with minimum support and avoid heavy civilfoundation. It shall also ensure less lifting height for discharge from dumpers/tippingtrucks for primary sizing. It shall be able to handle sticky coal or hard coal orcombination of both maintaining peak throughput capacity.The machine shall stall under pre-set overloading situation and shall besaved from breakdown of machine. In the event of stalled situations resulting from310208112 (Madh NLW Jan ‘09) 5(A) - 20 Signature of bidderwith seal & date


CMPDIfouling by unbreakable foreign object, recovery should be achieved simply by rotorreversal without need to physically dig out material from the machine. The entirecrushing mechanism shall be protected by adequate safety measures.The bidder shall furnish following details for the Sizer :a) Type :b) Model :c) Normal Capacity (tph) :d) Overall dimension in mm :(Length x Width x Height)e) Weight :f) Feed Size (mm) :g) Product Size (mm) :h) Number of Rolls :i) Roll Length/Centre distance :j) Roll Speed (rpm) :k) Nos. of teeth per Segment :l) Power of Motor (kW) :5(A).9.4 JAW CRUSHERJaw crusher shall be designed for long life, dependable service, 24 hrs.continuous operation and low maintenance with high production and a minimum ofpower. All main frames of Jaw crushers shall be of welded construction, using thelatest automatic welding method to ensure the stronger frames. The jaw plates of thecrusher shall be made of cast manganese steel of super strength and hardness. Theentire crushing mechanism shall be protected by adequate safety measures.The bidder shall furnish following details for the Jaw Crusher :a) Type :b) Model :c) Normal Capacity (tph) :d) Overall dimension in mm :(Length x Width x Height)e) Weight :f) Feed Size (mm) :310208112 (Madh NLW Jan ‘09) 5(A) - 21 Signature of bidderwith seal & date


CMPDIg) Product Size (mm) :h) Power of Motor (kW) :5(A).10 BASKET CENTRIFUGEThe vibrating screen basket centrifuge shall be so designed that these aresuitable for continuous separation of solid/ liquid mixtures of bulk materials. Thestandardised design of mechanical and centrifugal components should enableoptimum adoption to the specific requirement.Self aligning roller bearing lubricated by circulating oil lubrication shall beinstalled for absorbing the axial mass forces generated by the rotating buffer forpreventing the transmission of vibration to the foundation.The bidder shall furnish the following:a) Capacity (tph) :b) Feed size (mm) :c) Motor Power :5(A).11 THICKENERIt shall be suitable for thickening of coal slurry as per process requirement.It shall be complete with automatic rake thickener drive, motor etc.It shall be designed and constructed for round the clock operation. It shallbe suitable for use in open air, dusty surroundings, lifting mechanism for lifting ofrake, mechanical overload alarm, center cage and feed well, rake arm & blades,walkway including shed with proper illumination arrangement, steel V-notch over flowweir, feed launder etc.Bidder shall provide Control panel for operation of thickener mechanism. Itshall have provisions for ammeter to indicate the load of the thickener. The electricalpanel shall have protective sheet to save it from rain water.RCC/ SteelThe installation shall be overhead type. The thickener tank shall be ofconstruction.310208112 (Madh NLW Jan ‘09) 5(A) - 22 Signature of bidderwith seal & date


CMPDIIt shall meet stipulated performance parameter and shall be able to start infull load condition and shall be robust enough to take care of occasioned over sizecoal.Thickener:Bidders are requested to furnish the following details in respect of Radiali) Feed Material :ii) Feed rate (Cum/hr) :iii) Solid content (gms/litre) :iv) Thickener diameter (m) :v) Slope of thickener (degree) :vi) Duty torque (Nm) :vii) Speed of rake (rev./minute) :viii) Drive motor rating (kW) :ix) Lifting/ Hydraulics motor rating (kW) :x) Lift of rake (mm) :xi) Material of launder :xii) Thickness of launder material (mm) :5(A).12 BELT WEIGHERSBelt Weighers shall be automatic and nucleonic type with indicator andtotalizer and permissible accuracy having IP55 standard of protection. The beltweigher panel located in the control room shall have facility like daily chart recorderfor flow rate and totalizer for automatic recording and displaying of total materialhandled. Belt weigher shall be shock proof. It should be certified by Department ofweights and measures.5(A).13 ELECTRIC HOIST, CHAIN PULLEY BLOCK, LIFTINGBEAMS & MONORAILS, LIFT ETC.Suitable nos of electric hoist of adequate capacity shall have to beprovided over pumps, screens and main washing equipment in the washery. Inaddition to above, lifting beams, hooks will also have to be provided wherever310208112 (Madh NLW Jan ‘09) 5(A) - 23 Signature of bidderwith seal & date


CMPDIrequired. Monorails with chain pulley blocks/ electric hoist shall be provided above allheavy equipment.Passenger cum Goods Lift of suitable capacity shall be provided atrequired place.While designing layout of the plant and equipment, adequate space also tobe provided to facilitate safe maintenance of the equipment. Machinery well withelectrical hoist shall be provided for lifting of materials to different floors.5(A).14 CYCLONESThe cyclones comprising of the following removable parts shall be made ofceramic/ synthetic lined material.- One cylindrical body consisting ofa) Tangential feed opening provided with one flange to be connected tothe cyclone feeding pipe.b) Over flow opening /vortex finder inside.- One overflow discharge provided with free flange to allow any directionof the discharge- One underflow apex, the outlet of which is adjusted by nozzle ofsuitable diameter.The above parts are assembled by means of threaded rods, bolts and nuts.The bidders shall specify the normal capacity (tph) and dia (mm) of cyclones.5(A).15 HEAVY MEDIA BATHThe design of Heavy Media(HM) Bath shall be robust in construction andwork in worst duty condition. It should be either shallow or deep type depending uponthe technical requirement of the process and shall be suited for washing of upto ……mm coal and can be operated at a specific gravity of 1.50 to 1.90 for beneficiation ofcoal. Bath should be equipped with efficient feeding and conveying of products withat least 50% cushion in the normal carrying capacity.310208112 (Madh NLW Jan ‘09) 5(A) - 24 Signature of bidderwith seal & date


CMPDIThe bidder shall state the accuracy in control of separation density and ortime requirement for adjustment of operational conditions. In any case the variation inoperational gravity should not fluctuate beyond + 0.01 of the present gravity. Themedia circuit should be completely automised by incorporating automatic controlvalve for changing concentrated magnetite. The bidder shall furnish the following:Normal Capacity (tph) :Size (mm) :Power of electric motor (kW) :5(A).16 DRUM SEPERATORHeavy Media Drum Separator shall be of robust construction and it shallbe for heavy duty .It shall be deigned in such a fashion that raw coal & medium shallenter at one end of the drum and clean coal floats flows over a weir at one dischargeend where it passes to a drain and rinse screen. The sink shall be lifted from thebottom of the medium pool by lifters fixed to the inside of the drum shell. It shall besuitable for washing 50-13/20 mm coal in the specific gravity range of 1.50 to 1.90.The bidder shall state the accuracy in control of separation density and ortime requirement for adjustment of operational conditions. In any case the variation inoperational gravity should not fluctuate beyond + 0.01 of the present gravity. TheDrum Separator shall have proper instrumentation for control of specific gravity ofmedia. The bidder shall furnish the following:Normal Capacity (tph) :Size (mm) :Power of electric motor (kW) :5(A).17 MAGNETIC SEPARATORFor magnetic regeneration from diluted suspension, magnetic drum typerecuperator with suitable magnet (preferably permanent) shall be used. Bidders arerequested to furnish the details as given hereafter.310208112 (Madh NLW Jan ‘09) 5(A) - 25 Signature of bidderwith seal & date


CMPDINormal Capacity (tph) :Diameter (mm) :Length of drum (mm) :Power of electric motor (kW) :5(A).18 AUTOMATIC SAMPLERSAutomatic samplers of reputed make complete with all accessoriessuitable for collecting the required representative sample shall be provided at thefollowing strategic locations:i)ii)iii)5(A).19 PIPING & VALVES5(A).19.1 PIPING (<strong>FOR</strong> SLURRY & WATER)The layout, size and other specifications of piping contribute to a greatextent to the efficient operation and maintenance of the plant. Heavy pipe lines shallbe laid in such a way that it is easily accessible for repair/ replacement. At the sametime, the layout shall not be such as to interfere with the required head-room spaceover other equipment and also give rise to additional pressure losses in line. Extrathick seamless pipes shall be used for slurry pipelines upto 200 mm dia. and pipes ofabove 200 mm dia. shall be ERW, with its thickness as per IS. Pipes for otherpurposes shall also be as per relevant BIS code. Plug sockets at suitable points shallbe provided for easy cleaning of jammed pipes. The size of the plug shall preferablybe 75 mm. G.I. Bends with flanged joints in slurry lines may be provided. Copperpipes for automatic controllers may be protected by plastic sheathing.5(A).19.2 VALVESThe rating, material of construction and type of valves shall be suitable forthe respective service condition of the individual piping system. Valves of 40 NB andbelow shall be of flanged or socket weld/ screwed type. Valves above 40 NB sizeshall be of only flanged type. For instrument lines, screwed valves shall be used.310208112 (Madh NLW Jan ‘09) 5(A) - 26 Signature of bidderwith seal & date


CMPDI5(A).20 THREAD SEALINGThread sealing compound/ PTFE tapes shall be used in all cases of threadjointing.5(A).21 HIGH FREQUENCY SCREENH.F. Screen should be vibrating, rubber buffer/ spring mounted and eithersuspension type or supported on the floors and capable of dewatering of clean coal(0.5mm) from proposed Plant. It must have easy and quick screen panel tensioningand replacement arrangement. Screen with drive shaft mounted at the top of thescreen will be preferred. Ample space should be provided on either side or top of thescreens and suitable lifting arrangement shall also be provided to facilitatemaintenance of the equipment/ unit. Normally the drive will be v-belt type or universalcoupling type. The bidder will submit a screen schedule giving completespecifications as per format given hereafter.No.Unitno.NormalCap (tph)Size(mm)MotorPower(kW)Aperture(mm)Amplitude(mm)Frequency(Cycles/min)MakeType(circlethrow/Doublecounterwt.Linearmotionetc.)LB5(A).22 BELT FILTER PRESSBidders are required to quote for state-of-art technology of Pressure BeltFilter with all accessories & proven performance and capable of continuousoperation. Recovery of solid in dewatered product shall be minimum 95% and totalmoisture in dewatered product shall be in the range of 25-30%. The entire systemshall work in damp and dust laden atmosphere. The Pressure Belt Filter shall becomplete in all respect with all necessary accessories such as separate pneumaticbelt tensioning device, pneumatic automatic belt tracking device, for each filter belt,310208112 (Madh NLW Jan ‘09) 5(A) - 27 Signature of bidderwith seal & date


CMPDIfilter cake take off scrapers, pneumatic switchboard and limit switches. Theequipment shall have all required auxiliary equipment like wash water pump,compressor, filtrate pump and flocculants preparation, dilution and dosing system.Care should be taken for easy maintainability of the entire system Pressure BeltFilter. Base frame shall be mounted on rubber insulated pad for minimising vibration.The bidders are required to furnish all the basic duty parameters withcomplete technical specifications and information such as :a) Normal and Maximum Capacity of the Pressure Belt Filter On Dry Solid basis, tph : On Feed Slurry basis, Cum/ hr. :b) Feed concentration, gm (on dry solid basis)/ litre :c) Moisture content in dewatered product (%) :d) Recovery of solids in the dewatered product (%) :e) Effluent quality (turbidity) :f) Power consumption in KWH per tonne of feed :g) Belt width (mm) :h) Size of the belt filter :i) Belt wash water requirement (m 3 / hr) :5(A).23 HORIZONTAL TRAVELLING VACUUM BELT FILTERBidders are required to quote for state-of-art technology of HorizontalTravelling Vacuum Belt Filter of reputed make with proven performance and capableof continuous operation. Recovery of solid in dewatered product should beappreciable and the moisture in the dewatered product should be optimum. Theentire system shall work in damp and dust laden atmosphere. The HTVBF shall becomplete in all respect with all necessary accessories such as vacuum pump, filtratepump, filtrate receiver, moisture trap, cloth washing arrangement, stainless steel fishtail feeding arrangement, instrumentation, cloth, belt run-off limit switches,emergency trip switches, etc. Care should be taken for easy maintainability of theentire system of Horizontal Traveling Belt Filter. Base should be mounted on rubberinsulated pad for minimizing vibration.310208112 (Madh NLW Jan ‘09) 5(A) - 28 Signature of bidderwith seal & date


CMPDIThe bidders are required to furnish all the basic duty parameters withcomplete technical specifications and information such as :a) Normal and Maximum Capacity of the Horizontal Vacuum Belt Filter- On Dry Solid basis, tph :- On Feed Slurry basis, Cum/ hr :b) Feed concentration, gm (on dry solid basis)/ litre :c) Moisture content in dewatered product (%) :d) Recovery of solids in the dewatered product (%) :e) Effluent quality (turbidity) :f) Power consumption in kWh per tonne of feed :5(A).24 SOLID BOWL CENTRIFUGESolid Bowl Centrifuge shall be of robust construction and of easymaintainability. It shall be suitable for 24 hours operation in dust and damp condition.It shall mainly consist of a helical screw conveyor and a rotor. The rotating parts ofthe centrifuge shall be made of high strength carbon steel and frames & covers shallbe of carbon steel or cast steel. Rotor configuration comprises part conical and partcylindrical sections. It shall be suitable for 24 hours operation in dust and dampcondition. It shall have proper instrumentation for control of differential speed which isvital for the centrifuge and different parameters should be displayed. The bidder shallprovide the following data :a) Normal Capacity (tph) :b) Rotor Dia (mm) :c) Rotor Length (mm) :d) Pitch of Conveyor (mm) :e) Power of main drive (kW) :f) Rotor Speed (RPM) :g) Ratio of rotor dia/rotor length :5(A).25 SCREEN BOWL CENTRIFUGEScreen Bowl Centrifuge shall be of robust construction and of easymaintainability. It shall be suitable for 24 hours operation in dust and damp condition.It shall mainly consist of a bowl (cylindrical & conical), a screw conveyor, a casing, a310208112 (Madh NLW Jan ‘09) 5(A) - 29 Signature of bidderwith seal & date


CMPDIcircumferential screen and drive system etc. The rotating parts of the centrifuge shallbe made of high strength carbon steel and frames & covers shall be of carbon steelor cast steel.. It shall have proper instrumentation for control of differential speedwhich is vital for the centrifuge and different parameters should be displayed. Thebidder shall provide the following data :a) Normal Capacity (tph) :b) Rotor Dia (mm) :c) Rotor Length (mm) :d) Pitch of Conveyor (mm) :e) Power of main drive (kW) :f) Rotor Speed (RPM) :g) Ratio of rotor dia/rotor length :5(A).26 SPIRAL CONCENTRATORThe Spiral Concentrator shall be complete unit including 2/3-productseparation (i.e. washed coal, middlings and rejects) of 3 – 0.15mm fine coal withstipulated quality of products as desired. It shall be a multi-start, 2/3- stage, latestmodule of spiral which will be capable of handling over size of coal pieces upto 3mmand finer coal particles upto 75 microns. It shall have a suitable feeding arrangementat the top of the spiral for the pulp stream and a common discharge box of productswith a gang of product splitters. Product box may be located at the base of spiral todivide the products generated by the product splitters. Splitters will be located in theproduct box to separate coal flows into 2/3 –products referred as washed coal,middlings and rejects. A suitable arrangement for adjustment of splitters shall beprovided so that the ash content of products with optimum yield can be obtained fordifferent quality of feed coal. The spiral is constructed in strong lightweight fibre glasswith polyurethane covering and casing for corrosion and abrasion resistance.Bidder shall furnish the following information:(a) Type and Make :(b) No. of banks :(c) No. of spirals per bank separately for :Primary and secondary circuits310208112 (Madh NLW Jan ‘09) 5(A) - 30 Signature of bidderwith seal & date


(d) No. of start per spiral :CMPDI(e) Normal Feed rate (per start) : ……TPH of dry solids(f) Pulp density of feed (W/W) :………% of solids(g) Pulp volume (maximum) :………cum/hr(h) Feed size(range) :………mm(i) Description & specification of feed and :Discharge box(j) Description of splitter mechanism :Refuse Removal (per start)(i) Rate :……..TPH of dry solids(ii) Pulp density :………% solids ,W/W5(A).27 FROTH FLOTATIONBidders are required to quote for state-of-art technology of Froth Flotationof reputed make with proven performance. It shall be suitable for 24 hours operationin dust and damp condition. It should be capable of handling/ treating coal of -0.5 mmand designed in such a manner that the froth/ suspension of -0.5mm fine coal doesnot contain sand particles. The cell mechanism will consist of spindle bearingassembly, air stand pipe, pulp recirculation well, a diffuser and an impeller. Eachimpeller shaft will be be driven by individual motor. There should be an arrangementfor taking out the froth from each cell into a launder. The cell tanks will be fabricatedfrom 8 mm standard MS plate. The launder will be fabricated from 6 mm standard MSplate and it will be lined with latest ceramic tiles/neoprene/cement reinforcement etc.The cell should have the provision of automatic dosing system based on the sp.gr. ofslurry.Bidders shall furnish the following information:Normal capacity (tph) :Volume of one bank (m 3 ) :Nos. of Bank :Nos. of Cells in a bank :Type of Cell :Unit cell volume (m 3 ) :310208112 (Madh NLW Jan ‘09) 5(A) - 31 Signature of bidderwith seal & date


CMPDICell arrangement :Impeller Dia (mm) :Impeller Speed (rpm) :Froth recovery Arrangement :Type of Reagent Dosing System :Retention time :Conditioning time :Consumption of reagents per tonne :of input (dry solids)5(A).28 AIR COMPRESSORThe compressor shall be reciprocating type of suitable capacity forpurging and other purposes. This compressor shall be suitable for continuous duty.The compressor shall be provided with air receiver, multi-lube air cooler, centrifugalunloader, splash lubricator, totally enclosed crankcase, counterweight, crankshaft,balance flywheel, inlet muffler and filter belt tighteners and cages, etc.5(A).29adopted.PAINTINGDifferent colour schemes for slurry, water and other pipelines shall beAll mechanical parts shall be coated with antirust varnish. On completionof erection, the exposed steel and iron parts shall be given two coats of approvedsynthetic painting after primer coating.The paint for M.S. plates and pipes shall consist of one primer coat afterperfect brushing and two finish coats. Normally, only the outside surface shall befinish painted.The surface to receive painting shall be scrapped and then thoroughly wirebrushed to remove loose rust, mill scale, oil, grease etc., so that the painting may beperformed uniformly and homogeneously. Care is to be taken to obtain minimumrequisite film thickness.310208112 (Madh NLW Jan ‘09) 5(A) - 32 Signature of bidderwith seal & date


CMPDI5(A).30 LUBRICATIONPressure lubricating fittings and/or flat industrial button head type greasenipples of adequate size will be provided on all bearings and machinery partsrequiring lubrication. Automatic feed lubricators may also be provided whereverneeded. Extension tubing shall be provided for all points otherwise inaccessible fromnormal working floors to facilitate lubrication.The machinery parts requiring lubrication shall be adequately and properlylubricated at the time of installation of the equipment. Lubricants used shall conformto relevant BIS or equivalent acceptable standards.5(A).31 FIRE FIGHTING SYSTEMNecessary fire fighting arrangement shall be included in scope of work atall strategic points as per BIS norms. The system shall also have to comply withprovision of Factory Rules for fire fighting arrangement.Necessary fire fighting arrangement shall be included in scope of work atall strategic points as per TAC norms and other relevant standards. Suitablearrangement such as independent pipe lines with adequate numbers of hydrants,2X100 % capacity electric driven pumps and one diesel equipped driven pump shallbe provided. The fire existinguishers etc. shall also be installed at all strategic pointsas per prevailing norms.For automatic fire detection, alarm annunciation, smoke & fire detectorscomplete with control panels, interfacing modules, hooters, PA system and linkingwith local fire station shall be provided. All systems/ components/ equipment shallcomply with FMIUL, etc5(A).32 MAKE OF EQUIPMENT (MECHANICAL EQUIPMENT)All the equipment and accessories quoted for the plant shall be of reputedmake with proven performance. The Company preference for some of the equipmentis given hereafter. In addition to this, the bidder may also quote any other make,which may be considered/ accepted by the purchaser provided the purchaser is310208112 (Madh NLW Jan ‘09) 5(A) - 33 Signature of bidderwith seal & date


CMPDIsatisfied with the furnished evidence and justification in support of the performance ofany such particular make of equipment quoted by the bidder.Sl. Item DescriptionName of Approved ManufacturersNo.1 CONVEYOR IDLERS ELECON/ TRF/ MBE/ HINDUSTANSHEET METALS/ KALI/ KRUPPINDUSTRIES/ HINDUSTAN UDYOG LTD,HI-TECH EQUIPMENT SYSTEM (P) LTD.2 CONVEYOR PULLEYS ELECON/TRF/ MBE/ HINDUSTAN SHEETMETAL/ KALI/ KRUPP IND/ HINDUSTANUDYOG LTD, HI-TECH EQUIPMENTSYSTEM (P) LTD.3 GEAR BOX ELECON/ GREAVES COTTON/FLENDER/ GEARS INDIA/ALLENBERRY/MCNEILL GEARS/DAVIDBROWN/ALLEN RANK/ RADICON4 COUPLING ELECON/NAW/ ROMA/ FENNER(FLEXIBLE/ GEARED) HI-CLIFF/ WELMAN BIBBY5 FLUID COUPLING PEMBRIL/ FLUID DRIVE/ FLUIDOMAT/ELECON/ VOITH INDIA6 BELT CONVEYOR ELECON/ MBE/ TRF/ L&T/ HINDUSTANSHEET METAL/ RADIANT/ APHMEL/KRUPP INDUSTRIES/ HINDUSTANUDYOG LTD/ HI-TECH EQUIPMENTSYSTEM (P) LTD.7 BELTING MRF/ NIRLON/ ANDREW YULE/ HILTON/FENNER/ NORTHLAND RUBBER MILLS/ORIENT RUBBER/ <strong>FOR</strong>ECH/HINDUSTAN RUBBER.8 CHUTE LINER TEGA/ KAVERI/ HILTON/ DEVI- RUBBER/WEAR RESISTANT TECHNOLOGIST9 CHAIN PULLEY BLOCK INDEF/ TRACTEL TIR<strong>FOR</strong>/ ELEMECHHOIST/GRIP ENGINEERS/ INDEF/310208112 (Madh NLW Jan ‘09) 5(A) - 34 Signature of bidderwith seal & date


CMPDIGREAVES COTTON/ REVA ENGG/KANUBHAI/ BATLIBOI/TURBOFURGUSON/ SUREKA/ ARMSEL10 PUMPS MATHER & PLATT/ KIRLOSKAR/GREAVES COTTON/ JYOTI/ HUMBOLDTWEDAG/ KSB/ BEACONWEIR/ DORR-OLIVER/ HYDIND11 FIRE FIGHTING MAX/ THERMAX/ VIJAY/ F.HARLEY /MINIMAX/ APC/ TECHNOFAB/ STEEAGE/TECHNO INDIA/ PROJECTS & CONTROL12 PLUG VALVES AUDCO/ DEZURIC13. THICKENER DORR-OLIVER/ EIMCO/ ANYREPUTED MAKE14. VIBRATING SCREENS TRF/IC/HYDIND/ELECON/MBEORIENT/SAYAJI/BUCKAU0-WOLFL&T/ HUMBOLDT WEDAG15. ELECTRIC HOIST HOIST-O-MECH/GREAVES COTTON/ELEMECH HOIST/POWER BUILD/KANUBHAI/INDEF/BATLIBOI/BRADY/TRACTEL/TRI<strong>FOR</strong>/HITECH/TURBO-FURUGUSON/GRIPPENGG./SWIFT (GREAVES)/KM ENGG./SUREKA16. CYCLONES HWI/KREBS/ MBE/ STAMICARBON17. SAMPLER RAMSEY/ ADVANCE SYSTEM/EASTMAN CRUSHER18. CRUSHER L&T / SAYAJI/ TRF/ MBE/HUMBOLDT WEDAG/ BACKAU-WOLF/ELECON19. VIBROFEEDER TRF/ IC/ HYDIND/ ELECON/ MBE/SAYAJEE/ BACKAU-WOLF/ L&T20 HIGH FREQUENCY TRF/ DERRIK/ HWIPLSCREEN310208112 (Madh NLW Jan ‘09) 5(A) - 35 Signature of bidderwith seal & date


CMPDI21. BELT FILTER PRESS ANDERITZ/ PARNABY/ DELKORMETSO MINERAL22. HORIZONTAL TRAVELLING DELKOR TECHNIC (I) PVT. LTD./VACUUM BELT FILTER BAKER PROCESS23. TWIN SHAFT SIZER MMD/ ANY OTHER REPUTED MAKE24. SOLID/ SCREEN BOWL BIRD/ SIEBTECHNIKCENTRIFUGE25. OVERHEAD SUSPENDED PBL/ ELECTROMAG/ STEARNSTRAMP IRON MAGNET MAGNETIC/ MAGNET INDIA/ERITZ, UK/ELECTRO ZAVED/ KRUPP,GERMANY/ ELECTRO MAGNETICINDUSTRIES/ MAGNETICCORPORATION OF INDIA/ MAGNETINDUSTRIES (CAL) PVT. LTD.26. COMPRESSOR INGERSOLL RAND/ KHOSLA/KIRLOSKER/ KAY INTERNATIONAL /ATLAS KOPCO27. FLOTATION M/C DENVER/ METSO/28. SPIRAL MINERAL DEPOSIT LTD/ METSOMINERAL29. LIFT OTIS/ BECON/ KONE5(A).33 INSTALLATION & ERECTION5(A).33.1 All the mechanical and electrical equipment installation shall be under thesupervision of experienced, competent and qualified engineers in the respective field.5(A).33.2 All installations of mechanical and electrical equipment along with itsaccessories and materials shall conform to the Indian Electricity Rules, Factory Rules& relevant current Indian Standard specifications and code of practice. Where noIndian specifications are available, the same shall conform to BSS/ DIN/ US/ anyequivalent International Standards or generally accepted sound engineeringpractices.310208112 (Madh NLW Jan ‘09) 5(A) - 36 Signature of bidderwith seal & date


CMPDI5(A).33.3 All the mechanical & electrical equipment associated in the system will beprovided with sufficient space around it for approach to the equipment for thepurpose of easy operation, maintenance and inspection.5(A).33.4 All the mechanical & electrical equipment along with their accessories willbe properly secured with proper locking and other means to avoid noise and vibrationof the equipment and its different components.5(A).33.5 All the equipment shall be given proper safety enclosures with sufficientmoving space and all the rotating parts will be covered by suitable enclosures/ safetyguards.5(A).33.6 Initial filling of oil and lubricant will be done by the BOMO as per therequirement of individual machine.5(A).34 EQUIPMENT COMPONENT DETAILSIn respect of all the mechanical/ electrical/ electronic equipment/component, the bidder shall have to furnish their full technical details coveringcapacity, make, type, size, weight, quantity, performance parameters, specifictechnical features, descriptive pamphlets, past performance certificate, operationalmanuals, detailed circuit diagrams with components specifications., installation andmaintenance manuals etc. as far as possible and as applicable.Drawings, pamphlets and literature of the main equipment shall befurnished along with the offer.310208112 (Madh NLW Jan ‘09) 5(A) - 37 Signature of bidderwith seal & date


SECTION – 5(B)CMPDIELECTRICAL ENGINEERING WORKS(Bidder shall fill-up the blanks while submitting the offer except specifically mentionedotherwise)5(B).1 SCOPE OF WORKThe scope of work of this Bid shall broadly include design, supply ofequipment, erection, testing, commissioning and finally operating (for a period asspecified else where in the document) satisfactorily after commissioning in respect ofelectrical system. Entire Electrical system shall be conforming to Indian ElectricityRules (revised) and latest version of relevant Indian Standards.The system referred to above broadly covers the following:a) Tapping of power by the bidder from Dugda sub-station approximately10(ten) kms. away from the proposed site, by utilizing the existing 33kV spare panelof Dugda sub-station and 33 kV Over Head Transmission Line(OHTL) (earlier drawnup to the proposed site), presently disconnected, after due renovation if required.b) Supply and installation of out-door sub-station, ----------- MVA, 50Hz, 3phase transformer and other accessories in complete .c) Supply and installation of -------------- VCB/ SF6 which shall act as primarycontrol for the transformer.d) Supply and installation of ----------- kV, HT Switching Station along withsuitably rated incomer VCB/ SF6 and necessary out goings Feeders with VCB/ SF6& VCP for various, power transformer, Lighting transformer & HT motor etc.e) Supply and installation of indoor type sub-station with --------- MVA, 50Hz,3 phase Transformers.f) Supply and Installation of LT Power Distribution Board cum Motor ControlCentre (MCC) including distribution of power to all required equipment at 433 Voltsincluding protections.310208112 (Madh.NLW Jan ‘09) 5(B) -1Signature of Bidderwith seal & date


CMPDIg) Supply and installation of Programmable Logic Controller (PLC) basedPlant sequence control and instrumentation as required.h) Supply and installation of Illumination system for the proposed plant andgeneral area.i) Supply and laying of Cables, Cable trays and Cable accessories.j) Supply and installation of Power Factor improvement measures.k) Supply and installation of Communication System.l) Supply and installation of Earthing System.m) Supply and installation of Lightning protection system.n) Supply and installation of Exhaust Fan arrangement.o) Supply and installation of Air Conditioning system.p) Any other works as required for completion of entire electrical system evenif not specifically mentioned herein.5(B).2MAXIMUM DEMANDThe maximum demand shall be indicated by the bidder considering thetotal load including Lighting loads of the proposed Washery.5(B).3BOUNDARY LIMITS OF SCOPE OF WORKThe boundary limit/ start of the scope of work for electrical works for theproposed Plant shall commence with tapping of electrical power at 33 kV by usingthe 33 kV spare panel of Dugda sub-station.The floor levels of all electrical rooms should be minimum 300 mm above theindustrial floor.310208112 (Madh.NLW Jan ‘09) 5(B) -2Signature of Bidderwith seal & date


5(B).4SELECTION OF EQUIPMENTCMPDI5(B).4.1 All electrical equipment design, supply, installation, testing &commissioning shall conform to the Indian Electricity Rules & Relevant IndianStandard Specifications. The equipment shall be rated for continuous operation andshall be suitable for heavy coal dust laden atmosphere with an ambient temperatureof 50 o C and 100% humidity. The equipment shall be suitable for operation with thefollowing system particulars:Utilisation Voltage : 433 V for Motors upto160 kW.230 V for IlluminationFrequency : 50 Hz.Phase : 3 (Three).Neutral : Solidly earthed.Fault level : ………. MVA at ………. kV, 31 MVA at 433 Vfor 1 secondVoltage Variation : +10% at ------- kV and + 5% at 433 VFrequency Variation : -5% to + 3%Control Voltage : 220 V AC.5(B).4.2Transformer shall be loaded in order to achieve maximum efficiency.5(B).5PLANTPOWER SUPPLY ARRANGEMENT INSIDE THE PROPOSED5(B).5.1 TAPPING OF POWER FROM NEAR BY SOURCEBidder shall modify (if required) the existing power supply arrangement asper the requirement for tapping the power for proposed washery. This includes overhead transmission line.5(B).5.2 OUT DOOR SUB-STATIONAn outdoor type sub-station, ------------ with approximately -------- MVAtransformers is to be installed within the washery premises to cater the entire HT, LT& Lighting loads. Air break switches of capacity ---------- shall be provided in theproposed sub-station. The transformers shall be charged through, ----------- kV SF6 orvacuum circuit breaker which will act as primary control for the ---------- transformer.310208112 (Madh.NLW Jan ‘09) 5(B) -3Signature of Bidderwith seal & date


CMPDI5(B).5.3 HT SWITCHING STATION--------- kV HT switching station shall be provided with SF6/ vacuum circuitbreaker, switch fuse units, potential transformer and control transformer panels withall accessories, to feed power to various HT loads.The incomers of the ---------- kV switching station shall receive power fromthe secondary side of the main out door sub-station transformer, through --------- kVgrade XLPE cables. This -------- kV switching station shall feed power to Indoor Substation,HT motors, PT panel, Capacitor panel and the lighting transformer.5(B).5.4 INDOOR SUB-STATIONIndoor type sub-stations in different sections with --------- MVAtransformers shall be provided to feed power to the various MCCs of the washery.i)ii)iii)iv)5(B).5.5 LT DISTRIBUTION BOARD CUM MOTOR CONTROL CENTRE (MCC)For feeding power to the various loads ----------- nos. of Motor ControlCentre (MCC) shall be provided for the proposed washery.Each MCC shall consist of suitably rated incoming Air Circuit Breaker(ACB), 433 V, 3 phase and requisite no. of outgoing feeders of suitable ratings. Theoutgoing motor feeders of each MCC shall consist of suitably rated MCCBs withinbuilt SPP and S/C protector, contactors, overload relays to control and protect thefeeders.MCCs shall be equipped with suitably rated control transformer, capacitorbank along with automatic power factor correction system. All drives above 15 kWshall be provided with ammeters in the MCC panel. Fully equipped spare feeders arealso considered in each motor control centre covering feeders of various capacities.310208112 (Madh.NLW Jan ‘09) 5(B) -4Signature of Bidderwith seal & date


CMPDINumber of spare feeders considered in each MCC, are 10% or 1 No. for each groupof rating.Provision of special arrangement for feeding power to the important drivesfrom generator to the MCCs shall be provided for emergency purpose. MCCs shallbe located indoor in the --------------, in a dust free environment.All MCCs shall be located at strategic locations inside the plant buildingsas per the requirement of the scheme. No pipelines should pass over the MCCRoom.5(B).6POWER FACTOR IMPROVEMENTFor the improvement of plant power factor up to 0.92 (lagging) andmaintaining the same, suitably rated capacitor banks with automatic power factorcorrection relays shall be provided in both HT & LT distribution system.5(B).7 POWER POINTS <strong>FOR</strong> WELDING, HAND LAMPS & MACHINETOOLS <strong>FOR</strong> MAINTENANCE AT SITETo facilitate welding of equipment/ structural during maintenance, at least -------- nos. of welding transformers with welding cables of sufficient length and holdershall be supplied. Welding transformers shall be of ----------- kVA, double phase, andportable type.------------ nos. 433 Volts, 100 Amps, 3 Phase 4 wire welding plug andsockets with protective fuses and controlling switches shall be provided on each floorand the conveyor gallery of proposed plant.---------- nos. of portable type hand lamp points shall be provided tofacilitate maintenance of the plant.310208112 (Madh.NLW Jan ‘09) 5(B) -5Signature of Bidderwith seal & date


CMPDI5(B).8 GENERAL EARTHING & EARTHING <strong>FOR</strong> LIGHTNINGPROTECTIONDouble earthing system provided for earthing of equipment and buildingsshall be carried out generally as per IS: 3043-1987 and Indian Electricity Rules(Revised) using GI electrodes and conductors.5(B).8.1Suitable number of earth pits shall be provided all around the plant fordouble earthing of all electrical equipment, industrial structures etc.5(B).8.2Neutral of the transformer shall be connected separately and solidly withat least two earth pits near the transformer.5(B).8.3 Frame of the transformer, motor, cable trays and other electrical apparatusused for high as well as medium voltage accessories shall be earthed by 2 separateand distinct earth connection as envisaged in Indian Electricity Rules in addition tocable armoring where there are cable connections.5(B).8.4All the electrical equipment shall be earthed using single/double run of GIconductors as per Indian IE rules (revised) and latest version of IS.5(B).8.5 Suitable number of earth pits shall be installed for each earthing system insuch a manner that earth resistance of each system should not exceed 1.0 ohm asper Indian Electricity Rules (revised) and latest version of IS.5(B).8.6 Earth pit interconnection with existing system & interconnection shall bedone by double GI conductor not less than ------------ mm size buried in earth at adepth not less than 1 Meter. There shall be distinct & independent earthing systemsfor transformer neutral, HT equipment & LT equipments. The new earthing systemshall be tested independently (before interconnection with existing system ifapplicable).5(B).8.7 Earthing leads connecting different equipment shall be of galvanized steelstrip of proper size. All joints and connections of earth leads should be brazed orbolted/welded and shall be protected against possible corrosion.310208112 (Madh.NLW Jan ‘09) 5(B) -6Signature of Bidderwith seal & date


CMPDI5(B).8.8Earthing connection to motors and transformer neutral shall be providedthrough braided flexible leads of suitable size with suitable lugs on both ends.5 (B).8.9 Arrangement for watering the earth pit through --------- dia GI Pipe linesand masonry enclosure with cover plate of ------------------ size (minimum) should beprovided in all the earth pits.5(B).8.10 The size of the earth electrode shall not be less than ----------- dia. and 3.5metre length and of heavy duty G.I. pipe.Lightning protection shall be provided for building, steel structures trusses& column of buildings & structure having a height of 15 m or more, in accordancewith IS: 2309 or 2039-latest. Each down conductor shall be connected to at least twoearth pits. Double earthing system for lightning protection shall be independent ofother earthing system provided for electrical equipment. Separate and distinct earthpits shall be provided for each set of lightning arrestors. Test link shall also beprovided.5(B).9COMMUNICATIONFor efficient operation of the washery, communication system with ---------telephone exchange with -------- nos. of lines, adequate numbers of phone sets fornoisy areas, two way public address systems with suitable address points, -----------nos. of walkie-talkie set etc. shall be provided by the bidder.5(B).10 ILLUMINATION5(B).10.1 One number ------------- kVA, 50 Hz, 3 phase lighting transformer shall beprovided for proper illumination of the entire plant and outside area of the washerypremises.Necessary nos. of MLDBs, SLDBs and DBs shall be provided at variouslocation of the plant. Necessary arrangement shall be made by the bidder to receivepower from DG set at the time of power failure.310208112 (Madh.NLW Jan ‘09) 5(B) -7Signature of Bidderwith seal & date


CMPDI5(B).10.2 General IlluminationIllumination design, fittings and installations shall be aimed at providingproper level of illumination at both inside and outside the plant as per the scope ofwork with safety and decorative features comply with relevant Latest IS.125W/ 250W/ 400W High Pressure Sodium Vapor Lamps (HPSV) shall beused for lighting outside areas viz. roads, approach roads, yards etc. whereas the inplantlighting for indoor industrial illumination for equipment in the plant shall be withCFL lamps of suitable wattage.CFL lamps of suitable wattage shall be used for conveyor gantry lighting atsuitable intervals. This shall also be used for indoor areas like MCC room, ControlRoom administrative building, work shops, canteen, stores and any other structureetc.All outdoor light fittings shall be dust and water proof with proper gasketingetc. while indoor light fittings shall be fully closed with dust proof protectedluminaries.In control and office rooms, only decorative type fixtures shall be used.Out-door type 2 x 40 W fluorescent fittings shall also be provided atvarious exit points of the plant with independent control.Distribution of lighting power to the plant and its adjoining areas shall beby MLDBs (Main Lighting Distribution Board) and SLDBs (Sub-Lighting DistributionBoards)/ DBs (Distribution Boards).The MLDB shall be 3 phase 4 wire, pedestal/ floor mounted, dust andvermin proof and shall be fabricated out of 2 mm thick sheet steel plates with glandplates at the bottom. It shall have suitably rated bus bar, MCCB as incomer, ON/OFF indicating lamps, voltmeters and no. of TPN, Switch Fuse unit as outgoingfeeders The DBs shall be wall mounted, dust and vermin proof and shall also be310208112 (Madh.NLW Jan ‘09) 5(B) -8Signature of Bidderwith seal & date


CMPDIfabricated by 2 mm thick sheet steel plates for group lighting power distribution. Itshall have suitably rated TPN and SPN MCBs.5(B).11 PLC BASED PLANT SEQUENCE CONTROL,INTERLOCKING AND SIGNALING SYSTEMThe entire plant control system shall be controlled by a ProgrammableLogic Controller (PLC) based distributed control system. The system integrates witha suite of programmes running on a personal computer, to provide the operator witha comprehensive window to all aspects of the plant operation. The computersoftware shall provide a data acquisition system whereby all digital or analogvariables entered into the system can be logged and achieved for future analysis.This allows process variables to be trended over a long period of time (typically onemonth) and all alarms occurring to be "time and date" stamped as they occur.Additionally, the logging of all motor starts and run-time intervals shall providemaintenance personnel with a powerful tool in predicting meantime before failure ofall motors and ancillary equipment.A second PLC and computer shall be provided as a backup, in case offailure of the primary units. The backup unit shall be pre-loaded with the operatingsoftware such that a fast changeover can be accomplished.The operator's console shall be a rugged industrially hardened housing forthe PLC processors and the computers. All inputs by the operator as necessary torun the plant shall be via industrial water proof and dust proof push buttons.All sequential interlocking shall be done with programmable logiccontrollers. The entire plant shall use the PLC system (using distributed control).Various remote controllers shall be used, using transducer for measuring differentparameters. Incase of fault in any zone of the system, other zone should not fail.The basic function of a programmable controller is to provide outputcommands to the process equipment that are based on some combination inputcondition received from the machines. It is digitally operating electronic apparatuswhich uses a programmable memory for the internal storage of instruction for310208112 (Madh.NLW Jan ‘09) 5(B) -9Signature of Bidderwith seal & date


CMPDIimplementing specific function such as logic sequencing, timing counting andautomatic control through digital or Analog input/ output modules of various machinesor process.Real time automatic centralized control (starting and stopping) from centreroom for all equipment in accordance with a pre determined sequence (both startingand stopping) for normal operation of the plant, so as to ensure safe and efficientoperation of entire plant.Stopping of any equipment under all condition from the control stationlocated near the drive of respective equipment.Stopping of conveyors in case emergency by pull chord switches, BeltSway switches, zero speed switches etc. provided alongwith the conveyor.Starting and stopping of any desired equipment independently from localcontrol station located near the respective motors/ drive for maintenance/ repair/testing by selecting remote/ local mode of operation from control room through asuitable command.Sounding audio alarm/ warning system prior to starting of the plant forinformation to plant personnel/ maintenance staff to keep a safe distance fromequipment under operation.Continuous status monitoring of all equipment e.g. conveyors, feeders,pumps, jig, tippler conveyor, centrifuge etc., main transformer, circuit breakers etc. inaddition to status monitoring of the parameters like level sensors, Ash analyzer, Beltweighers, overload, single phasing earth leakage, Belt Sway, Belt speed etc.Colour visual doping unit with functional key boards to allowed operation incontrol room to observe status of operation of various equipment, alarm, fault,annunciation, mimic display on VDU and to select the various displays on VDUpertaining to state of readiness of each equipment.310208112 (Madh.NLW Jan ‘09) 5(B) -10Signature of Bidderwith seal & date


CMPDIDedicated key on key board to select Remote/Local Mode of operationand issue commands for starting/ stopping.MIS for Report generation & Start/ Stop of equipment not covered undersequence.5(B).12 INSTRUMENTATIONThe bidder shall provide reliable, sensitive and stable instrumentationsystem to suit the scheme proposed by him.- Ammeter, voltmeter, power factor meter, maximum demand & Energymeter- Trip counter & time totaliser- Belt weighers with totalisers- Nucleonic/ Ultrasonic type level indicators for bunkers and tanks- Torque indicator for thickener mechanism- Ash Analyser with moisture meter for monitoring Ash & moisture- Density Meter cum Flow meter for Automatic Plant Sp. Gr. Control- Motorized Valve with Electric Actuator- Solenoid Valve- Electronic Display Unit and Set Point Device.5(B).12.1 QUALITY CONTROL THROUGH INSTRUMENTATIONQuality of the clean coal obtained from the plant shall be monitoredthrough automatic ash cum moisture analyser. This analyser shall monitor the ash &moisture content of washed product instantaneously. To assess the quality of feed &products, ---- number of automatic samplers shall be provided.In order to determine the quality and washability characteristics of thecoal, a laboratory shall be provided.5(B).12.2 QUANTITY CONTROL THROUGH INSTRUMENTATIONFor recording correct weights of raw coal feed to the washery and the310208112 (Madh.NLW Jan ‘09) 5(B) -11Signature of Bidderwith seal & date


CMPDIproducts produced from the washery building, belt weighers with totalizes shall beprovided on feed & product conveyors of the washery. For correct indication of levelsin the bunkers, tanks, sumps etc., Nucleonic/ Ultrasonic type level indicators shall beused at strategic locations.5(B).12.3 PLANT SP. GR. CONTROL (IN CASE OF HM CYCLONE/ HM BATH)For precise control of the plant Sp. Gr. necessary nucleonic type densitymonitor cum flow meter along with other accessories shall be provided to maintainthe Sp. Gr. as per the requirement.5(B).13 CABLESXLPE/ PVC cables with AL conductor shall be provided for all equipmentin the plant for all voltages except where a cross section required shall be less than10sq.mm size, in that case copper conductor cables shall be used.Copper conductor shall be provided for all multi core control cables ofdifferent sizes. All outdoor cable at the plant site shall be laid in trenches and partlyon the cable supporting structures where ever required along the outdoor walls ofbuildings and galleries. Indoor cables shall be laid on cable supporting structuresunder floors, along wall as well as in pipes and in bottom level doors, where cablereach the electrical equipment. Separate cable tray rack for different voltage shall beprovided.5(B).14 FIRE PROTECTIONNecessary fire protection arrangement shall be provided to put outelectrical fires, at all strategic points of washery premises as per relevant BIS norms.5(B).15 AIR CONDITIONINGThe control rooms, PLC rooms, Engineer-in-charge’s room, or any otherimportant place of the washery shall be air conditioned with the help of suitably ratedair conditioners. Necessary numbers of exhaust fan, ceiling fans, shall be providedas per the requirement.310208112 (Madh.NLW Jan ‘09) 5(B) -12Signature of Bidderwith seal & date


5(B).16 TESTING & SAFETY APPLIANCESCMPDITesting and maintenance equipment like transformer oil testing set, digitalmulti-meter, earth tester, tong meter, megger etc. shall be provided. Safetyappliances like caution boards, discharge rod, rubber mats etc. shall be provided.5(B).17 EMERGENCY POWER SUPPLY ARRANGEMENTA ------- kVA diesel generator set with all accessories shall be provided asstandby for plant illumination at strategic locations and for supply of power to criticalequipment/ systems.5(B).18 POWER CONSUMPTIONThe specific energy consumption per tonne of raw coal input shall beindicated by the bidder.5(B).19 TECHNICAL SPECIFICATIONSThe specifications mentioned below are general type and indicative only.The bidder shall be solely responsible in selecting the items with state of arttechnology.5(B).19.1 SPECIFICATION <strong>FOR</strong> OVERHEAD TRANSMISSION LINEThe specification of the Over Head Transmission Line covers the following:a) Voltage Regulationb) Constructioni) Pit marking, pit diggingii) Erection of supports and concretingiii) Providing guys to supportsiv) Mounting cross arms, fixing pins and insulatorsv) Laying and stringing of the conductorvi) Joining of conductors310208112 (Madh.NLW Jan ‘09) 5(B) -13Signature of Bidderwith seal & date


vii) Sagging & tensioning of conductors and binding of insulatorsviii) Guarding of conductors in road crossingix) Earthingx) Testing and commissioning of linesCMPDIc) Line SupportSteel tubular pole of working load (crippling) of 232kg per meterconforming to IS : 2713 and 30kg per meter rail poles shall be used for -----kV/433Vline. For tangent locations with standardized formation, span-length and groundclearance, 8.0m poles shall be used, while for special locations such as road crossingetc 9.0m poles shall be used. Double poles shall be used at tension locations aftereach section of 1.6 km.d) Clearancei) Across a street : 6.1 mii) Along a street : 5.8 me) ConductorsACSR (Aluminum Conductors Steel Reinforced), continuous overheadearth wires, shall be used.5(B).19.2 SPECIFICATION <strong>FOR</strong> TRANS<strong>FOR</strong>MER5(B).19.2.1 GENERALThe transformer specification covers Oil immersed Power Transformer,protected by primary circuit breaker and fitted with gas & oil relay, alarm, temperatureindicator, tap changer and marshalling box and suitable for outdoor, indoorapplication as per the requirement.The transformer shall comply with the latest revisions of IS : 2026 andIEC : 76 except where modified or extended by the provisions of this specification.Any material and component not specifically stated in this specificationbut necessary for trouble free operation of the equipment and accessories specifiedherein shall deemed to be included.310208112 (Madh.NLW Jan ‘09) 5(B) -14Signature of Bidderwith seal & date


CMPDI5(B).19.2.2OTHER RELEVANT STANDARDSThe other relevant standards applicable are as under:IS : 10561 : Application guide for power transformers.IS : 10028 : Code of practice for selection, installation and maintenanceof transformers.IS : 1866 : Code of practice for maintenance supervision of mineralinsulating oil.IS : 2099 : Bushing for alternating voltage above 1000V.IS : 3639 : Fittings and accessories for power transformers.IS : 335: New insulating oil for transformers.IS : 6600 : Guide for loading transformers.IS : 2705 : Current transformers.IS : 3043 : Code of practice for earthing.IS : 2147 : Degree of protection provided by enclosures for low voltageswitchgear and control gear.IS : 1554 : PVC insulated(heavy duty)electric cables-1100V(Part-I).IS : 7404 : Paper insulated copper conductors.IS : 104: Primary paints for steel surfaces.IS : 2932 : Final paints for steel surfaces.IS : 5: Colour for ready mix paints.a) Equipment +10 percent variation (combined) of voltage and frequency.b) Continuous operation at rated kVA at each of the tap voltagesc) Over loading of units as indicated in IS:6600d) Temperature rise limited to the following values:Cooling Oil WindingONAN 45 0 C to 55 0 C5(B).19.2.3MECHANICAL FEATURESa) The transformer shall be able to withstand the electro-dynamic stressdue to terminal short circuit of the LV side assuring the HV side fed from an infinitebus. All leads, windings in cores shall be properly supported, clamped and tightened310208112 (Madh.NLW Jan ‘09) 5(B) -15Signature of Bidderwith seal & date


CMPDIafter vacuum drying to ensure the short circuit withstand ratings. The short circuitwithstand duration shall be minimum 2 sec.b) The transformer shall be so designed as to minimize any unduenoise and vibration.5(B).19.2.4 CONSTRUCTIONAL DETAILS5(B).19.2.4.1 COREa) The transformer core shall be made of high grade non-ageing grainoriented cold rolled silicon steel sheets of low hysterisis loss and high permeability.The core structure shall be securely grounded to prevent electrostatic potential.Lifting eyes and lugs shall be provided on the limbs and coils assembly. Preferablyno bolt shall be used in the cores. Clamping shall be done externally to the limb.b) The design of the magnetic circuit shall be such as to avoid staticdischarges, development of short circuit paths within itself or to the earthed clampingstructure and the production of flux component at right angles to the plane oflamination which may cause local heating.c) Cores and windings shall be capable of withstanding shocks duringtransport, installation & service and adequate provision shall be made to preventmovement of core and winding relative to tank during these conditions.d) All steel sections used for supporting the core shall be thoroughlysand blasted after cutting, drilling and welding.e) The manufacturer shall furnish the exact type of core material, its BHcurve, design flux density at normal tap and the source of procurement.5(B).19.2.4.2 TANKSa) Tanks shall be of welded construction and fabricated from boiler steelplates of adequate thickness.310208112 (Madh.NLW Jan ‘09) 5(B) -16Signature of Bidderwith seal & date


CMPDIb) All seams and joints those are not required to be opened at site shallbe factory welded and wherever possible they shall be double welder.c) Tanks stiffeners shall be provided for general rigidity and these shallbe designed to prevent retention of water.d) The tank shall be designed to withstandi) Mechanical shocks during transportationii) Vacuum filling of oiliii) Short circuit forcee) The transformer tank and its accessories shall be designed withoutpockets wherein gas may collect.f) Adequate space shall be provided at the bottom of the tank forsettlements of sediments.g) Suitable guides shall be provided in the tank for positioning the coreand coil assembly.h) The tank shall be suitable for movement in both directions duringshipment. Each tank shall be provided with lifting lugs suitable for lifting the completetransformer and minimum of four jacking pads.5(B).19.2.4.3 TANK COVERa) The tank cover shall be sloped to prevent retention of rain water andshall not distort when lifted.b) At least two adequately sized inspection covers one at each end ofthe tank shall be provided for easy access to bushings and earth connection. Theinspection covers shall have suitable lifting arrangement.c) The tank covers shall be fitted with thermometer pockets (in theposition of maximum of temperature) for measuring of oil and winding temperature.310208112 (Madh.NLW Jan ‘09) 5(B) -17Signature of Bidderwith seal & date


CMPDIThe thermometer pocket shall be fitted with a captive screwed top to prevent ingressof water.d) Bushings, inspection covers, thermometer pockets etc. shall bedesigned to prevent ingress of water into or leakage of oil from the tank.e) All bolted connections shall be fitted with weather proof hot oilresistant neoprene gasket in between for complete oil tightness. If gasket iscompressible metallic stop shall be provided to prevent over compression.5(B).19.2.4.4 MOUNTING ARRANGEMENTa) The transformer shall be provided with two nos. bi-directional skidsand pulling eyes integral with the tank body for fixing the transformer tank onfoundation.b) These skids shall be such that the bottom of the tank is at a sufficientheight above foundation for cleaning purposes. Each transformer shall be providedwith uni-directional flat rollers of 1000mm length.5(B).19.2.4.5 CONSERVATOR TANKa) The conservator tank shall be of adequate capacity to accommodateoil preservation system and volumetric expansion of the total cold oil volume in thetransformer and radiators for a change in temperature from minimum ambient airtemperature of 5 0 C to 110 0 C.b) The conservator shall be bolted into position so that it can beremoved for cleaning purposes.c) The conservator of all transformers of 1000 kVA and above shall beprovided with magnetic oil level gauge with two independent low level gauges withtwo independent low levels electrically insulated alarm and trip contacts. The oil levelat 30 0 C shall be marked on the gauge.310208112 (Madh.NLW Jan ‘09) 5(B) -18Signature of Bidderwith seal & date


CMPDI5(B).19.2.4.6 EXPLOSION VENTa) The transformers shall be provided with the single diaphragm type ofexplosion vent with air release device.b) An equalizer pipe shall be connected to explosion vent from theconservator.5(B).19.2.4.7 BUCHHOLZ RELAYA double float type buchholz relay conforming to IS: 3637 shall beprovided. All gas evolved in the transformer shall be collected in this relay. The relayshall be provided with a test cock suitable for a flexible pipe connection for checkingits operation. A copper tube shall be connected from the gas collector to a valvelocated about 1200 mm above ground level to facilitate sampling with thetransformer.5(B).19.2.4.8 TEMPERATURE INDICATORa) Oil Temperature Indicator (OTI)The transformers shall be provided with a 150 mm dial typethermometer for top oil temperature indication. The thermometer shall haveadjustable, potential free alarm and trip contacts, maximum reading pointer andresetting device and shall be mounted in the marshalling box for 1000 kVA andabove. A temperature sensing element suitably located in a pocket in the top oil shallbe furnished.b) Winding Temperature Indicator (WTI)A device to measure the hot spot temperature of the winding shallbe provided on all transformers 100 kVA and above.5(B).19.2.4.9 WINDINGSa) The conductors shall be of electrolytic grade copper free from scalesand burns.b) All windings shall be fully insulated. No graded insulation shall beaccepted. Use of enamel as a sole conductor insulation is prohibited.310208112 (Madh.NLW Jan ‘09) 5(B) -19Signature of Bidderwith seal & date


CMPDIc) The insulation of transformer windings and connections shall be freefrom insulating compounds which are liable to soften, ooze out, shrink or collapseand be non-catalytic and chemically inert in transformer oil during service.d) Oil assembly and insulating spacers shall be arranged to ensure freecirculation of oil and to ensure the hot spot of the winding.e) The maximum fault level to which the transformers shall be subjectedis 500 MVA. Transformer manufacturer may take this aspect into account whiledesigning the transformer for through fault withstands capability.f) All bus bars and leads shall be adequately supported in insulatedcleats or frames from the clamping structure.g) The winding shall be connected to achieve a vector group of DY11.In case of dual L V voltages, the rated capacity shall be delivered at each L V voltagethrough series parallel combination of the L V windings.5(B).19.2.4.10 INSULATION MATERIALSa) Class “A” insulating materials specified in IS : 1271 or latest versionshall be used. Wood insulation, where used, shall be well seasoned and treated.b) Insulating Oilc) The new insulating oil supplied with the transformer shall conform tothe requirements of IS : 335.i) No inhibitors shall be used in the oil.ii) Prior to filling the oil in the main tank suitable number of samplesshall be tested for BDV, moisture content, resistivity at 90 0 C, tan deltaat 90 0 C and interfacial tension. The oil samples taken from thetransformer at site shall conform to the requirements of IS : 1866.310208112 (Madh.NLW Jan ‘09) 5(B) -20Signature of Bidderwith seal & date


CMPDIiii) The manufacturer shall dispatch the transformer filled with oil.The manufacturer shall take care of the weight limitation on transportand handing facility at site.Ten percent (10%) extra oil shall be supplied for topping up in nonreturnablesealed containers suitable for outdoor storage.5(B).19.2.4.11 EARTHING TERMINALSTwo earthing terminals suitable for connecting 50x8 mm mild steelflat shall be provided at positions close to the two diagonally opposite bottom cornersof tank. These grounding terminals shall be suitable for bolted connection. Twoearthing terminals shall also be provided on marshalling box and any otherequipment mounted separately.5(B).19.2.4.12 OIL PRESERVATION SYSTEMThe transformers shall be provided with conservator preservationsystem. The top of the conservator shall be filled with a silica gel filter breather.5(B).19.2.4.13 TERMINAL ARRANGEMENT5(B).19.2.4.13.1 PORCELAIN BUSHINGThe minimum clearances in air between in phases and between thephases and earth potential of the porcelain bushings shall be in accordance with IS :2026 Part -V, 1994.a) Bushing terminals shall be provided with suitable terminal connectorsof approved type and size for ACSR/ cable.b) All transformer bushings shall be of solid porcelain with plain shedsconforming to IS : 8603.5(B).19.2.4.14 CABLE BOXES AND DISCONNECTING CHAMBERSa) Whenever cable connections are specified, suitable air insulated typecable boxes of sufficient sizes shall be provided to accommodate cable termination.310208112 (Madh.NLW Jan ‘09) 5(B) -21Signature of Bidderwith seal & date


CMPDIb) Cable boxes shall be with terminal connectors of adequate size andbolt holes to receive cable lugs.c) The bidder shall provide earthing terminals on the cable box to suit50x8 mm GI flat with degree of protection IP - 52.d) All necessary cable terminating accessories such as supportingbrackets, power cable lugs, hardware etc. shall be provided by the bidder.5(B).19.2.4.15 CURRENT TRANS<strong>FOR</strong>MERSBushing CTs shall be provided. Provision shall be made to removethe CTs from the transformer tank without removing tank cover. All secondary leadsof bushing mounted CTs shall be brought to a terminal box near each bushing andthen wired upto transformer marshalling box. The transformer shall comply with IS :2705.5(B).19.2.4.16 TERMINAL MARKINGThe terminal marking and their physical position shall be inaccordance with IS: 2026.5(B).19.2.4.17 TERMINAL ARRANGEMENT <strong>FOR</strong> NEUTRALSThe transformer shall be restricted earthed at the secondary neutral.The neutral terminal brought on to a separate neutral bushing shall be connected toassociated neutral grounding pit by a copper flat in case of solid earthing. In case ofrestricted earthing, the connection of the neutral bushing to grounding pit shall betrough neutral grounding resistor, which shall be supplied and installed by the bidder.5(B).19.2.4.18 OFF CIRCUIT TAP CHANGE SWITCHThe tap change switch shall be three phase, hand operated, forsimultaneous switching of similar taps on the three phases by operating an externalhandle.Arrangement shall be made for securing and pad locking the tapchanger in each of the working positions, and it shall not be possible for setting orpadlocking in any intermediate position.310208112 (Madh.NLW Jan ‘09) 5(B) -22Signature of Bidderwith seal & date


CMPDIThe manual operating mechanism shall be labeled to show thedirection of operation for raising the secondary voltage and vise versa.5(B).19.2.4.19 RADIATORSThe radiators shall be detachable type, mounted on the tank. Eachradiator shall be provided with drain valve at the bottom, air release plug at the top.5(B).19.2.4.20 MARSHALLING BOXA sheet steel weather, vermin and dust proof marshalling box shallbe provided with each transformer of 1000 kVA and above to accommodatetemperature indicators and terminal blocks for incoming & outgoing cables.5(B).19.2.4.21 PAINTINGThe internal and external surfaces including oil filed chambers andstructural work to be painted shall be sand blasted to remove all rust and scale orforeign adhering matter. All steel surfaces in contact with insulating oil shall bepainted with two coats of heat resistant, oil insoluble, insulating varnish. All steelsurface exposed to weather shall be given a primary coat of zinc chromate, secondcoat of oil and weather resistant varnish of a colour distinct from primary and last twocoats of flossy oil and weather resisting non fading paint of light grey colourcorresponding to shade no. 631 of IS : 5. Primary paint shall be as per IS : 104 andintermediate and final coats of paint shall be as per IS : 2932.5 (B).19.2.5 TESTSThe manufacturer shall carry out all standard routine tests inaccordance with IS: 2026 on each transformer. The manufacturer shall also carry outtype tests in accordance with IS: 2026 on one piece of one rating. While the routinetests shall be carried out at manufacturer’s works under prior information to owner,the type test certificates from reputed test houses shall be submitted for owner’sapproval giving details of each test and evaluation of test data.Tests which are common to both type and routine tests may becovered under routine test in the presence of owner’s representative, if required. At310208112 (Madh.NLW Jan ‘09) 5(B) -23Signature of Bidderwith seal & date


CMPDIleast four (4) weeks advance notice shall be given for witnessing the tests. Thesequence of testing shall be as under:Table-5(B)-1Different Test for TransformerSl.Description of testNature of testNo.1 Oil samples Routine2 Winding resistance at each/principal tap Routine3 Voltage ratio at each/principal tap Routine4 Vector group and polarity Routine5 No load losses and magnetizing current at rated frequency Routineand 90%, 100% and 110% of rated voltage6 Impedance voltage and short circuit impedance at Routineeach/principal tap7 Insulation resistance Routine8 Temperature rise Type9 Oil samples (repeat test) Type10 Insulation resistance (repeat test) Type11 Dielectrici) Power frequency withstandii) Lightning impulse withstandiii) Switching impulse withstandRoutineRoutineType12 Oil samples (Repeat test) Routine13 Insulation resistance (repeat test) Routine14 Tanki) Pressureii) Vacuumiii) LeakageRoutineRoutineTypeSix (6) sets of certified test reports and oscillograms of routine andtype tests shall be submitted for evaluation prior to desptach of equipment. Thebidder shall also evaluate the test results bringing out clearly the calculations andshall correct any defect indicated by the owner of the tests and/ or calculations.Six (6) sets of bound copies of type tests and routine tests shall besubmitted to owner for final approval of the equipment before desptach to consignee.Routine test certificates shall bear the Serial No./ Batch No. of the equipment whichshall also be embossed on the rating plate of the equipment.310208112 (Madh.NLW Jan ‘09) 5(B) -24Signature of Bidderwith seal & date


5(B).19.2.6hereafter.TECHNICAL PARAMETERSCMPDITechnical Parameters of ----------- MVA Power Transformer is givenTable-5(B)-2Detail Technical Parameters of ---------- MVA TransformerSl.DescriptionRatingNo.1 Rated capacity : -------- kVA2 Quantity : ---------- no.3 Location : Outdoor/ Indoor Sub-station4 Type of transformer : Core type oil immersed for nonparallel operation5 Number of phases : 36 Frequency ; 50 Hz -5% to +3%7 Location ; Outdoor/ Indoor8 Type of cooling ; ON/ AN9 Type of oil ; Mineral oil10 Rated capacity at the main tapings : Rated KVA as at Sl. No. 111 Rated voltageHV WindingLV Winding12 Highest system voltageHV WindingLV Winding::13 Impedance voltage at rated current : -14 Method of system earthingHV Winding:LV Winding:310208112 (Madh.NLW Jan ‘09) 5(B) -25Signature of Bidderwith seal & date::------------- Volts + 10%----------- Volts + 10%---------- Volts--------- VoltsNilSolid15 Rated insulation level :One minute power frequency withstand :voltageSwitching impulse withstand test voltage :with standard full wave for windings 1/50microseconds.Lightning withstand test voltage with :standard full wave for winding for 1.2/50microseconds.16 Connection symbol : DY1117 Earthing of neutral terminals : Required for LV windings18 Tap changer type : +2.5%, +5%, +7.5%, +10%,+12%19 Tapings :20 Terminal Arrangementa) HV sideb) LV side::Cable box to suit suitable sizePVCSWA (Al) cableBare bushing for flexibleconnection through flangemounted on tank for bus duct


Sl.DescriptionRatingNo.21 a) Temperature rise (over Ambient ) in Oilb) Temperature rise (over Ambient) in::45 0 C55 0 CWinding22 Type of Winding : Double wound copper23 Auxiliary supply voltage for alarm & relay : 240 V AC24 Standard applicable for transformer : IS : 2026 (Current)25 Standard applicable for oil used : IS : 335 (Current)CMPDI5(B).19.3 SPECIFICATION <strong>FOR</strong> MOTOR CONTROL CENTRE (MCC)5(B).19.3.1 GENERALThe specification covers requirements for 433V LT Switch Board/ MotorControl Centre (MCC) incorporating circuit breakers or fuse switch units or anycombination of these.The Board/ Motor Control Centre (MCC) shall comply with the latestversion of IS: 8623 & IEC 439-1 except where modified or extended by the relevantparts of standards mentioned elsewhere.Any material and component not specifically stated in this specificationbut necessary for trouble free operation of the motor and its accessories specifiedherein shall deemed to be included.5(B).19.3.2OTHER RELEVANT STANDARDSThe other relevant standards that are applicable are as under:IS:13947 : LV switch gear and control gear.IS:10118 : Code of practice for selection, installation andmaintenance of switchgear and control gear.IS:13703 : LV fuses for voltages not exceeding 1000V AC.IS:12021 : Specification of control transformers.IS:2705 : Current Transformers.IS:3156 : Voltage Transformers.IS:2705 : Current Transformers.IS:3043 : Code of practice for earthing.IS:1554 : PVC insulated cables for working voltages upto andincluding 1100V.310208112 (Madh.NLW Jan ‘09) 5(B) -26Signature of Bidderwith seal & date


IS:8686 : Static Relays.IE Rules 1956CMPDINothing in this specification shall be construed as to relive the bidder ofthe responsibility for correctness of the design and construction of the equipment.Whenever the service conditions and requirements laid down in this specificationdiffer from applicable standards, the conditions specified here in shall prevail.Equipment complying with any other authoritative/ internationallyrecognized standards such as IEC, BS, and VDE etc. shall be considered if itensures performance equipment or superior to Indian Standards. In such cases, thebidder shall clearly indicate the standard adopted and furnished a copy of the latestversion in English alongwith the bid and bring out the salient features for comparison.The standard specifications and code of practices referred to hereinshall be the latest edition including all applicable official amendments and revisionsas published one month prior to the date of opening of bids. In case of conflictbetween this specification and those (IS Codes, Standards etc.) referred to herein,the former shall prevail.5(B).19.3.3SERVICE CONDITIONAmbient Air Temperature - Minimum -5 0 C to Maximum 50 0 C withdaily average ambient air temperature of40 0 CAltitude - Maximum upto 1000meters aboveMSL.Relative Humidity - Approximate 97% during rainy season.Pollution degree - Degree 4 as per IS : 13947 ( Part I i.e.the pollution generates persistentconductivity caused by conductive dust)5(B).19.3.4OPERATIONAL CONDITIONSNominal System Voltage : 433 V+ 5%Supply Frequency : 50 Hz - 5% to +3%310208112 (Madh.NLW Jan ‘09) 5(B) -27Signature of Bidderwith seal & date


CMPDISystem Earthing : Effectively earthedHighest fault Level : 31 MVA5(B).19.3.5 CONSTRUCTIONAL DETAILS OF SWITCH BOARDS/ MCCAll Switch boards, i.e. 433 V Switchgears, Motor Control Centers(MCC), shall be of metal enclosed, indoor, floor mounted, free-standing type.All switchboard frames and load bearing members shall be fabricatedusing suitable mild steel structural sections or pressed and shaped cold-rolled sheetsteel of thickness not less than 2.0 mm. Frames shall be enclosed in cold-rolledsheet steel of thickness not less than 1.6mm. Doors and covers shall also be of coldrolled sheet steel of thickness not less than 1.6 mm. Stiffeners shall be providedwherever necessary. The gland plate’s thickness shall be 3.0 mm (minimum) for hot/cold rolled sheet steel and 4.0mm (minimum) for nonmagnetic material.All panel edges and cover/door edges shall be reinforced againstdistortion by rolling, bending or by the addition of welded reinforcement members.The top covers of the panels should be designed such that they do not permanentlybulge/bend by the weight of maintenance personnel working on it.The complete structures shall be rigid, self-supporting, and free fromflaws, twists and bends. All cutouts shall be true in shape and devoid of sharp edges.All switchboards shall be of dust-proof and vermin-proof constructionand shall be provided with a degree of protection of IP 52. However, the busbarchambers having a degree of protection of IP 42 are also acceptable wherecontinuous busbar rating is 1600 A and above. Provision shall be made in allcompartments for providing IP: 52 degree of protection, when circuit-breaker ormodule trolley has been removed. All cutouts shall be provided with synthetic rubbergaskets, The switchboards which are meant for outdoor duty shall be provided withdegree of protection of IP:54.Provision of louvers on switchboards would not be preferred. However,louvers backed with metal screen are acceptable on the busbar chambers wherecontinuous busbar rating in 1600 A and above.310208112 (Madh.NLW Jan ‘09) 5(B) -28Signature of Bidderwith seal & date


CMPDIAll switchboards shall be of uniform height not exceeding 2100mm.Switchboards shall be easily extendable on both sides by the addition of verticalsections after removing the end covers.Switchboards shall be supplied with base frames made of structuralsteel sections alongwith all necessary mounting hardware required for welding downthe base frame to the foundation/ steel insert plates. The base frame height shall besuch that floor finishing (50 mm thick) after erection of the switchboards does notobstruct the movement of doors, covers withdrawable modules etc.All switchboards shall be divided into distinct vertical sections (panels),each comprising of the following compartments.5(B).19.3.5.1 BUSBAR COMPARTMENTA completely enclosed bus bar compartment shall be provided for thehorizontal and vertical busbars. Bolted covers shall be provided for access tohorizontal and vertical busbars and all joints for repair and maintenance which shallbe feasible without disturbing any feeder compartment. Auxiliary and power busbarsshall be in separate compartments.5(B).19.3.5.2 SWITCHGEAR/ FEEDER COMPARTMENTAll equipments associated with an incomer or outgoing feeder shallbe housed in a separate compartment of the vertical section. The compartment shallbe sheet steel enclosed on all sides with the withdraw able units in position orremoved. Insulating sheet at rear of the compartment is also acceptable. The front ofthe compartment shall be provided with the hinged single leaf door with captivescrews for positive closure.5(B).19.3.5.3 CABLE COMPARTMENT OR CABLE ALLEYA full-height vertical cable alley of minimum 175 mm width shall beprovided for power and control cables. Cable alley shall have no exposed live partsand shall have no communication with busbar compartment. Cable terminationslocated in cable alley shall be suitably shrouded to prevent accidental contact byfalling of tools etc. For distribution boards, the partition between the feeder310208112 (Madh.NLW Jan ‘09) 5(B) -29Signature of Bidderwith seal & date


CMPDIcompartment and cable alley made of FRP sheet may also be offered. It shall be ofsuch construction as to allow cable cores with lugs to be easily inserted in the feedercompartment for termination. Wherever cable alleys are not provided for distributionboards, segregated cable-boxes with complete shrouding for individual feeders shallbe provided at the rear for direct termination of cables in each individual feeder. Forcircuit breaker external cable connections a separately enclosed cable compartmentshall also be acceptable. The Contractor shall furnish suitable plugs to cover thecable openings in the partition between feeder compartment and cable alley, for atopenings in the partition between feeder compartment and cable alley, for at least50% of the total number of feeders. Cables alley door shall be hinged.5(B).19.3.5.4 CONTROL COMPARTMENTA separate compartment shall be provided for relays and othercontrol devices associated with a circuit breaker.Sheet steel barriers shall be provided between two adjacent verticalpanels running to the full height of the switchboard, except for the horizontal busbarcompartment. Synthetic rubber gasket shall be provided between the panel sectionsto avoid ingress of dust into panels. Each shipping section shall have full metalsheets at both ends for transport and storage.After isolation of power and control connections it shall be possible tosafely carryout maintenance in a compartment with the busbar and adjacent circuitlive. Necessary shrouding arrangement shall be provided for this purpose. Wherevertwo breaker compartments are provided in the same vertical section, insulatingbarriers and shrouds shall be provided in the rear cable compartment to avoidaccidental touch with the live parts of one circuit when working on the other circuit.All 433 V switchgear (circuit breaker) panels shall be of single fronttype MCCs shall be of single-front construction. All single front switchboards shall beprovided with single leaf, hinged or bolted covers at the rear. The bolts shall be ofcaptive type. The covers shall be provided with ‘DANGER ‘labels. All panel doorsshall open by 9- degree or more.310208112 (Madh.NLW Jan ‘09) 5(B) -30Signature of Bidderwith seal & date


CMPDIAll 433 V circuit breaker modules and MCC modules shall be of fullydraw out type having distinct ‘Service’ and ‘Test’ positions. The equipment pertainingto a draw out type incomer or feeder module shall be mounted on a fullywithdrawable chassis which shall be drawn out without having to unscrew any wire orcable connection. Suitable arrangement with cradle/ rollers and guides shall beprovided for smooth movement of the chassis. For modules of size more than halfthe panel height, double guides shall be provided for smooth removal or insertion ofmodule. All identical module chassis of same size shall be fully interchangeablewithout having to carryout any modifications.All disconnecting contacts for power and control circuits of draw outmodules shall be of robust and proven design, fully self aligning and spring loaded.Both fixed and moving contacts shall be silver plated and replaceable. The springloaded power and control draw out contacts shall be on with drawable chassis andsame on fixed portion shall not be accepted. Detachable plug and socket type controlterminals shall also be acceptable.Individual opening in the vertical bus enclosure shall permit the entryof moving contacts from the draw out module into vertical droppers.All equipments and components shall be neatly arranged and shallbe easily accessible for operation and maintenance. The internal layout of allmodules shall be subject to owner’s approval. The Contractor shall submitdimensional drawings showing complete internal details of busbars and modulecomponents, for each type and rating for approval of Owner.However, the Owner reserves the right to alter the cable entries topor bottom, if required during detailed engineering, without any additional commercialimplication.Each switchboard shall be provided with undrilled, removable typegland plate which shall cover the entire cable alley. Bidder shall ensure that sufficientcable glanding space is available for all the cables coming in a particular sectionthrough gland plate. For all single core cables, gland plate shall be of non-magnetic310208112 (Madh.NLW Jan ‘09) 5(B) -31Signature of Bidderwith seal & date


CMPDImaterial. The gland plate shall preferably be provided in two distinct parts for theease of terminating additional cables in future. The gland plate shall be provided withgasket to ensure enclosure protection.The composition and disposition of various modules in a switchboard shall be finalized during detailed engineering. The Bidder shall include in hisquoted price any adopter panel/ dummy panel required to meet various configurationarrangement of busbars adopted by the Bidder. The switch boards fed from outdoortransformers shall be connected through cables. Bus duct connection whereverapplicable shall be preferably in straight line alignment.The minimum clearance in air between phases and between phasesand earth for the entire run of horizontal and vertical busbars and bus linkconnections at circuit breaker shall be 25mm. For all other components the clearancebetween ‘two live parts’ ‘a live part and an earthed part’, shall be at least ten (10) mmthroughout. Wherever it is not possible to maintain these clearances, insulation shallbe provided by sleeving or barriers. However, for horizontal and vertical busbars theclearances specified above should be maintained even when the busbars aresleeved or insulated. All connections from the bus bars upto switch/fuses shall befully shrouded/insulated and securely bolted to minimize the risk of phase to phaseand phase to earth short circuit.5(B).19.3.5.5 POWER BUSBAR AND INSULATORSAll 433V Switch boards, MCCs shall be provided with three phaseand neutral busbars.All busbar and jumper connections shall be of high conductivityaluminum alloy / copper of adequate size.The cross section of the bus-bars shall be uniform throughout thelength of switchboard and shall be adequately supported and braced to withstand thestresses due to the specified short circuit currents. Neutral busbar short circuitstrength shall be same as main busbars.310208112 (Madh.NLW Jan ‘09) 5(B) -32Signature of Bidderwith seal & date


CMPDIAll busbars shall be adequately supported by non-hygroscopic, noncombustible,track-resistant and high strength sheet moulded compound orequivalent type polyester fiber glass moulded insulators. Separate supports shall beprovided, for each phase and neutral busbar. If a common support is provided, antitrackingbarriers shall be provided between the supports. Insulator and barriers ofinflammable material shall not be accepted. The busbar insulators shall be supportedon the main structure.All busbar joints shall be provided with high tensile bolts, Belleville/spring washers and nuts, so as to ensure good contacts at the joints. Non-silverplated busbar joints shall be applied just before making joint. All bolts shall betightened by torque spanner to the recommended value. The overlap of the busbarsat each joint surface shall be such that the length of overlap shall be equal to orgreater than the width of the bus bar. All copper to aluminum joints shall be providedwith suitable bi-metallic washers.All busbars shall be colour coded as per IS: 275.Whenever the busbars are painted with black matt paint, the sameshould be suitable for temperature encountered in the switchboard under normaloperating conditions.The bidder shall furnish calculations establishing the adequacy ofbusbar sizes for specific current ratings.The neutral bus in MCC shall be connected to earth bus at two pointsby separate vertical droppers which shall be insulated from MCC enclosure. Theneutral bus shall not be earthed in all other boards in which incomers are not fromtransformers.5(B).19.3.5.6 AUXILIARY BUSBAR AND CONTROL TRANS<strong>FOR</strong>MERS5(B).19.3.5.6.1 AC CONTROL SUPPLY BUS BAREach bus-section of all Switchgear and MCCs shall be provided withone(1) 433V/ 220V control transformer. The 220V AC control supply from the control310208112 (Madh.NLW Jan ‘09) 5(B) -33Signature of Bidderwith seal & date


CMPDItransformers shall be run through the MCC by means of two sets of control supplybusbars of electrolytic copper. In case of one transformer failure, whole bus sectioncan be fed through single transformer. The control supply to different modules shallbe tapped individually from the control supply busbars. One pole of secondarywinding of control transformers shall be solidly grounded through a test link. Thetransformer body shall be earthed at two points.5(B).19.3.5.6.2 DC CONTROL SUPPLY BUS BARFor PLC based control system, DC supply to PLC unit includingrelays shall be provided with one no. of 433V/ 220V control transformer with DCconverter unit in each section of the MCC. The Bidder shall provide suitableterminals, switch etc. to receive the DC supply and distribute the same throughabove mentioned control busbars to the required modules of the respective section.The DC control supply bus of one section shall be coupled to the control supply ofother section through a switch located in the bus coupler breaker panel. The DCsupply to the bus coupler breaker may be given from any of the control buses.5(B).19.3.5.6.3 SPACE HEATER BUSBARSPanel and motors space heaters shall be fed from separate ACauxiliary busbars running throughout the switchboard. The supply for these busbarsshall be tapped from incomers before the isolating switch, HRC fuse and neutral linkof suitable rating. Suitable terminals shall be provided to energize space-heater busfrom outside during long shutdowns of unit/switchboard.5(B).19.3.5.6.4 CONTROL TRANS<strong>FOR</strong>MERSThe control transformers shall be 433V/ 220V, dry type of insulationclass B of better. The sizing of Control transformers shall be carried out by Bidderconsidering the actual load of power contactors, auxiliary contactors, indicating lampsand other equipments in the module circuit. An additional load of 15 watts shall beconsidered for each module, for remote auxiliary relays and lamps to be connected inthe control circuit. Bidder shall also ensure that control transformers are adequatelydesigned to meet the momentary loading requirements and the voltage drop duringthis condition shall not be more than 5%.310208112 (Madh.NLW Jan ‘09) 5(B) -34Signature of Bidderwith seal & date


CMPDI5(B).19.3.5.7 EARTH BUS AND EARTHINGA galvanized steel earth bus shall be provided at the bottom of eachpanel and shall extend throughout the length of each switchboard. It shall be welded/bolted to the framework of each panel and breaker earthing contact bar. Verticalearth bus shall be provided in each vertical section which shall in turn be bolted/welded to main horizontal earth bus.The earth bus shall be of sufficient cross section to carry themomentary short circuit and short time fault current to earth, without exceeding theallowable temperature rise.Suitable arrangements shall be provided at each end of thehorizontal earth bus for bolting to earthing conductors. The horizontal earth bus shallproject out of the switchboard ends and shall have pre-drilled holes for thisconnection. All joint splices to earth bus shall be made through at least two bolts andtaps by proper lug and bolts connection.All non-current carrying metal work of the switchboard shall beeffectively bonded to the earth bus. Electrical conductivity of the whole switchgearenclosure framework and truck shall be maintained even after painting.The carriage and breaker frame shall be earthed while being insertedin the panel and positive earthing of the breaker frame shall be maintained in allpositions, i.e. service & isolated as well as the throughout the intermediate travel.Each module frame shall be engaged to the vertical earth bus beforethe disconnecting contacts on the module are engaged to the vertical busbars.All metallic cases of relays, instruments and other panel-mountedequipment shall be connected to earth by independent stranded copper wire of sizenot less than 2.5 sq. mm. All the equipment mounted on the door shall be earthedthrough flexible wire/ braids. Insulation colour code of earthing wires shall be green.Earthing wires shall be connected to terminals with suitable clamp connectors,soldering is not acceptable. Looping of earth connections which would result in310208112 (Madh.NLW Jan ‘09) 5(B) -35Signature of Bidderwith seal & date


CMPDIdiscontinuity to other devices, when a device is removed, is not acceptable.However, looping of earth connections between equipments to provide alternativepaths to earth bus is acceptable.VT and CT secondary neutral point earthing shall be at one placeonly i.e. on the terminal block, Such earthing shall be made through links so thatearthing of one secondary circuit shall be removed without disturbing the earthing ofother circuit.All hinged doors having potential carrying equipment mounted on itshall be earthed by flexible wire/braid. For doors not having potential carryingequipment mounted on it, earth continuity through scraping hinges/hinge pins ofproven design may also be acceptable. The Bidder shall establish earth continuity atsite also.5(B).19.3.5.8 AIR CIRCUIT BREAKERSCircuit breakers shall be three pole, air break, horizontal draw outtype, and shall have fault making and breaking capacities. The circuit breakers whichmeet specified parameters of continuous current rating and fault making/ breakingcapacity only after provision of cooling fans or special device shall not be acceptable.Circuit breakers alongwith its operating mechanism shall be providedwith suitable arrangement for easy withdrawal. Suitable guides shall be provided tominimize misalignment of the breaker.There shall be “SERVICE”, “TEST” and “ISOLATED” positions for thebreakers. In “TEST” position the circuit breaker shall be capable of being tested foroperation without energizing the power circuits i.e. the power contacts shall bedisconnected, while the control circuits shall remain undisturbed. Locking facilitiesshall be provided so as to prevent movement of the circuit breaker from the“SERVICE”, “TEST” of “ISOLATED” position. It shall be possible to close the door in“TEST” position.310208112 (Madh.NLW Jan ‘09) 5(B) -36Signature of Bidderwith seal & date


CMPDIAll circuit breakers shall be equipped with short circuit releases andshunt trip coil irrespective of the type of operating mechanism.All circuit breakers shall be provided with 4NO+ 4NC potential freeauxiliary contacts. These contacts shall be in addition to those required for internalmechanism of the breaker and should be directly operated from breaker operatingmechanism.Suitable mechanical indications shall be provided on all circuitbreakers to show “OPEN” , “CLOSE”, SERVICE”, “TEST” and “SPRING CHARGED”positions.Main poles of the circuit breakers shall operate simultaneously insuch a way that the maximum difference between the instants of contacts touchingduring closing shall not exceed half a cycle of rated frequency.5(B).19.3.5.8.1 All circuit breakers shall be provided with the following interlocks:a) Movement of a circuit breaker between “SERVICE”, “TEST” positionshall not be possible unless it is in open position. Attempted withdrawal of a closedcircuit breaker shall preferably not trip the circuit breaker. In cases the offered circuitbreaker trips on attempted withdrawal as a standard interlock, it shall be ensured thatsufficient contact exist between the fixed and draw out contact at the time of breakertrip, so that no arcing takes place even with the breaker carrying it’s full rated current.b) Closing of a circuit breaker shall not be possible unless it is in“SERVICE”, position, “TEST” position or in “ISOLATED” position.c) Circuit-breaker cubicles shall be provided with safety shuttersoperated automatically by the movement of the circuit breaker carriage to cover thestationary isolated contacts when the breaker is withdrawn. It shall however bepossible to open the shutters intentionally against pressure for testing purposes.d) A breaker of particular rating shall be prevented from insertion in acubicle of a different rating.310208112 (Madh.NLW Jan ‘09) 5(B) -37Signature of Bidderwith seal & date


CMPDIe) Circuit breakers shall be provided with coded key/ electricalinterlocking devices.Circuit breaker shall be provided with electrical anti-pumping and tripfree feature even if mechanical anti-pumping feature is provided.Mechanical tripping shall be possible by means of front mounted Redtrip push button. In case of electrically operated breakers these push buttons shall beshrouded to prevent accidental operation.Means shall be provided to slowly close the circuit breaker in“ISOLATED”, if required, for inspection and setting of contacts. In “SERVICE”position slow closing shall not be possible.Complete shrouding/ segregation shall be provided betweenincoming and outgoing bus links of breakers. In case of bus coupler breaker panelsthe busbar connection to and from the breaker terminals shall be segregated suchthat each connection can be approached and maintained independently with theother bus section live. Dummy panels if required to achieve the above feature shallbe included in the Bidder’s scope of supply.5(B).19.3.5.8.2 Circuit Breaker shall be provided with following Power OperatedMechanism:a) Power operated mechanism shall be provided with a universal motorsuitable for operation on 110V /220V AC control supply, with voltage variation from85% to 110% rated voltage.b) The motor shall be such that it requires not more than 30 seconds forfully charging the closing spring at minimum available control voltage.c) Once the closing springs are discharged, after one closing operationof circuit breaker, it shall automatically initiate recharging of the spring.d) The mechanism shall be such that as long as power is available tothe motor, a continuous sequence of closing and opening operations shall be310208112 (Madh.NLW Jan ‘09) 5(B) -38Signature of Bidderwith seal & date


CMPDIpossible. After failure of power supply at least one open-close-open operation shallbe possible.e) Provision shall be made for emergency manual charging and as soonas this manual charging handle is coupled, the motor shall automatically getmechanically decoupled.f) All circuit breakers shall be provided with closing and trip coils. Theclosing coil shall operate correctly at all values of voltage between 85% & 110% ofrated control voltage. The trip coil shall operate satisfactorily at all values of thevoltage between 70% & 110% of rated control voltage.g) Provision for mechanical closing of the breaker only in “TEST” and“isolated” positions shall be made. Alternately, the mechanical closing facility shall benormally made inaccessible, accessibility being rendered only after deliberateremoval of shrouds.5(B).19.3.5.9 CONTROL AND SELECTOR SWITCHESControl and Selector switches shall be rotary type with escutcheonplates clearly marked to show the function and positions. The switches shall be ofsturdy construction suitable for mounting on panel front. Switches with shrouding oflive parts and sealing of contacts against dust ingress shall be preferred.Circuit breaker control switches shall have three positions and shallbe spring return to “NEUTRAL” from “CLOSE” and “TRIP” positions and shall havepistol grip handles. The control switch shall have adequate number of contacts ineach position and shall have at least two(2) contacts closing in , “CLOSE” position,and two (02) contact closing in, “TRIP” position unless specified otherwise. Lostmotion device contact requirement, if any, is to be provided.Circuit breaker selector switches for motor feeders shall have threestay put positions marked “Switchgear”, “Normal” and “Trial” respectively. They shallhave at least three contacts for each of the three positions and shall have blackspade handles. CB selector switches for other feeders shall have two stay put310208112 (Madh.NLW Jan ‘09) 5(B) -39Signature of Bidderwith seal & date


CMPDIpositions marked “Switchgear” and “Normal” with two contacts for each of the twopositions.Ammeter and voltmeter selector switches shall have four stay putpositions with adequate number of contacts for 3 phase 4-wire system. These shallhave oval handles. Ammeter selector switches shall have make before break typecontacts to prevent open circuit of CT secondary.Contacts of the switches shall be spring assisted and shall be ofsuitable material to give a long trouble free services.The contacts ratings shall be at least the following:a) Make and carry, continuously, 10A, 110V ACb) Breaking current at 110V AC and 0.3 lagging P.F, 5A5(B).19.3.5.10 CONTACTORSrated for uninterrupted duty.Motor starter contractors shall be of air break, electro magnetic typecontacts shall be silver faced.Contactors shall be double break, non-gravity type and their mainDirect on line starter contactors shall be of utilization category AC3and reversing starter shall comprise of forward and reverse contactors mechanicallyand electrically interlocked with each other. These contactors shall be of utilizationcategory AC4.Each contactor shall be provided with required number of normallyopen (NO) and normally closed (NC) auxiliary contacts.Operating coils of contactors shall be of 110V/220V AC. Thecontactors shall operate satisfactorily 85% to 110% of the rated voltage. Thecontactor shall not drop out at 70% of the rated voltage, but will definitely drop out at20% of the rated voltage.310208112 (Madh.NLW Jan ‘09) 5(B) -40Signature of Bidderwith seal & date


CMPDIMotor Protection Relay – Motor protection relay shall be provided toprovide comprehensive protection to the motors.Earth Leakage Protection – All the outgoing feeders shall beequipped with earth leakage protection.5(B).19.3.5.11 INSTRUMENT TRANS<strong>FOR</strong>MERSAll current and voltage transformers shall be completelyencapsulated cast resin insulated type suitable for continuous operation at thetemperature prevailing inside the switchgear enclosure when the switchboard isoperating at its rated condition and the specified ambient temperature. The class ofinsulation shall be ‘E’ or better.mechanical stress.All instrument transformers shall be able to withstand the thermal andmarkings.All instrument transformers shall have clear indelible polarityCurrent transformers shall be of multi or single core or single coretype. All voltage transformers shall be single phase type.busbar supports.All CTs shall be provided with supports independent of busbar/The metering CTs shall be of Class 1 accuracy and adequate VAburden. The protection shall be of 5P10 accuracy class with adequate burden.5(B).19.3.5.12 RELAYS AND TIMERSAll relays and timers in protective circuits shall be flush mounted onpanel front with connections from inside. They shall have transparent, dust tightcovers removal from the front. All protective relays shall have a draw out constructionfor easy replacement from the front.310208112 (Madh.NLW Jan ‘09) 5(B) -41Signature of Bidderwith seal & date


CMPDIAll AC relays shall be suitable for operation at 50 Hz with 220V/110VVT secondary and 1A/ 5A CT secondary.Protective relays, auxiliary relays and timers shall be provided withhand reset operation indicators for analyzing the cause of operation.All relays shall withstand a test voltage of 2.5kV AC rms for onesecond or 2 kA AC rms for one minute. The accuracy class shall be 5P of IS : 3231.All fuse protected contactor controlled motor actuator starters shall beprovided with three element, ambient temperature compensated, time lagged, handreset type thermal overload relays with single phasing protection using differentialmovement and bimetallic strips.All release in circuit breakers shall confirm to IS :13947.The DC auxiliary relays for PLC system shall be designed for 220 VDC unless otherwise specified and shall operate satisfactorily between 75% and110% of the rated voltage. For PLC-controlled modules the coupling relays shall beprovided by Bidder.5(B).19.3.5.13 INDICATING INSTRUMENTIndicating instrument shall be of flush mounted on panel front. Theinstrument shall be of at least 96mm square size with degree linear scales and shallhave an accuracy class of 2.0 or better. The covers and cases of instrument andmeters shall provide a dust and vermin proof construction.5(B).19.3.5.14 PUSH BUTTONSPush button shall be of spring return push to actuate type. Theircontacts shall be rated to make continuously carry and break 10A at 220V AC. Allpush buttons shall have one normally open and normally closed contact unlessspecified otherwise. The colour of the button shall be as follows:Green - for motor START,Red-for motor TRIP.310208112 (Madh.NLW Jan ‘09) 5(B) -42Signature of Bidderwith seal & date


CMPDI5(B).19.3.5.15 INDICATING LAMPSIndicating lamp shall be the panel mounting, filament type and lowwatt consumption. The lamps shall have escutcheon plates marked with its functionwhenever necessary.colours:The lamps shall have translucent lamp-covers of the followingRed – for motor ON, valve/ damper OPEN, breaker CLOSEGreen – for motor OFF, valve/ damper CLOSE, breaker OPENWhite – for motor AUTO TRIPBlue – for all healthy conditions (e.g. Control supply ON andalso for spring charged)Amber - for all Alarm conditions (e.g. overload). Also forSERVICE and TEST position indications.Bulbs and lamps covers shall be easily replaceable from the front ofthe cubicle.Indicating lamps shall be located just above the associated pushbutton/ control switches.to 110% of their rated voltage.All indicating lamps shall be suitable for continuous operation at 90%5(B).19.3.5.16 INTERNAL WIRINGthe terminal blocks.All switchboards shall be supplied completely wired internally, up toAll inter cubicle and inter panel wiring and connections betweenpanels of same switchboard including all bus wiring for AC and DC supplies shall beprovided by the contractor.310208112 (Madh.NLW Jan ‘09) 5(B) -43Signature of Bidderwith seal & date


CMPDIAll internal wiring will be carried out with 650V grade, single core,1.5 mm 2 or larger stranded copper wires having colour codes, PVC insulation. CTcircuits shall be wired with 2.5 mm 2 copper wires, other wire similar to the above.Extra flexible wires shall be used for wiring to devices mounted onmoving parts such as hinged door.All wiring shall be properly supported, neatly arranged, readilyaccessible and securely connected to equipment terminals and terminal blocks.Internal terminations of standard conductors shall be made withsolder less crimping type tinned copper lugs which will finally grip the conductor, or byan equally secure method. Insulating sleeves shall be provided over the exposedparts or lugs.Engrave core identification ferrules marked to correspond with panelwiring diagram shall be fitted at both ends of each wire.Control terminalblocks shall be of 650V grade, rated for 10 Amps andin one piece moulding. It shall be complete with insulating barriers, clip-on typeterminals and identification strips.Terminal blocks for CT & VT secondary leads shall be provided withtest links and isolating facilities. CT secondary leads shall be provided with shortcircuit and earthing facilities.All terminal blocks shall be suitable for terminating on each sidetwo(2) nos. stranded copper conductors of size upto 2.5 mm 2 each.5(B).19.3.5.17 POWER CABLE TERMINATIONCable termination compartment and arrangement for power cablesshall be suitable for heavy duty, 1.1kV grade, stranded Al conductor, PVC/ XLPEinsulated, armoured and PVC sheathed cables. All necessary cable terminating310208112 (Madh.NLW Jan ‘09) 5(B) -44Signature of Bidderwith seal & date


CMPDIaccessories such as supporting clamps and brackets, power cable lugs, hardwareetc. shall be provided by the bidder to suit the final cable sizes.All power cable terminals shall be of stud type and the power cablelugs shall be of tinned copper solder less crimping ring type conforming to IS : 8309.All lugs shall be insulated/ sleeved.5(B).19.3.5.18 NAME PLATES AND LABELSAll cubicles shall have name plate for feeder designation. The nameplate shall be of non-rusting metal with white engraved letter on black back ground.5(B).19.3.5.19 PAINTINGThe sheet steel work shall be pre treated in tanks in accordance withrelevant code. Rust and scales shall be removed by prickling with acid. Finishingpaint on panels shall be smoke grey in accordance with relevant code. The innersurface of the panels shall be glossy white.5(B).19.3.6TECHNICAL PARAMETERS OF MCCTable-5(B)-3Detail Technical Parameters of MCCSl No. Item Description1 Applicable Standard : IS 86232 Enclosure : Single front3 Protection of Enclosure : IP:52 for indoor4 Location : Indoor5 Rated Voltage : 433V6 Rated Control Voltage : 220V AC7 Bus Bar System : TPN, Aluminum8 Bus Bar Rating : Horizontal main bus - -- Amps, Verticalbus -----Amps9 Short time rating : 50kA for 1 Sec10 Power frequency withstandvoltage: 2.5 kV for 1 min for Bus bars &Breakers, Switches & Contactors 2 kVfor 1 min for relays, Timers ,Transformers.11 Interrupting capacity of Breakers : P1 for MCCB & P2 for ACB12 Duty of Power Contactors : AC3 for non reversible & AC4 forreversible13 Duty of Auxiliary Contactors : AC1310208112 (Madh.NLW Jan ‘09) 5(B) -45Signature of Bidderwith seal & date


CMPDISl No. Item Description14 Category of Switches : AC23 for fuse switches & AC22 forauxiliary devices15 Type of HRC fuses : Current limiting16 Rating of HRC fuses : 50 kA17 Type of Control Transformer : Dry type, 433/ 220 V of adequate rating18 Type of Potential Transformer : Dry type, 433/ 110 V of adequate rating19 Cabling for power Circuits : Cable alley for external cables, Modulesfor internal cables below 70Sq. mm &separate cable chamber for 70Sq. mmand above20 Cable Entry : Bottom/Top21 Cabling for Control Circuits : AC control-1.5 Sq. mm, 650V, PVC,Black , CopperDC control-1.5 Sq. mm, 650V, PVC,Green , CopperCT secondary-2.5 Sq. mm, 650V, PVC,Red , CopperEarthing-1.5 Sq. mm, 650V, PVC, Grey, CopperWire indication-self locking, PVCferrules.22 Earthing : Main Bus-Aluminum 300 Sq. mmVertical Bus-150Sq. mm23 Dimension of a Single Panel : As required24 Paint & Finish : Panel outer surface-Smoke GreyPanel inner Surface-Glossy WhiteName plate- Non rusting material25 Requirement of PLC : As required26 Requirement of Control Panel for : As requiredRemote operation27 Requirement of Local Control : As requiredStation for Local & Remoteoperation28 Requirement for Local operation : As requiredonly5(B).19.4 HT SWITCHING STATION5(B).19.4.1 DESCRIPTIONThe -------- kV switchboard shall be suitable for operation in ------- volts,3 phase, 50 Hz restricted earthed neutral system with a fault level ------------.The switchboard shall comprise of ------- volt vacuum circuit breakers, ------- volts vacuum contactor panels and ---------- volt switch fuse unit. The switchboardshall be free floor standing, floor mounting, compartmentalized type and suitable forindoor installation and extensible on either side.310208112 (Madh.NLW Jan ‘09) 5(B) -46Signature of Bidderwith seal & date


CMPDIThe vacuum circuit breakers (VCB) shall be fully drawn out typemounted on wheeled trucks which shall be easily transported to repair bay. This willensure quick replacement of defective breakers and easy transportation for repairmaintenance. Further separate trolley/ truck shall not be required which occupiesextra space.The vacuum contactor panels (VCP) shall be fixed type.The entire control circuit diagram of the switchboard with technicalparticulars of each element and index of symbol shall be submitted form approvalfrom customer/consultant before manufacturer is taken up. Brief write up shallaccompany the diagram for better appreciation and quick disposal.Any special tools and tackles required for quick dismantling and fittingthe parts of vacuum circuit breaker shall be supplied with the equipment.5(B).19.4.2 GENERAL REQUIREMENTSa) Wiring - The wiring shall be done with 2.5 sq.mm stranded copperconductor PVC insulated cable. All wires shall be identified at both ends with ferrulesin accordance with wiring diagram. All cables shall be neatly bunched to ensure thatthe layout of the wiring is neat and orderly.b) Conformity to standards - The switchboard and all the componentsincluding accessories shall conform to relevant Indian standard.c) Testing - The switchboard with all its components shall be tested as perthe requirement of the applicable Indian Standard.d) Labels - Labels shall be provided on each unit showing the duty of eachincoming/outgoing feeder.e) Cabling - Outgoing cable connections for both power and controlcircuits shall be bottom entry type. Bottom gland plates shall be removable type.310208112 (Madh.NLW Jan ‘09) 5(B) -47Signature of Bidderwith seal & date


CMPDIf) Earthing - All equipment shall conform to the requirement of earthing aslaid down in Indian Electricity Rules.A horizontal earth bus at the bottom of the complete switchboard shallconnect adjacent sections and also to the isolator integral earthing switch. This earthbus shall be connected to the main earthing system for the respective building.g) Main contacts for arc quenching – Complete details of the contacts andarc quenching devices shall be furnished. A Type test report on the rated breakingcapacity assigned to each type of circuit breaker or contractor shall be submitted.h) Insulators - The porcelain insulators used shall be free from all flawswhich may impair their mechanical and dielectric strength.i) Busbars - Air insulated main busbars of aluminum running horizontallyalong the top rear of the enclosure shall be fitted with each vertical section;subsequent sections shall be joined suitably. The busbars shall be supported onstrong epoxy insulators and shall be spaced to ensure adequate clearance andthrough fault withstand capacity. The busbar compartments shall be provided withremovable bolted covers.j) Current transformers - The current transformers for operation of metersand protection shall comply with IS 2705 and shall have the following class ofaccuracy:For protection 5 p 10For metering Class Ik) Voltage transformer - The voltage transformer shall be of suitable outputVA rating per phase to meet the requirement of metering, protecting, operating andtripping circuits as per IS 3156.5(B).19.4.3following:VACUUM CIRCUIT BREAKERSThe vacuum circuit breaker forming the switchboard shall conform to the310208112 (Madh.NLW Jan ‘09) 5(B) -48Signature of Bidderwith seal & date


CMPDIOperating mechanism spring charged, motor wound operatingmechanism suitable for both local and remote operation from control desk. Manualcharging facility of the spring for manual tripping arrangement shall be provided. Themechanism shall be provided with feature of anti-pumping and trip free feature.5(B).19.4.3.1 Protection - For incoming circuit breakers the following protectionshall be provided :Overload IDMT 50-200%Neutral displacement relayShort circuit 400-1600%Differential protection wherever required5(B).19.4.3.2The outgoing circuit breakers shall be equipped withOverload IDMT 50-200%Short circuit 400-1600%Sensitive earth leakage - Instantaneous (40m Amps - I.5 Amps)5(B).19.4.3.3Capacitor control circuit breaker shall be equipped withOverload IDMT 50-200%Earth fault IDMT -10-40%Short circuit 400-1600%Sensitive earth leakage instantaneousOver voltage unbalanced protectionUnder voltage protection5(B).19.4.4 INSTRUMENTS :5(B).19.4.4.1 The following shall be provided for incoming circuit breakersAmmeter with selector- switch and transducerVoltmeter with selector switch and transducer;Recording type kWh meter, max. demand meter with transducerPF meter and transducer.5(B).19.4.4.2 The following shall be provided for outgoing breakersAmmeters, Voltmeters and kWh meter with transducer so that thesame is carried over to the control desk.310208112 (Madh.NLW Jan ‘09) 5(B) -49Signature of Bidderwith seal & date


CMPDI5(B).19.4.5 INDICATIONElectrical and Mechanical ON, OFF & TRIP indication shall beprovided and these shall be carried to the control desk.5(B).19.4.6mechanically.INTERLOCKThe incoming circuit breaker shall be interlocked electrically and5(B).19.4.7 TRIPPINGShunt trip from inherent DC source. The tripping circuit of the circuitbreaker shall have provision to be connected to the auxiliary contacts of windingtemperature relay of the transformer. Besides alarm and annunciation for indication oftemperature alarm/ signal/ trip, alarm cancellation facility shall be provided. Theemergency tripping of the circuit breaker shall be provided on the control desk.5(B).19.4.8provided.OPERATIONAL COUNTEROperational counter to record tripping of circuit breakers shall be5(B).19.4.9 VACUUM CONTACTOR PANELSThe panels shall be built in single tire construction in rigid freestanding, sheet steel enclosed section. Each vertical section shall contain mainbusbars, isolator, HRC fuses, contactor, CTs, PTs, etc. The Contactor Panel shallform part of complete --------- volts switchboard.The outgoing vacuum contactor panels shall control …………… voltsmotors and shall be suitable for direct on line starting. Each vertical section shall bedivided into compartments accommodate busbar chamber, isolator, contactors fuse,LT control, protection and metering. It shall be possible to switch ON-OFF the VCPfor motor feeder from a remote control desk.The vacuum contactor panel forming part of the switchboard shallconform to the following:310208112 (Madh.NLW Jan ‘09) 5(B) -50Signature of Bidderwith seal & date


CMPDIa) Isolator - The isolator shall be provided with integral earthing switch.The door interlock will be such as to prevent opening of the front cover till the isolatoris off and earthed. A safety shutter shall be provided to prevent accidental contactwith the live contacts when the door shall open. The isolator handle shall be lockablein ON and OFF position. A glass covered window shall be provided to give a clearview of isolator in OFF and earthed position.b) H.T control compartment - A separate enclosure below the isolatorcompartment housing the HRC power fuses vacuum contactors, CTs and powerconnections shall be provided. The fuses and contactor shall be accessible from thefront after opening a separate door, positively interlocked with the isolatorcompartment door.c) L. V. compartment - Control and indicating equipment, meters, relaysetc. shall be housed in separate and completely segregated compartment. Space foradditional relays, meter etc. shall be provided at the top.d) Motor Protection Relays - Reliable relays shall be provided forcomprehensive protection against overload, short circuit single phasing, stalling,earth leakage under voltage etc.e) Auxiliary contacts - The breaker shall be provided with suitable nos.of NO and NC auxiliary contacts for remote operation and indication in addition to therequired for breakers own operational requirement.5 B).19.4.10 TECHNICAL PARAMETERSContactor is given hereafter:Technical Parameters of --------kV Indoor VCB and Vacuum1. Installation : Indoor Panel2. Number of Poles : 33. Service Voltage : ---------- V (-15% to +10%)4. Rated current (A) : As per requirement5. Making capacity : -- kA (peak minimum)310208112 (Madh.NLW Jan ‘09) 5(B) -51Signature of Bidderwith seal & date


CMPDI6. Frequency : 50 Hz (-5% to +3%)7. Symmetrical breaking capacity : -- kA (rms minimum)8. Short time current for 1 second : -- kA (rms minimum)9. Operating duty : P110. Operating Mechanism : Motor operated spring chargedTrip free mechanism alongwith ON/OFF/ TRIP Indication.10.1 Manual/Electrically operated : Manual and Electrical withclosing and shunt trip coil.11. Tripping arrangement : AC shunt trip mechanism.12. Meters to be provided : Ammeter with selector switchesPF meter, KWH meter, KW meter onall breakers except couplers.Additionally Voltmeter with selectorSwitches for incomers only.13. Protections to be provided : i) Short circuitii) Overloadiii) Earth Faultiv) Earth leakagev) Over Voltagevi) Under voltage14. Indications on Control panel : ON, OFF, TRIP, Lock out,Control Supply, Spring Charged15. Terminal arrangement15.1 Incoming : Conductor : AluminiumType : PVCSWA/ PVCDWASize : Suitable size16. Control supply : 220V DC17. Control wiring : 1.5 & 2.5 sq. mm, 660 V PVC,Copper conductor18. Current Transformer : Of adequate class forMeasuring and protection with 5 Asecondary.310208112 (Madh.NLW Jan ‘09) 5(B) -52Signature of Bidderwith seal & date


CMPDI19. Use of breaker as : Incomer/ Coupler/ TransformerControl/ Capacitor Bank Control/SpareThe HT Board shall comply with the latest version of IS 8623 & IEC439-1 except where modified or extended by this specification and with the relevantparts of standards mentioned else where.5(B).19.5 SPECIFICATION <strong>FOR</strong> INDUCTION MOTORS CONTINUOUSRATING AND DUTY TYPE VOLTAGE 415V, 3.3 KV/ 6.6 KV5(B).19.5.1 All motors HT/ LT shall be continuously rated, squirrel cage, TEFC,induction type with Class “F” for HT and class ‘B’ insulation for LT, high torque,suitable for 6.6 kV/ 3.3 kV/ 415 V, 50Hz, 3 phase power supply and having RPM upto 1500. In case of specific requirement of motor(s) of more than 1500 RPM,approval of the company is required after providing the required justification in thisregard. The motors shall be designed to withstand the following variations in voltageand frequency:Voltage variation : 6.6/ 3.3 kV +10%, 415+5% VFrequency Variation : +3%Combined Variations in voltage & frequency: +10%The motors shall be horizontal foot mounted type, suitable for directon line starting unless stated otherwise. All motors shall be with IP-54 enclosure andhave cable entry for PVC insulated, PVC sheathed armoured cable with Aluminum/Copper conductor. The motors with only standard frame sizes shall be used. Typesof motors shall generally be kept to the minimum.Space heater suitable for 240V, 50 Hz, single phase supply systemshall be provided for motors of 160kW capacity. For motors below 160kW, spaceheater shall be provided if it is meant to be used in damp areas.The motors shall comply with the latest version of IS 325 & IEC 34-1except where modified or extended by this specification and with the relevant parts ofstandards mentioned in para 19.5.2.310208112 (Madh.NLW Jan ‘09) 5(B) -53Signature of Bidderwith seal & date


CMPDIAny material and component not specifically stated in thisspecification but necessary for trouble free operation of the motor and its accessoriesspecified herein shall be deemed to be included.5(B).19.5.2 CONSTRUCTION5(B).19.5.2.1 GENERALa) The motor and its components such as stator, rotor, end shield,terminal boxes and the bearings shall be designed to be readily inter-changeable asintegral units for the same design and rating.b) All non-metallic components used shall be resistant to flamepropagation.c) All heavy parts of the motors shall be provided with necessary liftingarrangements.5(B).19.5.2.2 COOLING ARRANGEMENTSHT and LT motors shall be totally enclosed, Fan cooled, by a lightweight cast Aluminum fan of bi-directional design and very low inertia. The fan shallbe keyed to the shaft and protected by a cowl. The motors for Plough feeders shallbe flameproof type.5(B).19.5.2.3 ENCLOSURESThe enclosures shall be totally enclosed fan cooled with suitablemeans for breathing and drainage. The drain hole diameter shall not exceed 6 mm.5(B).19.5.2.4 STATOR & ROTORa) The stator & rotor core shall be built up low loss high permeabilitysteel laminations assembled under pressure and rigidly secured by end plates andkey rings.b) The insulation shall be class-B for 433V motors and class - F for 6.6/3.3 kV HT motors.c) The cage bars for cage motors shall be of copper.d) All winding overhangs and leads shall be adequately supportedbraced and blocked.310208112 (Madh.NLW Jan ‘09) 5(B) -54Signature of Bidderwith seal & date


5(B).19.5.3CMPDIOTHER RELEVANT STANDARDSIS: 900 Code of practice for installation and maintenance of inductionmotorsIS:8223Dimensions and output ratings for foot mounted electricalmachines with frame number 355 to 1080.IS:1231Dimension of three phase foot mounted induction motorsIS:2223Dimension of flange mounted induction motorsIS:210Frames for rotating electrical machinesIS:1271Classification of insulating materials for electrical machineryand apparatus in relation to their thermal stability in service.IS:2253Designation for type of construction and mountingarrangement for electrical machinesIS:3043Code of practice for earthingIS:4029Guide for testing three phase induction motorsIS: 1885 Electro technical vocabulary – Part XXXV rotating machinesIS: 4691 Degree of protection provided by enclosures for electricalmachineryIS: 4722 Rotating electrical machineryIS: 6362 Designation of methods of cooling for rotating electricalmachineryIS: 7816 Guide for testing insulation resistance of rotating machineryIS:12065 Permissible limits of noise level for rotating electricalmachineryIS: 12075 Mechanical vibrations of rotating electrical machinesIS: 4889 Method of determination of efficiency of rotating electricalmachinesIS: 8789 Values of performance characteristic for three phaseinduction motorsIS: 12824 Type of duty and classes of rotating electrical machinesIS: 1076 Preferred numbersIS: 12802 Temperature rise measurement of rotating electricalmachinesIS:5Colours for ready mixed paints and enamels310208112 (Madh.NLW Jan ‘09) 5(B) -55Signature of Bidderwith seal & date


CMPDIEquipment complying with other internationally accepted standardsshall also be considered if they ensure performance and constructional feature orsuperior standards listed above. In such a case the bidder shall clearly indicate thestandards adopted, furnish a copy in English of the latest revisions along with thecopies of all amendments and revisions in force as on opening of the bid and clearlybring out salient features for comparison.5(B).19.5.4SITE CONDITIONSAmbient air temperature : (-) 5 0 C to (+) 50 0 C.Altitude : Maximum upto 1000M above MSLRelative Humidity : Approximately 97%Pollution degree : Degree 4 as per IS:13947, Part-I (i.e. thepollution generates persistent conductivity caused by Conductivedust)Location : Heavily polluted with coal dust5 B).19.5.5 PER<strong>FOR</strong>MANCEThe values of minimum full load speed, maximum full load current,minimum pull out torque and minimum locked motor torque as percentage of full loadtorque at rated voltage and frequency for duty type S1 shall be in accordance withrelevant code.5(B).19.5.6 RATING PLATESRating plates shall be provided for all motors in conformity with therelevant Indian Standards.5 (B) 19.5.7 TESTSAll motors shall be subjected to tests in accordance to with therelevant Indian standards.5(B).19.5.7.1Motors shall be standard make and subjected to routine tests inaccordance with the following standards :IS 325 and 4029 - for 3 phase induction motors.IS 4029 - for single phase induction motors.IS 4722 - Each DC motors.310208112 (Madh.NLW Jan ‘09) 5(B) -56Signature of Bidderwith seal & date


CMPDIIn addition, the following tests shall be carried out :a) 20% over speed test for 2 min. on all motors.b) Tan Delta and Delta Tan Delta of individual phase for all 6600/ 3300volts motors.c) Measurement of vibration.d) Measurement of noise vibration.e) Phase sequence and polarity checks relative to mechanical rotation.The test values which are likely to be affected by temperature shallbe corrected to 50 0 C ambient temperature and clearly indicated in all test reports.Type test report should be submitted for proto type/ similar motor onwhich test have been conducted earlier. Routine test shall be carried out on suchmotor and test certificate shall be submitted along with motors.If tests (for starting current) are taken at reduced voltage theallowance shall be made for the effect of saturation and the estimated value ofstarting current at rated voltage shall be given on all test certificates.5(B).19.6 SPECIFICATION <strong>FOR</strong> CABLESXLPE/ PVC cables with Al conductor shall be provided for allequipment in the plant for all voltages except where a cross section required shall beless than 10 sq. mm size, in that case copper conductor cables shall be used.Copper conductor shall be provided for all multi core control cables ofdifferent sizes.All outdoor cable at the plant site shall be laid in trenches and partlyon the cable supporting structures where ever required along the outdoor walls ofbuildings and galleries.Indoor cables shall be laid on cable supporting structures underfloors, along wall as well as in pipes and in bottom level doors, where cable reach theelectrical equipment. Separate cable tray rack for different voltage may be provided.310208112 (Madh.NLW Jan ‘09) 5(B) -57Signature of Bidderwith seal & date


CMPDIFor supply, erection and commissioning the following Codes shall befollowed for all types of HT, LT and Control cables.IS : 10418 Specification of drums for electric cablesIS : 8130Conductors for insulated electric cables & flexible cordsIS : 3975Specification for mild steel wires, strip and tapsIS : 10462 Fictitious calculation method for determination ofdimensions of protective covering of cables.IS : 10810 Method of test for cables (Part 0 to Part 63)IS : 1885Electro technical vocabulary part 32, cables, conductorsand accessories.IS : 4905 Method for random sampling.5(B).19.6.1 SPECIFICATION <strong>FOR</strong> XLPE INSULATED HT CABLESThis specification covers requirements of ………… kV grade XLPEinsulated Aluminium conductor HT cables. The cable shall comply with the latestversion of IS : 7098 except where modified or extended by this specification and withthe relevant parts of standards mentioned elsewhere. Any material, component oraccessory not specifically stated in this specification but necessary for trouble freeoperation shall be deemed to be included.5(B).19.6.1.1 CONSTRUCTION MATERIALa) The conductor & insulation material shall be under as:The conductor shall be Aluminum wires & the insulation used shall beCross linked Poly Ethylene compound.b) The fillers and inner sheath having FRLS property shall be either ofthe following types:Un-vulcanized rubber, Thermoplastic material, proofed tapes (forinner sheath only). The outer sheath shall be of Poly Vinyl Chloride (PVC) compoundconforming to the requirements of Type ST1 compound and having FRLS property.310208112 (Madh.NLW Jan ‘09) 5(B) -58Signature of Bidderwith seal & date


CMPDIc) Armouring shall be either of the following types:Galvanized round steel wireGalvanized steel stripGalvanized round steel wires/ ropes shall comply with therequirements of the relevant Code. A binder tape on the armour shall be provided.5(B).19.6.1.2TECHNICAL IN<strong>FOR</strong>MATION:Applicable Code - IS 7098Cable Code - A2XFY/2XFYVoltage Grade- 33/ 11/ 6.6/ 3.3 kVConductor Size - As requiredNo. of Cores - ThreeSheathing - FRLS5(B).19.6.2 SPECIFICATION <strong>FOR</strong> 1100V GRADE ARMOURED CABLESThis specification covers requirements of 1.1kV grade PVC insulated(heavy duty) armoured Aluminum conductor electric cables. The cable shall complywith the latest version of IS : 1554 (Part-1) except where modified or extended by thisspecification and with the relevant parts of standards mentioned elsewhere. Anymaterial, component or accessory not specifically stated in this specification butnecessary for trouble free operation shall be deemed to be included.5(B).19.6.2.1 CONSTRUCTIONAL MATERIALa) The conductor & insulation material shall be under as:The conductor shall be Aluminum wires confirming to relevant codes.The insulation used shall be Poly Vinyl Chloride (PVC) compoundconforming to the requirements of Type A and Type C compound conforming torelevant codes.b) The fillers and inner sheath having FRLS property shall be either ofthe following types:310208112 (Madh.NLW Jan ‘09) 5(B) -59Signature of Bidderwith seal & date


CMPDIUn-vulcanized rubber or Thermoplastic material, proofed tapes (forinner sheath only).The outer sheath shall be of Poly Vinyl Chloride (PVC) compoundconforming to the requirements of Type ST1 compound and having FRLS property.c) Armouring shall be either of the following types:Galvanized round steel wireGalvanized steel stripThe Galvanized round steel wires/ropes shall comply with therequirements of the relevant Code. A binder tape on the armour shall be provided.5(B).19.6.2.2 TECHNICAL IN<strong>FOR</strong>MATIONApplicable Code - IS 1554 (Part-I)Cable Code- AYFYVoltage Grade- 1100VConductor Size - As requiredNo. of Cores - 3/ 3.5/ 4Sheathing - FRLS5(B).19.6.3 SPECIFICATION <strong>FOR</strong> 650 V GRADE CONTROL CABLESThis specification covers requirements of 650V grade PVC insulatedarmoured copper conductor control cables. The cable shall comply with the latestversion of IS : 1554(Part-1) except where modified or extended by this specificationand with the relevant parts of standards mentioned elsewhere. Any material,component or accessory not specifically stated in this specification but necessary fortrouble free operation shall be deemed to be included.5(B).19.6.3.1CONSTRUCTIONAL MATERIALa) The conductor & insulation material shall be under as:The conductor shall be Copper wires confirming to relevant codes.310208112 (Madh.NLW Jan ‘09) 5(B) -60Signature of Bidderwith seal & date


CMPDIThe insulation used shall be Poly Vinyl Chloride (PVC) compoundconforming to the requirements of Type A and Type C compound conforming torelevant codes.b) The fillers and inner sheath having FRLS property shall be either ofthe following types:Un-vulcanized rubber or Thermoplastic material, Proofed tapes (forinner sheath only). The outer sheath shall be of Poly Vinyl Chloride (PVC) compoundconforming to the requirements of Type ST1 compound and having FRLS property.c) Armouring shall be either of the following types:Galvanized round steel wireGalvanized steel stripThe Galvanized round steel wires/ropes shall comply with therequirements of the relevant Code. A binder tape on the armour shall be provided.5(B).19.6.3.2 TECHNICAL IN<strong>FOR</strong>MATIONApplicable Code - IS 1554 (Part-I )Cable Code- YWY/ YFYVoltage Grade- 650VConductor Size - 1.5 sq mm(internal )/ 2.5 sq. mm(external)No. of Cores - As requiredSheathing - FRLS5(B).19.7 SPECIFICATION <strong>FOR</strong> ACCESSORIES OF CABLINGThe Specification covers the requirements for accessories of cablingwork like cable trays, cable ladders, PVC & Steel conduits and fittings, supportsystems.Any material, component or accessory not specifically stated in thisspecification but necessary for trouble free operation shall be deemed to be included.310208112 (Madh.NLW Jan ‘09) 5(B) -61Signature of Bidderwith seal & date


CMPDINothing in this specification shall be construed as to relieve thebidder of the responsibility for correctness of the design and construction of theequipment.5(B).19.7.1CODESThe applicable codes are as under:IS 732Codes of practice for electrical wiringIS 513Cold rolled low carbon steel and strips.IS 1079 Hot rolled carbon steel and strips.IS 9537 Conduits for electrical installationIS 2667 Fittings for rigid steel conduits for electrical wiring.IS 2629 Recommended practice for hot dip galvanizing.5(B).19.7.2the following:CONSTRUCTIONThe construction of Cable Trays, Fittings and Accessories shall bea) In RCC trenches, the cable tray shall be of cantilever construction,with one or multi tires complete with matching fittings (like elbows, bends, reducers,tees, crosses etc), accessories (like side coupler plates) and hardware (like bolts,nuts, springs, washers etc) as many be required. In vertical sections the trays shall beladder construction with one or multi tires complete with matching fittings andhardware.b) Cable trays, fittings shall be fabricated out of rolled mild steel sheetsfree from flaws such as laminations, rolling marks, pitting etc. conforming to relevantcodes. Minimum thickness of mild steel sheets used for fabrication of cable tray andfittings shall be 2 mm. The thickness of side coupler plates shall be minimum 3 mm.c) Cable trays in the RCC trenches shall be of stranded width 250 mmand of standard length 2.5metre. Cable ladders shall be of widths varying between150 to 250 mm and of standard lengths 2.5 meters.310208112 (Madh.NLW Jan ‘09) 5(B) -62Signature of Bidderwith seal & date


CMPDId) Each size and type of cable tray/ ladder of 2.5 meter length and 250mm width simply supported at the ends and uniformly loaded @ 76 kg. per metershall not have deflection at the mid span exceeding 7 mm.5(B).19.7.3 SUPPORT SYSTEM <strong>FOR</strong> TRAYS AND CABLESThe support system shall be fabricated from standard structural steelmembers. The cable trays and support system shall be painted after installation withone coat of red lead primer, one coat of oil primer followed by two finishing coats ofAluminum paint.5(B).19.7.4 CONDUITS, FITTINGS AND ACCESSORIESConduits offered shall be rigid steel & PVC complete with fittings andaccessories (like bends, check nuts, sockets etc). The size of the conduit shall beselected on the basis of maximum 40% fill factor and in accordance with relevantcode.a) Rigid Steel ConduitsRigid steel conduits conforming to relevant codes shall be threadedon both sides and suitable for mechanical stresses. Conduits shall be smooth atinside and outside. Conduits shall be plugged by PVC caps at the ends for storageand transportation. Fittings and accessories shall also be hot dip galvanized.b) Junction/ Joint BoxesJunction box/ Cable joint boxes with IP:55 degree of protection, shallcomprise a case and a detachable cover or hinged doors constructed out of coldrolled steel sheet of minimum thickness 2 mm. Top of the boxes shall be arranged toslope towards rear of the box. Gland plate shall be 3mm thick sheet steel withneoprene/ synthetic rubber gaskets. Twenty percent spare terminals shall beprovided in each terminal block.5(B).19.7.5 CABLING ACCESSORIESa) Cable GlandsCable glands shall be single compression type suitable for thevoltage grade of cables and as per relevant codes. The glands shall be of robust310208112 (Madh.NLW Jan ‘09) 5(B) -63Signature of Bidderwith seal & date


CMPDIconstruction capable of clamping armoured cables firmly without injury to insulation.The glands shall be heavy duty brass, machine finished and nickel chrome plated ofminimum 10 micron thickness.b) Cable lugs:Cable lugs shall be tinned copper solder or crimping type suitable forthe voltage grade of cables suitable for Aluminum conductor cables and copperconductor control cables.c) GalvanizingGalvanizing of steel components and accessories shall conform torelevant codes. The galvanizing shall be uniform, clean, smooth, continuous and freefrom acid spots.The amount of zinc deposit over threaded portion of bolts, nuts,screws and washers shall be as per relevant codes. The removal of extra zinc onthreaded portion of components shall be carefully done to ensure that the threadshave the required zinc coating on them.d) Cable supports and cable trays mounting structures and all other nongalvanized parts shall be brushed before giving one coat of red lead primer, one coatof oil primer followed by two finishing coats of Aluminum paint.5(B).19.8 SPECIFICATION <strong>FOR</strong> CAPACITORS BANKThe capacitors bank shall be supplied and erected as per thefollowing specifications:The static shunt capacitor shall be used for power factor correctionon ……………. volts, 3 phase 50 Hz restricted earthed system. The improvement inpower factor shall be above 0.92 lag. The Bidder shall indicate the level of improvedin the offer.The capacitor bank shall be provided (indoors) to operate at a height--------- metre above mean sea level. No capacitor shall be provided with individualLT/ HT motors. The bank of capacitor will be so formed that it will be suitable for three310208112 (Madh.NLW Jan ‘09) 5(B) -64Signature of Bidderwith seal & date


CMPDIstage automatic switching ON/ OFF operation with power factor correction relay inboth the sections of ------------- volts switchboard.Capacitor banks shall be of unit type construction. The requiredoutput being obtained by banking together a number of basic units in a parallel orseries parallel to obtain high degree of reliability. The unit shall be mounted on steelracks, which are built up into stacks of desired rating. The unit shall be hermeticallysealed complete with excellent electrical design ensuring long life. The impregnateused shall be non-inflammable and non oxidizing synthetic chlorinated biphenyl toensure uniform field distribution and high ionization limit. Each element of capacitorunit shall have its own built in special fuse to ensure unit services. In case of fault inan element, the over voltage on the remaining elements does not exceed 10%. Thecapacitor banks shall be designed to withstand electro-dynamic and thermal stressescaused by transient over currents during switching. Internal discharge resistance shallbe provided with each unit to limit the residual voltage to less than 50 volt as perrelevant standard.Due to high load fluctuation, automatic control shall be provided toachieve, as for possible, a power factor of above 0.92 lagging. To achieve the pre setdesired power factor, suitable reactive power relay device to switch on and of thecapacitors shall be provided.To eliminate unduly frequent switching when peak load of shortduration occur, a time relay shall be incorporation. In case of supply interruption, thezero voltage relay shall be provided to reset the control devices to their neutralposition so that on restoration of supply, the capacitor stages are switched on againthus preventing any undesirable current and voltage peak.The unit shall be put through a series of physical and electrical testsas per relevant standards, IS 2834 –1964.5(B).19.8.1 SERVICE CONDITION5 (B) 19.8.1.1 OPERATING CONDITIONa) Nominal system voltage 433V/ 6600V (+ 5% /+ 10%)b) Supply frequency 50 Hz (-5% to +3%)310208112 (Madh.NLW Jan ‘09) 5(B) -65Signature of Bidderwith seal & date


c) Earthingeffectively earthedd) Highest fault level 31 MVA / 250 MVACMPDI5(B).19.8.1.2LOCATIONa) Maximum ambient temperature – Mean over One year 35 0 Cb) Maximum ambient temperature – Mean over 24 hours 45 0 Cc) Maximum ambient temperature – Mean over 1 hour 50 0 Cd) Maximum relative humidity – Up to 91%5(B).19.8.1.3DESIGNThe capacitor units shall be designed for the following:a) Watt losses between 0.2 to 0.5 kW per kVARb) Temperature withstand category of 55 0 Cc) Output (kVAR) tolerance not exceeding 10%.d) Capacitor – fuse co-ordination to reduce risk of tank rupturee) Use of bio degradable eco friendly dielectric compoundf) Switching life not less than 60,000 operations.5(B).19.9 SPECIFICATION <strong>FOR</strong> COMMUNICATION SYSTEMTo facilitate efficient functioning of different units/ sections, effectivecontrol, supervision and maintenance, the following communication systems shall beprovided by the bidder.5(B).19.9.1 SPECIFICATION <strong>FOR</strong> -------------- TELEPHONE EXCHANGE---------- telephone exchange shall be of --------- line capacity in unit of-------- line capacity with ------ connecting links each. The exchange shall be operablefrom a -------- Volt. D. C. drive from battery set and float rectifier-cum-charger.5(B).19.9.2 SPECIFICATION <strong>FOR</strong> LOUD HAILING PLANT INTERCOMMUNICATION SYSTEMTotal --------- numbers loud hailing plant inter-communication systemshall be provided by the bidder at the strategic location of the plant.310208112 (Madh.NLW Jan ‘09) 5(B) -66Signature of Bidderwith seal & date


CMPDIEach loud hailing plant inter-communication system shall be on thebasis of common bus transmission made so that all the station on each system shallbe in parallel, Each sectional control point will be equipped with a master station. Theentire communication shall be progressed on “Simplex Mode” of operation.System should work with 220 volt 50 Hz supply with a provision ofbattery back up in case of power failure. The system hardware shall be of modularfrom and plug in type Protection against short circuit and cover voltage should also beincorporated.Distortion 3% at 15 watt r.m.s.Frequency response : 200 Hz - 5 kHzWorking temperature range – 0 0 C to 50 0 CRelative humidity – upto 91%5(B).19.9.3 EXTERNAL COMMUNICATIONNecessary arrangement shall be provided for externalcommunications such as various collieries, GM Office, Company (HQ) etc. Thegeneral communication of the plant shall be effected by two channel communicationsystem, paging channel and private channel.The information to present through the paging channel shall be heardfrom all the loud speakers incorporated with the hand set stations. Thus it shall helpto locate personnel or broad cast information which is general in nature. Whereas theprivate channel shall be used for inter communication system between variouscommunication centre or for forming conference.5(B).19.10SYSTEM REQUIREMENT:SPECIFICATION <strong>FOR</strong> CONTROL PANELS <strong>FOR</strong> PLC AND OTHER5(B).19.10.1 SERVICE CONDITIONAmbient Air Temperature- Minimum (-) 5 0 C to Maximum 50 0 C withdaily average ambient air temperature of 40 0 C.310208112 (Madh.NLW Jan ‘09) 5(B) -67Signature of Bidderwith seal & date


CMPDIAltitude - Maximum upto 1000 meters above MSL.Relative Humidity - Approximate 97% during rainy season.Pollution degree - Degree 4 as per IS : 13947 (Part I i.e. thepollution generates persistent conductivity caused by conductive dust)5(B).19.10.2OPERATIONAL CONDITIONSNominal System Voltage : 433 + 5%Supply Frequency : 50 Hz (varies -5% to +3%)System Earthing : Effectively earthedHighest fault Level : 10 MVA5(B).19.10.3 PROCESSOR OR CENTRAL PROCESSOR UNIT (CPU) AND AMEMORYThe processor shall read input signals and in response to them shallgenerate out put commands by interpreting the instructions from the programmedwhich is stored in the memory. Sufficient flexibility shall be provided at all stages forfuture extension.5(B).19.10.4 INPUT/ OUTPUT RACK OR INTERFACEThis is the interface between the application devices and theprocessor. The input/output rack receives information signals from the transmitsaction signals to the control devices. To prevent external fault adequate care &protection shall be provided.5(B).19.10.5 PROGRAM PANEL OR PROGRAM EDITING AND MONITORINGDEVICESIndividual instrumentation, which from the PLC program are enteredin the memory through a key in the keyboard on the programmable panel. Theinstructions shall be shown on the programmable panel display in the form ofindividual ladder diagram type rings. The programmable panel provides a reading ofthe PLC programs for verification. It permits changes (editing) of the existingprograms and aids in machines or process starts ups in troubleshooting. Additional310208112 (Madh.NLW Jan ‘09) 5(B) -68Signature of Bidderwith seal & date


CMPDIjack should be provided for hooking up PC if desired so. The degree of protection tobe provided is IP: 65.5(B).19.10.6 CONTROL CONSOLEIt is suggested that the complete control system shall be as the basisof distributed control system. Various remote controllers shall be spread through outthe plant with communication network and central operator interface station. Remotecontroller receives the analogue signal from sensors and digital signals from theswitch relays and other devices and then controllers conditions the signals, performthe control algorithm and out put signals to manipulate variables and operate theplant. Through communication network information should flow between the controloperator at his operator with face station and remote controller. The plant operatorcan interrogate plant condition or performance on a VDU and can also exercise thecontrol as required by the plant. If there is any fault in one mode of the system it shallnot cause other portion of system to fall. The control operator interface unit shall becomputer based and its major functions shall be as given hereafter.- Maintain a data base- Sets of data can be brought out (e.g. plant state or parameters)- Display at summaries- Display of mimic panel of the plant with the different plant processindications.- Maintain alarm summary- Provide management information report- Display to loop group, individual groups- The monitoring facility of electrical equipment- Diagnostic module for self fault finding for each distributed controlas well as the central control- Printing and logging facility.It is proposed that all the equipment whether in sequence or not canbe operated locally (site switch) as well as from the central control room and thestatus of the same shall be reflected in VDU.310208112 (Madh.NLW Jan ‘09) 5(B) -69Signature of Bidderwith seal & date


CMPDI5(B).19.10.7 VIDEO DISPLAY UNIT (V.D.U)Single or dual VDU shall be provided with micro-processor controllerfor displaying mimics, alarms, plant status etc. A variety of mimics shall have to beprovided so as to ensure enhanced and clear visibility of the plant. The mimics shallhave separate colour codes for healthy and faulty drives, local and remote drives etc.Beside mimics, the VDU shall be capable of showing various alarms and warningmessages sequentially indicating the time of the occurrence, name of faulty drive andthe type of the fault. The messages shall come in such a way so as to enable fastfault diagnosis which shall reduce the downtime of the drive. The alarms of criticalnature shall have to be indicated to each the immediate attention of the operator. Thestatus of the various plant drives shall have also to be shown on the VDU asdescribed.5(B).19.10.8 FUNCTIONAL KEY BOARDNecessary functional keyboard shall be provided as an operatorinterface with the plant. The operator shall be able to key in various plant commands,provide individual stat/ stop, sequential start/ stop, block start/ stop, acknowledgealarm etc. The operator shall also be able to call up various display of the VDU asdesired by him. The operator shall be absolute command of the plant.5(B).19.10.9 PRINTERA printer shall be provided to have a hard-copy of various displaysand logging reports for management reporting. Various logs e.g. hourly logs, shiftlogs and demand logs shall have to be provided.5(B).19.10.10 SOFTWAREThe micro-processor plant monitoring and control system shall bebased on easily reconfigurable software. Various sequencing, inter-locks and timingfunctions shall have to be provided with the help of the software. The software shallbe flexible and easily expandable in case of future additions/ alterations in the plant. Itshall be operator friendly and easy to understand.310208112 (Madh.NLW Jan ‘09) 5(B) -70Signature of Bidderwith seal & date


CMPDI5(B).19.10.11 UPS SYSTEM AND BACK-UP ARRANGEMENTUPS system of ---------- capacity shall be provided, with suitablebatteries for 30 minutes back-up arrangement. The UPS system shall be ‘ONLINE’system which shall ensure that there is no break in the power supply to the PLCbased control system.5(B).19.11 SPECIFICATION <strong>FOR</strong> INSTRUMENT5(B).19.11.1 MASS FLOW METER CUM DENSITY METERa) Power supply : 230 V, + 10%, 50 Hz, 1ph.b) Signal output:i)4 - 20 mA proportional to mass flowii) 2 - 20 mA proportional to densityiii) set point - for low & high level densityiv)set point – for low & high level flowc) Response time : 10 secd) Radiation Source : Cs 137e) Density range : 1.1 to 2.0 gm/ccf) Density detector : Ionization chamberg) Velocity detector : Magnetic flow meterh) Accuracy of measurement :i) density + 0.01 SGUii) Mass flow + 1.5% of full scalei) Display : density & flowj) Operating temperature : 0-60 0 C5(B).19.11.2 MOTORISED VALVE WITH ELECTRIC ACTUATORIndustrial type, ON-OFF control, single seated, inline ported,motorized valve with electric actuator consisting of the following:5(B).19.11.2.1 MOTORISED VALVESize : 150 mmWorking water : 30 bar pressureConstruction: Body, bonnet & blind – cast iron, cast steel, as per therelevant IS.310208112 (Madh.NLW Jan ‘09) 5(B) -71Signature of Bidderwith seal & date


CMPDI5(B).19.11.2.2 ACTUATORPower : 20WHousing : Aluminium silicon alloy heat treat.Gears : Bakelite/ Steel, hobbed, toughed gearsElectric motor : Single phase, permanent split phase capacitor typeclass “F” insulated motor.Power Supply : 220/ 240V, 50 Hz, ACControl suitability : Actuator is suitable for ON-OFF, anticipatory,PID control system.5(B).19.11.3SOLENOID VALVEType : Double solenoidMaterials: Aluminium or Brass/Bronze or Cast ironMedia Description: Concentrated Magnetite5(B).19.11.4 NUCLEONIC BELT WEIGHERNon contact type, nucleonic belt weighers shall be provided at thestrategic locations of the plant with the following:Radioactive sourceIonization ChamberPower supply card and Transmitter4-20m Amps analog outputInput voltage 220/ 240 V, single phase, 50 HzPermissible error: --- to be given by bidderQuantity : ………… nos.5(B).19.11.5 NUCLEONIC/ ULTRASONIC TYPE LEVEL INDICATORSNon-contact type, explosion proof, weather tight construction,microprocessor based electronics display unit with programmable response time,push button references consisting of the following:Radioactive SourceA radiation detectorTransmitterPower Supply Circuit Board310208112 (Madh.NLW Jan ‘09) 5(B) -72Signature of Bidderwith seal & date


CPU Circuit BoardInput voltage 220/ 240V, single phase, 50 HzPermissible error : --- to be given by bidderCMPDI5(B).19.11.6 SPECIFICATION <strong>FOR</strong> ASH CUM MOISTURE ANALYSER5(B).19.11.6.1 GENERAL:Nucleonic type ash cum moisture analyzer shall be provided at thestrategic location of the plant for on line monitoring of the feed and washed coal as atool to control the operation of the washery within the agreed parameters. Theinstrument shall be capable of instantaneous monitoring, recording and display ofparameter in all the required places including control room. The instrument shouldhave facilities to store all data on a time scale basis and producing desire print out.The accuracy shall be within the limits as per relevant BIS.Quantity : …………. nos.5(B).19.11.6.2 TECHNICALa) Input voltage 220/ 240V, single phase, 50Hz.b) The voltage free contact to give information:i)Related to coal availability to the conveyor monitored by the ash &moisture monitor.ii) Related to conveyor running on which the coal ash & moisturemonitor shall be mounted.iii) Related to resetting the average ash & moisture and CVaccumulations.It shall have equation select capability minimum up to eightcalibrations, which shall be entered into the ash monitor.c) Operational specification for coal size, conveyor width, speeds etc.i)It shall measure the ash & moisture % from ------mm to-----mm coalsize.ii) Capable of measuring for conveyor width up to --------- mm andsuitable for lower and upper speed of conveyor.It shall be able to measure for bed depth of coal from minimum -----mm to max. -------- mm.The permissible deviation will be:310208112 (Madh.NLW Jan ‘09) 5(B) -73Signature of Bidderwith seal & date


CMPDI+/- 0.5% ash in typical washed coal+/- 1.0% ash in typical raw coal+/- 0.5% moisture in typical washed coal.d) Outputs from coal ash & moisture monitor for plant to monitor andcontrol. Analog : 4-20 mA, 2 – 10 mA or 0.4 V – 2 V for instantaneous and tonnageweighted values of ash, moisture and calorific value (CV).i)Discrete: Contact closures for required capacity to drive variety ofalarm and control functions, including high and low output values forsystem running and output.ii) Serial: Standard interface or Industrial PC.iii) Radiation Level: 140 µsv/ hr maximum radiation at all points onthe surface of equipment except in the direct beam.e) Enclosure : It shall have a single enclosure designed to be installeddirectly on production conveyor belts having following features :i)Industrial Quality :-It shall be rugged, single and fully integrated unit.-Fully tested and certified.-It shall have protection from direct sun, dust and rain.-It shall have capacity to work in a dust laden atmosphere.ii) Working Range of Ash & Moisture percentage : ---------------It shall be operational for any percentage of ash & moisture in thecoal.iii) The maximum operating temperature shall be up to 50 0 C andstorage temperature from -5 0 C to 55 0 C.v) Humidity :It shall work in humidity range of 0-95%.vi)Weight & Scan time :The approximate weight shall be ------ kg and maximum scan time 20ms or less.vii) Thickness of <strong>Coal</strong> :The system shall measure automatically, if coal thickness is morethan the minimum -------- mm and shall stop recording, if thickness ofcoal layer is below the minimum value.310208112 (Madh.NLW Jan ‘09) 5(B) -74Signature of Bidderwith seal & date


CMPDIviii) Speed of Belt :There shall be no limit of belt speed and upper tonnage rate.ix)Safety & Protection :All the units shall be protected against dust and moisture complyingto IP 65.There shall be no permanent radiation activity imparted tothe coal. The levels of radiation on the actual surface of the sourcehousing shall be well below the levels permitted by statutory level. Inthe event of power failure the source shutter shall immediately beclosed. The position of the source shutter shall be indicated bothmechanically and electrically. The radiation source shall be doublyencapsulated in welded stainless steel, and the source housingshould be constructed of tungsten, so that the housing shall becompletely immune to fire, corrosion and mechanical damage.The system shall be interlocked to the belt drive (or equivalent), sothat whenever the belt stops, the C-frame automatically swings offthe belt and carries out an internal check and standardization routinewhich continues until the belt starts up again.There shall be Reset, Average and Emergency stop input.f) Indication :operating normally.The output from the coal scan should indicate that coal scan is5(B).19.11.7 SPECIFICATION OF PULL CHORD SWITCHPull chord switches shall be provided along the entire length ofconveyor for emergency stopping of the conveyor. Spacing shall be at an interval of50 m (approx.) along with the conveyor and at least one switch shall be provided forsmall conveyors near drive heads & tail ends. It shall have cast/ metal clad andweather proof enclosure. The pull chord shall be of adequate length and shall be ofstandard flexible galvanized wire. Pull chord switch shall have operating signal310208112 (Madh.NLW Jan ‘09) 5(B) -75Signature of Bidderwith seal & date


CMPDIfacility. All pull chord switches shall be provided with indicating lamps so that pullchord switch under trip can be easily identified.5(B).19.11.8 SPECIFICATION OF BELT SWAY SWITCHBelt sway switches shall be provided in pairs to keep the belt swaywithin permissible limit. The spacing will be at an interval of 50 m (approx.) with aminimum of two pairs to each belt conveyor. It shall be provided with commonbridging by pass switch at the central desk which shall be required to be used duringstarting and also during emergency.5(B).19.11.9 SPECIFICATION OFZERO SPEED SWITCHZero speed switch shall be provided at the tail end or preferably ondrive end of each conveyor to keep the operational speed within a set limit. It shallstop the conveyor if the speed exceeds or falls below the present limit. It shall havecast/metal clad dust and weather proof enclosure.5(B).19.11.10 LOCAL CONTROL STATIONAll the equipment operated from the computer shall have localcontrol stations.suitable for wall mounting.It shall be of sheet steel construction, dust and vermin proof andIt shall be provided with start and Stop push button and a selectorswitch for remote and local control.It shall be provided with a name-plate in the same manner asspecified under MCC. This shall conform IP-54 protection.All sheet steelwork shall be pre-treated in accordance with IS 6005.After two coats of primer application, two coats of finishing synthetic enamel paint onpanels shall be applied. Electrostatic painting shall also be accepted. Finishing painton panels shall be with shade 692 (smoke grey) of IS 5 unless required otherwise bythe customer. The inside of the panel shall be glossy white.310208112 (Madh.NLW Jan ‘09) 5(B) -76Signature of Bidderwith seal & date


CMPDIAll the components relating to instruments, relays, meters etc shallbe tested as per relevant Indian standard.5(B).19.12 SPECIFICATION <strong>FOR</strong> EARTHING & LIGHTNING PROTECTIONSYSTEMSThe specification covers the requirements of earthing system.Earthing system shall be in strict accordance with IS : 3043 and Indian ElectricityRules/ Acts. Any material, component or necessary item not specifically stated in thisspecification but essential for trouble free operation shall be deemed to be included.5(B).19.12.1 SYSTEM DESCRIPTIONThe earthing system shall consist of earth pits and earthingconductors located in and around the sub-station building and washery building.Independent pits shall be provided for earthing of transformer neutrals and downconductors of lightning masts. Inter connected pits shall be provided for frameearthing of all equipments and cable trays/ ladders, metallic conduits, steel tubularpoles, truss & structures over which cables run.5(B).19.12.2 CONSTRUCTIONThe primary requirements of the earthing system are as follows:The neutral of the transformer shall be effectively connected to anindependent earth pit by copper flat --------- mm. Down conductor of a lightning mastshall be effectively connected to an independent earth pit by GS flat ---------mm. Allequipment shall be effectively connected to nearest pit by two separate GS flats or acombination of GS flats & wires as per IE rules(Revised) and latest version of ISEach earth pit shall have MS pipe electrode not smaller than --------mm. The buried length of the electrode shall not be less than 2.5 meters. Eachelectrode shall be buried vertically in an earth pit of minimum ------------- area and 3meters depth in alternate layers of charcoal and salt.310208112 (Madh.NLW Jan ‘09) 5(B) -77Signature of Bidderwith seal & date


CMPDIEach pit shall be provided with a cast iron top cover for inspection &identification. Metallic frame of all electrical equipment shall be earthed by twoseparate and distinct connections to earthing system each of 100% capacity.Each continuous laid out lengths of cable tray shall be earthed atminimum two places by GS flats to the earthing system, the distance betweenearthing points shall not exceed 30 meter.switchgear.The neutral of transformer shall be connected to neutral of LTNeutral connections and metallic conduits/ pipes shall not be used forthe equipment earthing. Lightning protection system down conductors shall not beconnected to other earthing conductors above the ground level.Minimum earth coverage of 300 mm shall be provided between earthconductor and the bottom of the trench/ foundation/ underground pipes at crossing.On completion of installation, continuity of earth conductors andefficiency of the all bonds and joints shall be checked. Earth resistance at earthtermination shall be measured in presence of owner’s representatives. Anyequipment required for testing shall be furnished by bidder.5(B).19.12.3 LIGHTNING PROTECTION SYSTEMLightning protection system shall be in strict accordance with IS :2309. Lightning masts shall be provided on any structure having height 15metre ormore. Lightning conductor shall be of ---------- mm GS strip when used above groundlevel. It shall be connected through test link with earth electrode/ earthing system.The lightning protection system shall not be through cables, conduits and metalenclosures of electrical equipment. Lightning conductors shall not pass through orrun inside GI conduits. Testing link shall be made of galvanized steel of size ----- mm.310208112 (Madh.NLW Jan ‘09) 5(B) -78Signature of Bidderwith seal & date


CMPDI5(B).19.13 SPECIFICATION <strong>FOR</strong> ILLUMINATION SYSTEM5(B).19.13.1 GENERALThe following broad requirement shall be applicable for theequipment for illumination system to be supplied and erected under thesespecifications. The Bidder shall however give the detailed specification of all theitems. The minimum illumination level of different areas shall not be less than thevalues specified elsewhere in this section. Totally enclosed dust proof IP-54 wellglass luminaries with sodium vapour lamp will be used in all areas laden with coaldust such as crusher house, unloading areas, transfer points, loading point, galleriesetc. In MCC room, lighting with industrial type fluorescent fixtures and in the controlroom, Engineer in-charge room, testing-cum-maintenance room decorative typefluorescent fixtures shall be provided.Safety lighting shall be provided at some selected locations inproposed plant. Portable lights will be provided to facilitate maintenance/ repair workat any point/ any place by using hand lamps.External lighting with high pressure sodium vapour lamps and streetlighting fixture shall be provided in such locations like transfer houses, receiving pit,loading etc. bunker structure, intermittent point along conveyor gantry, substationsand poles along the roads.The main lighting distribution boards located in the plant shall receivepower from ------ V, ------ kVA, 3 ph lighting transformers through MCCB. It shall be ofsheet steel enclosure, cubicle type, dust and vermin proof, floor mounting, singlefront construction with fixed type units. It shall be fabricated from sheet steel ofthickness not less than 2 mm and suitable for future extension. Each outgoing feedershall be provided with isolator backed by HRC fuse.Each cubicle door shall be interlocked with isolator handle and willhave name-plate in the same manner as that of MCC. 10% spare outlets shall beprovided.310208112 (Madh.NLW Jan ‘09) 5(B) -79Signature of Bidderwith seal & date


CMPDIThe branch distribution boards comprising of MCCB/ MCB andlocated at suitable locations along the conveyor lines shall receive power from theMain Lighting Distribution boards. It shall be of sheet steel enclosure, cabinet type,dust and vermin proof, wall mounted by suitable bracket, single front constructionhaving hinged type lockable door. It shall be fabricated from sheet steel of thicknessnot less than 3 mm. Each board shall have a caution notice fixed on it and shall beidentified at the front with suitable name-plate. The minimum rating of the miniaturecircuit breaker shall be 15 Amps. 10% spare MCB shall be provided. The Bidder shallgive the quantity, location and specification of the branch distribution board alongwith the offer.The following minimum illumination levels shall be achieved andguaranteed by the Bidder after considering maintenance factor 0.6 and co-efficient ofutilization depending on the area to be illuminated. The details of calculation as wellas the mounting scheme shall be submitted during detail engineering stage forapproval of the owner and the final approved scheme shall be applicable in furnishingand installation of the illumination system. The Bidder shall give the quantity, typelocation and broad specification of the luminaries along with the offer.Level of illumination of the working places shall be provided as perIS:3646-Latest and IE Rules.Table-5(B)-5Detail of Illumination LevelsSlLocationLevel ofType of Lighting FixtureNoIllumination (Lux)1 Substation, MCC rooms 200 Fluorescent tube light with Industrialmaintenance cum testing rooms,type fixturestore.2 Control room 300 Fluorescent tube light with Decorativelighting fixture3 Conveyor gantries, Reclaim 70–100 HP Sodium vapour lamp close typetunneldustproof well glass lighting fixture withsuitable reflectors.4 Transfer point/ Junction house/ 100 -dooutdoor s/s yards.5 Crusher house. 150 -do-310208112 (Madh.NLW Jan ‘09) 5(B) -80Signature of Bidderwith seal & date


SlLocationNo6 External area lighting nearreceiving pit transfer pointsconveyor gantries, sub-stations,roads inside washery etc.7 External area lighting throughlighting tower.CMPDILevel ofType of Lighting FixtureIllumination (Lux)20 High pressure sodium vapour lampwith flood lighting/street lighting fixture.20 High pressure sodium vapour lampwith flood lighting fixture.All fluorescent tubes shall be bi-pin type and cool day light. Eachfluorescent lamp fixture shall be furnished complete with suitable copper woundballast and lock type hole complying with IS 1534 (Part –I) 1977, and starter. Eachsodium vapour lamp fixture shall be furnished complete with all accessories. Thelighting fixture shall be completely wired up with PVC insulated flexible wires ofsuitable size.In the areas like office, control room, canteen administrative buildingworkshops etc. local switchboards shall be concealed and flushed with the walls. Thefront cover of the switchboard shall be brown Bakelite sheet (minimum 3.5 mm thick)and the switches and receptacles shall be flush mounted, switches shall be of pianotype.Junction boxes shall be of cast iron and 3 mm sheet screwed over.Junction boxes used outdoors, shall be weatherproof type with neoprene gaskets.Connector suitable for connection of aluminum/ copper conductor shall be provided.All cables between main lighting distribution board and Branch distribution board willbe 1100 volt grade 4 core suitably insulated and sheathed single layer armouredaluminum conductor of size not less than 16 sq mm in accordance to IS 1554.The size of cables shall be selected with due consideration given tocontinuous current rating, de-rating factor, voltage drop limit and short circuitwithstand capacity. All cables and wires of cross sectional area of 2.5 sq.mm andabove will be stranded.310208112 (Madh.NLW Jan ‘09) 5(B) -81Signature of Bidderwith seal & date


CMPDIIn the event of fault, if fault current is higher than fault currentbreaking capacity of MCB, the fuse shall blow earlier to protect the MCB.The board shall be so constructed as to permit free access toconnection of terminals and easy replacement of parts.The board shall have provision for cable entry from the top andbottom compression type cable glands shall be used for cabling.Each board shall have provision of two separate and distinct groundpads for connection of flat for earthing the panels.The Bidder shall furnish the single line diagram giving details of eachlighting distribution board for approval and each diagram shall show the details ofload in each circuit and the details of phases to which this circuit are connected5(B).19.13.2 ILLUMINATIONThe provision of power supply for lighting arrangement shall be madefrom the proposed ----------- kVA transformer through the MCCB. The lightingdistribution shall be done at 433 V, 3 phases, 4 wire systems. The level ofillumination at various places like sub-station, conveyor gantries, motor controlcenter, yard and working places etc, shall be as per IS:3646; February’ 1966 and I.E.Rules.5(B).19.13.2.1 INDOORIndoor areas of the plant like sub-station MCC rooms, control room,canteen, administrative building workshops staircases etc. shall be illuminated withthe help of 2 x 40 / 1x40 W fluorescent tube lights with industrial/ decorative type,totally enclosed, dust proof fixtures. For indoor industrial high bay illumination forequipment in the plant 75 W HPSV lamps with suitable type of fixtures shall beprovided.310208112 (Madh.NLW Jan ‘09) 5(B) -82Signature of Bidderwith seal & date


CMPDI5(B).19.13.2.2 OUT DOORThe outdoor area of the proposed plant including street, yard andgeneral area shall be illuminated with the help of 125/ 250/ 400 watts HPSV lampswith dust proof flood lighting fixtures.5(B).19.13.2.3 CONVEYORS AND GANTRIES70W industrial type HPSV lamps shall be utilized for conveyorgantries lighting at suitable intervals. Fixtures used for this purpose shall be dustproof industrial well glass type and wire guard.5(B).19.13.3 MAIN LIGHTING DISTRIBUTION BOARDS (MLDB)This specification covers requirements for 433 V, 3ph, 50 Hz, MLDBsmetal enclosed, dust and vermin proof to be installed in substations, conforming tothe latest revision of IS : 8623-1993 except where modified or extended by theprovision of this specification.5(B).19.13.3.1 SERVICE CONDITIONSAmbient air temperature : 5 0 C to 50 0 CAltitude : Max. upto 1000M above MSLRelative Humidity : Approximately 97%Pollution Degree : Degree 4 as per IS :139475(B).19.13.3.2 TECHNICAL DETAILSInstallation : IndoorEnclosure : Single front, IP 43Rated voltage : 433 V+5%Bus bar: TPN (Aluminium)Horizontal bus bar rating : Adequate RatingVertical bus bar rating : Adequate RatingShort time rating : 10 kA rms for 1 secondWithstand voltage : 1500 V, 50 Hz, 1 min.Cable termination : Cable chamberCable types: Three core PVC (Al.) conductorCable entry : Bottom310208112 (Madh.NLW Jan ‘09) 5(B) -83Signature of Bidderwith seal & date


CMPDISize of earth bus : 90 sq. mm Aluminium (min.)Metering Arrangement: Ammeters with selector switch on incomers.Safety interlock : As mentioned elsewhereFinishing: Two coats of primer & one coat of final paint as per IS:5.5(B).19.13.4 MOULDED CASE CIRCUIT BREAKERS (MCCBS)The specification covers requirements for 433V, 3 ph, 50 Hz,Moulded Case Circuit Breakers suitable for installation in switch boards (MLDB). TheMoulded case circuit breakers shall comply with the latest revision of IS:13947 (Part-I) and IEC.Any material and component not specifically stated in thisspecification but necessary for trouble free operation of the equipment andaccessories specified herein shall deemed to be included.5(B).19.13.4.1 The other relevant Indian standards are as under:IS: 3072 : Code for practice for installation and maintenance ofswitchgearIS:4237: General requirements for switch gear and control gears forvoltages not exceeding 1000V AC.IS:10118 : Code of practice for selection, installation andmaintenance of Switch gear and control gear.IS: 11353 : Guide for uniform system of marking and identification ofconductors and apparatus terminates.5(B).19.13.4.2 CONSTRUCTIONAL FEATURESThe Circuit breakers shall be three poles, moulded case air breaktype. The circuit breaker shall have tripping mechanism for over load and short circuitirrespective of the type of operating mechanism. Suitable indications shall beprovided on circuit breaker to show “ON” “OFF”, conditions.5(B).19.13.4.3 PROTECTIONThe MCCBs shall be ambient temperature compensated thermaloverload trip with adjustable settings and magnetic short circuit trip.310208112 (Madh.NLW Jan ‘09) 5(B) -84Signature of Bidderwith seal & date


CMPDI5(B).19.13.4.4 Technical details1. Application : Switch board2. Number of poles : 33. Rated current : 630A, 400A, 250A, 125A, 100A4. Making capacity : 25 kA for 1 second5. Rated voltage : 433V (+ 10%)6. Frequency : 50 Hz (-5% to 3%)7. Symmetrical breakingcapacity : 10 kA (rms)8. Settings : Thermal (Adjustable)9. Operating Mechanism : Manual trip free10. Tripping arrangement : Thermal overload & short circuitelectromagnetic release.11. Protection : Short circuit, Overload and Singlephasing.12. Cable Entries : Suitable for PVC (SWA) withAluminium conductor, totallyshrouded to avoid risk of electricshock to operating personnel.13. Execution : Fixed5(B).19.14MINIATURE CIRCUIT BREAKERS (MCB)1. Application : Switch board2. Number of poles : 23. Rated current : 63 A, 40 A, 32 A, 25 A, 20 A,16 A,4. Breaking capacity : 9 kA for 1 second5. Rated voltage : 230V (+ 10%)6. Frequency : 50 Hz (-5% to 3%)7. Enclosure of the breakers : Moulded self extinguishingThermo set plastic8. Dolly (Switching level) : Either OFF or ON position9. Fixing : Snap fitting310208112 (Madh.NLW Jan ‘09) 5(B) -85Signature of Bidderwith seal & date


CMPDI10. Terminals : To take PVCSWA 25 mm 2Conductors for the outgoingcables. Incoming terminalsshall be connected to bus.11. Mechanical service life : Not less than 20,000operations.12. Electrical enduranceat rated Load : Not less than 20,000 operations13. Climate resistance to confirm: IEC-68/ 214. Ambient temperature : As mentioned in elsewhere15. Operating mechanism : Manual Trip Free16. Tripping Arrangement : Magnetic Short Circuit ReleaseThermal Overload Release5(B).19.15 SPECIFICATION <strong>FOR</strong> LEAD ACID BATTERY5(B).19.15.1 SCOPEThe specification covers requirement for procuring, commissioningand performance testing of lead acid battery for control, indication, alarm andprotection circuit for ………….. kV switchboard.Any material and component not specifically stated in this butnecessary for trouble free operation of the equipment and accessories specifiedherein shall deemed to be included.5(B).19.15.2STANDARDS TO BE FOLLOWEDof current Indian Standards.The battery shall be designed to comply with all applicable provisionThe battery shall comply with all latest applicable statuary rules,regulations, acts and safety codes which may be in force during the period ofexecution and which are related with design, construction and operation of theequipment in the locality where the equipment is to be installed.310208112 (Madh.NLW Jan ‘09) 5(B) -86Signature of Bidderwith seal & date


The application acts and statutory regulations are as under:Fire insurance regulationTariff advisory committee regulationsThe Indian Electricity rulesNational fire codesDGMS regulationsAny other statutory rules & regulation.CMPDI5(B).19.15.3 One bank of 220V battery unit along with associated charging unitcomprising of transformer, rectifier etc for control, indication, alarm and protectioncircuit for ………… kV HT switching station shall be provide.The DC voltage shall be obtained from 433V, 3 ph, 4 wire, 50 Hz, AC supply afternecessary rectification by the battery charger. The batter charger shall have dualprovision of :a) Boost charging the batteryb) Float charging the battery and supply the full DC load.5(B).19.15.4The unit shall also confirm to the following specifications:1 set : 220V lead acid stationary battery, eachconsisting of tubular sealed cells (each of 2volts) in hard rubber boxes with tubularpositive plate, negative plates and otheraccessories in complete.Capacity : 160 AH when discharged in 10 hrs. to 1.85volts per cell at 27 0 CTrickle charge rate : Minimum 75 mA to Maximum 300 mA to keepthe cell at 2.25 to 2.30 volts.1 set : Connectors for the above battery1 lot : Sufficient quantity of sulphuric acid for thefirst filling including spare acid 1.190 Sp. Gr.at 27 0 C suitably packed.1 set : Suitable battery stands of good quality teakwood finished with three coats of black anti-310208112 (Madh.NLW Jan ‘09) 5(B) -87Signature of Bidderwith seal & date


CMPDIsulphuric paint and complete with cell numberplate and fixing nails.The battery shall be maintenance free and complete with allaccessories like hydrometer, cell testing voltmeter, thermometer (glass type) withgravity correction chart, spanner, glass funnel, Rubber siphon, Rubber Apron andgloves.5(B).19.15.5TECHNICAL DETAILSService : IndoorNo. required : 1set (nos. as required) X 2 V eachNumber of phases : ThreeFrequency : 50 Hz ( -5% to + 3%)Input Supply : 433V + 5%Output nominal voltage : 220 VVoltage regulation at output : + 2%Time required completingCharging a discharged Battery : 8/ 10 hoursAmbient temperature : 50 0 CRelative humidity : 100%Cooling : Natural5(B).19.16 SPECIFICATION <strong>FOR</strong> SAFETY APPLIANCESSafety appliances like hand gloves, discharge rods, caution boards(………. kV & ……….. Volt), rubber mats, shock treatment charts, fire extinguisher,sand buckets at all places like Transformer room, MCC room, PLC room etc. as perthe requirement of IE Rules shall be provided for complete & safe operation of theplant and for plant personnel as a whole.-------------- number of exhaust fans shall be provided in transformerroom, MCC room with proper ventilation arrangement.310208112 (Madh.NLW Jan ‘09) 5(B) -88Signature of Bidderwith seal & date


CMPDICeiling fans shall be provided at PLC room in addition to AC. Thesefans shall receive power from the nearest SLDB with independent control.5(B).20DESIGN & ENGINEERINGThe successful bidder shall be required to submit detailed design,dimension drawings and relevant calculations showing the basis of design andratings. This shall inter-alia, include the following:5(B).20.1 SYSTEM DESIGN DRAWINGa) Single line diagram of electrical power reception and distributionsystem.b) Drawings showing physical location of Transformer, MCC,Programmable logic controller, junction boxes, operating & controlpush button stations.c) Drawing showing physical layout of various cables.d) Sequence and interlock circuit diagram.e) Drawing showing instrumentation system.f) Layout of illumination system and detailed calculations.g) Layout of cable trenches inside and outside the buildings includingcalculation for cable selection.h) Complete earthing layout system including detailed calculations forselection of earth electrodes, earthing conductors etc.i) Communication systemj) Any other drawing as may be required.5(B).20.2 WORKING DRAWINGSa) Detailed design drawings for power supply arrangement includingratings of different equipment, accessories and cables etc.b) Detailed drawings of MCC, Programmable logic controller, ACB,MLDB including the circuit diagrams with details of internal andexternal wiring.c) Detailed design drawings of earthing system including dimensiondrawings of earth pits/ earthing flats with back-up calculations, etc.310208112 (Madh.NLW Jan ‘09) 5(B) -89Signature of Bidderwith seal & date


CMPDId) Detailed design drawings showing the lighting fixtures, SLDBs, DBsin the plant and area around.e) Detailed design drawings showing the welding outlets, power plugs,communication systems, etc.f) Wiring diagram & cable guide plan for control cables showingtermination to different equipment with proper identification marks.5(B).20.3 DESIGN/ SPECIFICATION & OTHER DETAILSa) Detailed specification of all equipment & accessories.b) Calculation showing justification of selecting various equipment.c) Detailed specification and schedules for various cables.d) Design calculation showing selection of cables, lighting fixtures etc.e) Details of items for control system including their technicalparameters.f) Various drawings as required for approval of statutory authorities.g) 3 (three) copies of as built drawings along with RTF copy of originals.5(B).20.4 GENERALa) The plant & equipment shall be checked properly before erection.b) All safety rules & regulations prevailing in the area and as prescribedby the Owner shall have to be observed.c) Approved type of danger boards shall be provided by the contractorwherever required.d) Painting of all plant & machinery, which has been damaged duringtransportation/ erection or by corrosion or otherwise, shall be giventwo coats of paint (primary finishing) after removal of scales, rust, oil,grease etc.e) All iron frame shall be provided with one coat of paint before erection.All equipment shall be provided final coat of paint according to thecolour scheme of the Company after erection.f) The following item shall be supplied by the successful bidder:- Complete set of instruction manuals for installation, maintenance,testing and adjustment of entire electrical installation.- Detailed wiring diagram.310208112 (Madh.NLW Jan ‘09) 5(B) -90Signature of Bidderwith seal & date


- Spare parts catalogue.- Set of tools for maintenance.- Spare for commissioning.- Overall dimensions & general arrangement.CMPDI5(B).21MAKE OF EQUIPMENTAll the equipment and accessories quoted for the plant shall be ofreputed make and duly approved by the owner. The owner's preference for some ofthe equipment is given hereafter. In addition to this, the bidder may also quote anyother make, which may be considered/ accepted by the owner provided owner issatisfied with the furnished evidence and justification in support of the performance ofany such particular make of equipment quoted by the bidder.Sl No. Item DescriptionTable-5(B)-6Make of EquipmentName of the Approved Manufactures1 MOTOR (LT)/ HT KIRLOSKAR/ BHEL/ SIEMENS/ NGEF/ ABB/ GECALSTHOM/ JYOTI/CROMPTON GREAVES/ BHARAT BIJLEE/INTEGRATED ELECTRIC CO. LIMITED2 POWER & LIGHTING KIRLOSKAR/ BHEL/ BHARAT BIJLEE/TRANS<strong>FOR</strong>MER CROMPTON GREAVES/ ANDREW YULE/SIEMENS/ GEC ALSTHOM/ ENGLISH ELECTRIC3 CONTROLTRANS<strong>FOR</strong>MERSL&T/ SIEMENS/ JYOTI/GEC ALSTHOM/ NGEF/KIRLOSKAR/ BCH310208112 (Madh.NLW Jan ‘09) 5(B) -91Signature of Bidderwith seal & date


Sl No. Item DescriptionName of the Approved ManufacturesCMPDI4 MOTOR CONTROLCENTRE/AIR CIRCUITBREAKER/ MCCB /MCBNGEF / L&T/ JYOTI/ SIEMENS / BCH / ANDREWYULE/ GEC/ ABB/ EASUN ENGG/ CROMPTON /KIRLOSKARSYSTEM/ GEC ALSTHOM/ ASE/MEDITRON/ INCOTECH ENGINEERING PVTLTD.5 CAPACITOR BANK ABB/ MADHAV CAPACITOR/ GEC ALSTHOM/WITHPF VOLTAS/ YESHA/ KHATAU/ GEN ELEC/ ASEA/CORRECTION JUNKER/ BHEL/ UNISTAR/ NGEFEQUIPMENT6 POWER CABLES CABLE CORPOR/ <strong>FOR</strong>T GLOSTER/ NICCO/PREMIER CABLES/ HINDUSTAN CABLES/HAVELLS / UNIVERSALCABLES/ INCAB/ ASEAN7 CONTROL CABLES CABLE CORPOR./ <strong>FOR</strong>TGLOSTER/ NICCO/ASEAN/ UNISTAR/ HINDUSTAN CABLES/ K.D.K/RAJNIGANDHA CABLES/ HAVELLS/ INCAB8 COMMUNICATIONCABLESHINDUSTAN CABLES/ DELTRON/ TOSHNIWAL/INCAB/ VINDHYA TELELINK LTD.9 LIGHT FITTINGS PHILIPS/ CROMPTONS/ GEC ALSTHOM/ BAJAJ/ECE/ GLOLITE10 RELAYS GEC ALSTHOM/ L&T/ UNIVERSAL ELECTRIC/SIEMENS/ KIRLOSKAR SYSTEMS/ A.V.K.-S.E.G.CONTROLS LTD/ AGE-NGEF/ ENGLISHELECTRIC.11 COMMUNICATIONSYSTEMPHILIPS/ MOTWANE/ UPTRON/ GECL/ ECIL/ ITI/TATA TELECOM/ CROMPTON GREAVES310208112 (Madh.NLW Jan ‘09) 5(B) -92Signature of Bidderwith seal & date


Sl No. Item DescriptionName of the Approved ManufacturesCMPDI12 LT CONTACTOR SIEMENS/ L&T/ BCH/ GEC ALSTHOM/ ANDREWYULE/ JYOTI/ HAVELL’/ KIRLOSKARSYSTEMS/AEG13 PUSH BUTTON, L&T/ SIEMENS/ ESSEN/ BCHINDICATING LAMP14 PLC L&T/ SIEMENS/ ALLEN BRADLEY/ GEN ELEC./KELTRON/ CMC/ TTS SYSTAMATIC PTV. LTD./CMC/ ROCKWEL AUTOMATION/ ECIL15 VACCUM CIRCUIT KIRLOSKAR SYSTEM/ BHEL/ JOYTI/ MEI/BREAKER/SIEMENS/ ABB/ GEC ALSTHOM/ ALIND/CONTACTOR ANDREWYULE/ ELECTRO TECHNIK16 CONTROL SWITCHES L&T/ KAYCEE/ JYOTI/ ESSEN/ SIEMENS/HAVELL’S17 ISOLATING SWITCHES L&T/ SIEMENS/ BCH/ANDREW YULE/ GECALSTHOM/ JOYTI/ CROMPTON GREAVES/HAVELL’S/ EE18 ANNUNCIATION APLAB/ L&T/ ABB/ SIEMENS/ ASEAWINDOW19 LIMIT SWITCH, PULL RK ELECTRICALS/ ESSEN/ SIEMENS/CORD SWITCH,BELT TECHNOCRATSWAY SWITCH, ZEROSPEED SWITCH20 TIMER TELEMECHANIQUE/ L&T/ SIEMENS/ GECALSTHOM/ BCH21 HRC FUSES SIEMENS/ L&T/ ENGLISH ELECTRIC22 THERMAL OIL RELAY SIEMNS/ L&T/ BCH23 METERS AEP/ NIPPEN310208112 (Madh.NLW Jan ‘09) 5(B) -93Signature of Bidderwith seal & date


Sl No. Item DescriptionName of the Approved ManufacturesCMPDI24 SELECTOR SWITCH KAYCEE/ SIEMENS/ L&T/ ENGLISH ELECTRIC25 LEVEL SWITCH AUTOMAT/ LEVCON/ TOSHNIWAL26 LIGHTNINGICE/ OBLUMARERESTOR27 WELDINGADVANI OERLICON/ INDIAN OXYGEN/ PHILIPSTRANS<strong>FOR</strong>MER28 LEVEL SENSOR ENDRESS & HOUSER/ ROSEMOUNT BELL’S/EC/ ANY OTHER REPUTED MAKE29 DENSITY MONITOR ROSEMOUNT/ BELL’S CONTROL/ EC/ ANYOTHER REPUTED MAKE30 BELT WEIGHER ROSEMOUNT/ BELLS’S CONTROL/ EC/ ANYOTHER REPUTED MAKE31 ASH & MOISTURE <strong>COAL</strong> SCAN/ EC/ ANY OTHER REPUTED MAKEANALYSER32 SOLENOID VALVE ROSEMOUNT/ BELLS’S CONTROL/ EC/ ANYOTHER REPUTED MAKE33 MOTORISED VALVE ROSEMOUNT/ BELLS’S CONTROL/ EC/ ANYOTHER REPUTED MAKE34 BATEERY WITH EXIDE/ARGON/SF/OKAYA/ ANY OTHERCHARGERREPUTED MAKE310208112 (Madh.NLW Jan ‘09) 5(B) -94Signature of Bidderwith seal & date


CMPDISECTION – 5 (C)CIVIL ENGINEERING WORKS(Bidder is to fill up the blanks while submitting the offer except specifically mentioned otherwise)This section covers the general requirement of civil engineering works. Asthe washery is to be set up under BOM concept where freedom for selection oftechnology has been left on BOM operator and as such if the BOM operator intendsto give other specific items/ works as per the technological requirement not coveredin this section, they will have to furnish all the relevant details such as size/ capacity/area/ length and specification of plants, buildings and structures etc. as per thetechnological requirement giving full justification.5(C).1SCOPE OF WORKThe scope of Civil Engineering works include site survey, soil andhydrological investigation, preparation of complete design, detailed drawing andconstruction, fabrication and erection of all civil and structural works including supplyof all materials connected with the proposed washery. The scope of works broadlycovers the following:a) Design & engineering of all civil & structural worksb) Detailed topographic survey of sitec) Detailed Soil Investigationd) Preparation of construction sitee) Supply of all materials required for construction, fabrication and erectionincluding transportation to the site.f) Construction, fabrication and erection of all plant structures and buildings,conveyor gantries etc of the raw coal receiving section, washery section and loadingsection as detailed in para 5(C).3 and service buildings as detailed in para 5(C).4310208112 (Madh NLW Jan ’09) 5 (C) - 1 Signature of Bidderwith seal & date


CMPDIg) Drainage/ Sewage from various sections and necessary disposalh) Necessary water supply arrangement (both internal and external) forpotable, industrial, fire fighting and dust suppression etc.i) Internal roads to provide proper access to the various sections and units ofthe plantj) Land development, plantation/ arboriculture, boundary wall, site cleaningetc.The scope of work shall be deemed to include all above as well as anyother work required to be done for completing the job, final commissioning etc.whether specifically mentioned herein or not.5(C). 1.1 In the event of varying or conflicting provisions in any of the documents ordrawings forming part of the contract, the most appropriate provision in respect ofrequirement for the work and site condition shall be adopted and Engineer-in -charge’s decision/clarification shall hold good with regard to the intention of thedocument or contract as the case may be.5(C). 1.2 In his bid the bidder shall submit drawings showing plans, elevations andsectional elevations of the buildings/ structures and position of main equipments.After award of work the BOMO shall submit five copies of design calculations. In caseof computer aided design, the BOMO shall submit five copies each of the relatedinput files mentioning clearly the design and load considerations etc and output filesmentioning all related moments, shear force, torsional moments etc in printout forms.The BOMO shall also provide two soft copies each of related input and output files inseparate CDs/ pendrives etc.. The BOMO shall also submit five copies of all thedrawings including civil engineering GA and detailed working drawings includingoutline load data, reinforcement details, architectural and structural details etc. to theCompany for scrutiny and approval. Drawings shall be stamped `For approval’ andduly signed by the BOMO. One set of drawings shall be sent back to the BOMO bythe owner marked approved/ approved with corrections. The BOMO shall thereaftersubmit 9 prints of each approved drawings alongwith one copy of ReproducibleTracing Film (RTF), incorporating the required corrections and comments. These310208112 (Madh NLW Jan ’09) 5 (C) - 2 Signature of Bidderwith seal & date


CMPDIdrawings shall be stamped `For Execution' and duly signed by the BOMO and shallbe released for execution by the Owner. After completing the job the BOMO shallsubmit one set of all final i.e. `as built' drawings on Reproducible Tracing Film (RTF).The Owner shall have the final say in approval of drawings. The approvalshall not free the BOMO either from overall responsibility of the system for itssuccessful operation or the structural safety requirements of the buildings andstructures.The BOMO shall be responsible for and shall do any alternation of thework due to discrepancy, error or omission in the drawings or particulars supplied bythem, whether such drawings have been approved by the Owner or not.5(C). 1.3 ADHERENCE TO INDIAN STANDARDSAll designs, drawings, construction, fabrication, erection, testing,operation, materials etc. shall be in strict conformity as per relevant and latest BISCode of practice and CPWD/ NBO provisions & guidelines. Wherever no IndianStandard is available, other International Standards may be followed only onapproval from the Owner.5(C). 25(C). 2.1SURVEY & SOIL INVESTIGATION AT SITEINTRODUCTION/ DESCRIPTIONScope of work under this head envisages detailed topographic survey,soil investigation, collection of rainfall and hydrological data and preparation &submission of report for its approval. The details are as given hereafter:5(C). 2.2 The bidder before submitting his offer, is required to inspect and examinethe site and its surroundings and satisfy himself as to the nature and characteristicsof ground and soil, rainfall, the availability and suitability of other requirements, asrequired for fair bidding purposes. Soil Investigation Report of the proposed site isenclosed at Enclosure - 2 on the basis of tests carried out for different locationsearmarked in plan (refer Drg. No.HQ/CMP/310208112 (Madh NLW)/04/002) showingcontour & various locations where soil investigation work conducted and it is only310208112 (Madh NLW Jan ’09) 5 (C) - 3 Signature of Bidderwith seal & date


CMPDIindicative in nature and exclusively for bidding purpose only. No extra claim shall bemade over contract price for variation in soil and hydrological investigation reports,which may result in change of design and type of foundation unless otherwise stated.All works related site survey should be conducted as per standard practice and alsoas per system requirement.5(C). 2.3 The BOMO on award of work shall have to undertake detailed topographicsurvey, detailed soil investigation and collection of rainfall and hydrological data as heshall be totally responsible for the actual soil, rainfall and hydrological data collectedby him at site for the design and submit a comprehensive soil report withrecommendations for type of foundation, bearing capacities, method of deepexcavation, probable settlement for foundations, etc. for approval of the company.Report approved by the company shall be finally adopted for design and engineering.Soil investigation should be done in the presence of the Owner or his representative.5(C).2.4 Before carrying out the tests, approval shall be taken from the Ownerregarding the location of the test to be carried out. During the investigation of soilbeing done by the BOMO, the Owner shall be associated during field exploration,laboratory testing and report finalisation, if he so desires.a) All field records shall be submitted to the Engineer-in-charge in duplicateas and when they are recorded during the process of soil investigation.b) The scope of work shall include making test bores on soils including takingout requisite number of undisturbed samples at different depth as required forlaboratory tests, making standard penetration tests at different depths, recordingground water levels, if any, maintaining driving records, preparation of bore hole logfor each bore hole etc. conducting direct load test including cyclic loading andunloading operations wherever required. Plate bearing load tests, if required,Laboratory tests on collected samples for determining natural moisture content,particle size analysis, index properties, wet and dry density, swelling pressure,Triaxial shear tests, consolidation tests, permeability tests, CBR test, modular subgrade reaction and any other tests required as per the site conditions and designrequirement. If rock is encountered, drilling through rock is to be done upto a depth of3m or 90% core recovery. The report shall include the information regarding core310208112 (Madh NLW Jan ’09) 5 (C) - 4 Signature of Bidderwith seal & date


CMPDIrecovery at different depth and crushing strength of collected rock samples. The soilmechanics/ geological test results shall be submitted by the BOMO. This shall alsoinclude allowable bearing capacity based on shear and settlement criteria, soakedCBR value etc.5(C).2.5PRE-CONSTRUCTION ANTI-TERMITE TREATMENTPre-construction anti-termite treatment of soil in foundation and floorsshould be carried out as per the technical requirement and/or as recommended bysoil expert in the soil test report.5(C).3PLANT STRUCTURES & BUILDINGS5(C).3.1 RECEIVING PITRaw coal of -200mm size shall be made available by the owner andBOMO shall have to receive the same at the washery. Raw coal shall be brought bytipping trucks/ dumpers and discharged into receiving pits / hoppers. The BOMOshall construct the receiving pit/ hoppers as per the requirement.It shall be of RCC construction having------------pockets of --------- t capacityeach. The pockets shall be arranged in -------- rows. The top of receiving pits/hoppers shall be provided with grizzly having aperture of -------- mm. Raw coal shallbe fed into the receiving pits/ hoppers by dumpers/ tipping trucks. The receiving pits/hoppers shall be covered with 22 gauge CGI sheet roofing to protect from direct rain.The placement of RCC pedestals/ structural columns for supporting structure shall bedone in such a manner that these remain well protected from the direct impact ofdumpers/ tipping trucks while discharging coal in the hopper. Necessary arrangementshall be made to drain out water accumulated around the receiving pits/ hoppers.Properly anchored kerb wall shall be provided at the sides of the pit/ hopper forstopping the dumpers/ tipping trucks and to avoid fall of dumpers/ tipping trucks intothe pit. For protection of the concrete surface of the hopper against the impact ofcoal, the sides of the hopper shall be lined with closely spaced rails (min. 60 lbs)along the slope. Rails shall be interconnected by welding for better rigidity andstability at suitable intervals. The hopper wall shall be properly designed to withstandheavy impact caused during unloading of coal by dumpers/ trucks.310208112 (Madh NLW Jan ’09) 5 (C) - 5 Signature of Bidderwith seal & date


CMPDI5(C).3.2 PLAT<strong>FOR</strong>M AND RAMP AROUND RECEIVING PITProvision shall be made for a platform around the receiving pit. Thedimension of the platform shall be of -------- m x --------- m size as required beyondwhich necessary slopes (maximum 1:16) shall be provided for approach of dumpers/tipping trucks to the platform. The scope also includes properly designed RCCretaining wall and toe wall to retain the filled up soil. The slope and platform shall beprovided with flexible pavement suitable for movement of dumpers of requiredcapacity.5(C).3.3 RCC TUNNEL AND PENT HOUSEThe reclaim tunnel shall be of RCC structure having clear headroom ofminimum 2.5 m. The layout and size of the tunnel shall be as per the systemrequirement. However, the minimum width of the walkways shall be as under:For single belt conveyor tunnel – 1000 mm wide on one side and 600 mmwide on other side.For double belt conveyor tunnel – 1000 mm wide central walkway and 600mm walkway on both sides.Inserts shall have to be provided for installation of cable, conveyorstructures, etc. Tunnel shall be designed considering surcharge due to earth fillingand movement of loaded dumpers wherever applicable. All fillings required from penthouse to the receiving pit is included in the scope.Floor shall have a slope of 1:50 to drain off water. Sumps of enoughcapacity on either side of the tunnel and arrangement for fixing pump shall have to bemade. Proper drainage arrangement on either side of the tunnel shall be made sothat the tunnel is free from ingress of water and shall be watertight. Necessary controlmeasures shall be taken to control sub soil water.The pent house shall be of RCC cum brick masonry structure withnecessary floor finish, steel doors and ventilators.310208112 (Madh NLW Jan ’09) 5 (C) - 6 Signature of Bidderwith seal & date


CMPDI5(C).3.4 BELT CONVEYOR GANTRIESProvision shall be made for various conveyor gantries as per therequirement of the flow sheet. Conveyor gantries shall be of steel structure supportedon steel trestles with RCC foundation for overhead gantry. Roof and side claddingshall be with 22 gauge CGI sheeting. Necessary ventilation in the side cladding i.e.300mm strip opening at the top and 150mm strip opening at the bottom should beprovided. 12% of roofing area and 8% of side cladding area shall be covered withtranslucent sheet. The conveyor gantry shall have clear headroom of 2.5m. Theminimum width of the walkway shall be as under:For single belt conveyor gantry –1000mm wide on one side and 600mmwide on other side.For double belt conveyor gantry – 1000mm wide central walkway and600mm walkways on both sides.The trestles of the conveyors shall be so designed that RCC portion ofpedestals are 1.5m above the ground. The spacing of trestles for overhead gantryshould not exceed 18m c/c. However, the spacing of trestles can be varied in case ofcrossing over road/ obstruction/ any other structure which shall be decided duringdetailed engineering stage. Wherever the conveyors are crossing roads or anystructure/ establishment below, protective framed wire netting along with stiffener asper design shall be provided to avoid spillage of coal. It should be able to take theimpact of coal lumps likely to fall and desirable thickness of coal accumulation over it.It should be accessible through properly designed stairs/ ladders for periodiccleaning.The walkways shall be of 6mm thick MS chequered plate. Suitable toeguard shall be provided on the conveyor side of the walkway for protection in all theconveyor galleries. The painting shall be done as per detailed specifications.The belt conveyor gantries running at ground level shall have RCCpedestals (stringer supports), 22 gauge CGI sheets in roofing and side cladding witha clear headroom of 2.5 m. Width of walkways shall be same as mentioned foroverhead gantries The walkways shall have brick pavement. In case where cutting isrequired for laying the ground conveyor system, the same shall be carried out in all310208112 (Madh NLW Jan ’09) 5 (C) - 7 Signature of Bidderwith seal & date


CMPDItypes of soil and rock. The slope of cutting should not be steeper than one horizontalto one vertical. Painting of steel structures shall be done with two coats of syntheticenamel paints of approved make & colour over a coat of red oxide primer.5(C).3.5 CRUSHER HOUSEThe size and dimension of the crusher house shall be fixed as pertechnological & functional requirement. Provision of crusher foundation, screenfoundation and other equipments are to be made as per requirement. Clearheadroom in any floor shall be as per the technological need but should not be lessthan 3.3 m. Access around all the equipment with working platform shall be provided.The side cladding shall be of 250mm thick brickwork and 22 gauge CGI sheets withlouvers depending upon the technological requirement. The intermediate floors atdifferent levels shall be of MS chequered plate or of RCC as per the requirement.The building shall have 22 gauge CGI sheet roofing. The RCC floors shall beprovided with 52mm thick Ironite flooring (under layer of 40mm cement concrete1:2:4 and top layer 12mm thick Ironite topping). Brickwork shall be plastered withcement mortar. The internal surfaces of brick walls shall be whitewashed andexternal surfaces shall be provided with water proofing cement paint. Doors,windows, glazing and louvers shall be of steel conforming relevant IS code to providemaximum natural lighting and ventilation. Proper drainage from roof and all otherfloor shall be provided. Necessary staircase having minimum width of 1 m, railings instaircase, openings, necessary maintenance beams, erection openings shall beprovided. The building shall also be provided with 1M wide plinth protection allaround. Painting of steel structure with two coats of synthetic enamel paints ofapproved make and colour over red oxide priming coat has to be provided.5(C).3.6 STORAGE FACILITY <strong>FOR</strong> RAW <strong>COAL</strong>Provision shall be made for storage facility (uncovered) of raw coal foratleast 8000 tonne capacity with suitable reclamation arrangement. The work shallinclude all civil and structural works required for providing this facility.5(C).3.7 STORAGE FACILITY <strong>FOR</strong> WASHED <strong>COAL</strong> AND MIDDLINGSProvision shall be made for storage facility (covered) of washed/ cleancoal and middlings for atleast one day capacity each with suitable reclamation310208112 (Madh NLW Jan ’09) 5 (C) - 8 Signature of Bidderwith seal & date


CMPDIarrangement. The work shall include all civil and structural works required forproviding this facility.5(C).3.8 TRANSFER STATIONSThe number and size of transfer station to be provided shall be as pertechnical & functional requirements. The transfer stations shall be of steel structurewith RCC foundation. Roof and side cladding shall be of 22 gauge CGI sheets. Thetransfer stations shall be provided with proper drainage arrangement of rainwaterfrom the roof. The intermediate floors of the transfer stations shall be of 6mm thickMS chequered plate. The ground floors shall have PCC (1:2:4) of 100mm thicknessover 100mm mud mat. For ventilation 60% of the side sheeting shall be left open withlouvers. Proper arrangement for fixing the head drum and tail drum shall be made.The transfer station shall also have monorail of suitable capacity. Minimum 1.5 mwalkway shall be provided around all equipments. Stairs with hand railings shall beprovided wherever necessary. Painting shall be done as per the detailedspecification.Proper safety arrangement with handrail shall be provided wherever thereis opening. However, wherever handrail is not possible, toe guard will be provided.5(C).3.9 <strong>WASHERY</strong> BUILDINGProvision shall be made for the washery building as per the technologicaland functional requirement. The building shall be predominantly of steel structure.The washery building shall have provision to accommodate variousequipment and utilities including transformer room, MCC room, control room, HTSwitchgear room, tool room, necessary rooms for engineers/ technicians, motorizedhoists, travelling chain pulley blocks and various pumps and tanks. The building shallalso be provided with necessary working platform, clear space for movement andrepair/ maintenance of equipments, stairs, lift, emergency exit, ladders, railings, toiletfacilities etc.The floors of the building shall be of MS chequered plates or of RCC asper the requirement. Rooms for various utilities and services such as HT Switchgearroom, transformer room, MCC room, control room, engineer’s room, toilets etc. shall310208112 (Madh NLW Jan ’09) 5 (C) - 9 Signature of Bidderwith seal & date


CMPDIhave brick walls in cladding with proper finishing. At other places, side claddingincluding louvers shall be of 22 gauge CGI sheet. CGI sheet cladding and louversshall be provided only to the extent necessary, so that rainwater is prevented anddoes not interfere with the operation/ maintenance/ normal life of the equipment andrest shall be left open for proper natural light and ventilation. The open sides in thedifferent floors shall be provided with steel railings. The roof of HT switchgear room,transformer room, MCC room, control room, engineer’s room, toilets etc shall be ofRCC whereas at other places it shall be of 22 gauge CGI sheet.The floors shall be designed to take both static and dynamic loads withproper lay out to provide ample space for operation, maintenance and movement.The building shall be provided with overhead tanks of required capacity for process,potable and fire fighting requirement.Steel doors, windows and ventilators (having necessary glazing to providemaximum natural light) shall be provided as per the relevant IS code. Control roomshall have glazed aluminium doors and windows.The plant building shall be provided with proper drainage facilities. Interior& exterior wall finishing, painting, internal water supply arrangement and sanitaryinstallations. The building shall also be provided with 1m wide plinth protection allaround it. Proper drainage from roof and floors of the plant building shall also beprovided.Painting of steel structures and other steel surfaces shall be done with twocoats of synthetic enamel paints of approved make and colour over priming coat.Floorings i.e. cement concrete, ironite, Terrazo, acid proof, allkali proof, etc. shall beprovided as per the requirement. The details of flooring at the various locations shallbe as per following details:i) Ground Floor – 52mm thick Ironite flooring (under layer of 40mm cementconcrete 1:2:4 and top layer 12mm thick Ironite topping) over RCC M-20 (min.150mmthick) with nominal reinforcement to be provided over 75 mm thick PCC (1:4:8) overrammed earth.310208112 (Madh NLW Jan ’09) 5 (C) - 10 Signature of Bidderwith seal & date


CMPDIii) For all other RCC floors (except where specifically mentioned), it shall be52mm thick ironite flooring (under layer of 40mm cement concrete 1:2:4 and top layer12mm thick Ironite topping).iii) MCC Room & Control Room – PVC vinyl flooring (2mm thick) over 52mmthick ironite flooring (under layer of 40mm cement concrete 1:2:4 and top layer 12mmthick Ironite topping).Other finishing items such as painting white/colour washing, distempering,painting with plastic emulsion paints etc. shall be provided as per requirement.5(C).3.10 RADIAL THICKENERProvision shall be made for overhead RCC/ Steel radial thickener(s) as perthe technological requirement. The diameter of the thickener shall be ……….. m asper the process requirement. The water retaining portion of the structure shall bedesigned as uncracked section. Base of the bowl shall be finished with a floating coaton neat cement over average 40mm thick PCC (M: 20) floor finish with water proofingcompound. The internal vertical surface shall be finished smooth with a floating coatof neat cement over 12mm (average) thick cement plaster with 1:3 cement mortarand water proofing compound. The overflow channel shall also be finished withfloating coat of neat cement over 12mm thick cement plaster of 1:3 cement mortarwith water proofing compound.Pump house and overflow sump (RCC) are included in this section. Pumphouse shall be brick masonry cum RCC structure; door, windows, ventilators,flooring, finishing etc. shall be as mentioned in “Washery Building”. The sump shallbe of RCC structure having a capacity of --------- cum with overflow and drainagefacilities. Plinth protection (1m wide) shall be provided around the pump house.5(C).3.11 REJECT HOPPERProvision shall be made for reject hopper(s) of suitable capacity as pertechnological requirement. However the capacity shall not be less than one hourproduction of rejects. The hopper(s) shall be of steel construction with steel structurehousing having 22 gauge CGI sheet for roof and side cladding. The hopper(s) shall310208112 (Madh NLW Jan ’09) 5 (C) - 11 Signature of Bidderwith seal & date


CMPDIbe provided with suitable liner plates (SAILMA, TISCROL or other approved make).The hopper(s) shall be designed with suitable transfer arrangement for transfer ofrejects into the hopper/ hoppers from the reject conveyor. The hopper/ hoppers shallalso have provision for bottom discharge to tippers/ dumpers having hydraulically/electrically operated gate for evacuation.5(C).3.12 SLIME POND WITH OVERFLOW SUMP AND PUMP HOUSEDepending upon the technological requirement, provision shall be madefor required number of slime ponds of adequate size. These slime ponds shall beprovided in series for settling and natural drying of slimes in case of emergencydraining of the thickener. Bottom and side slopes of slime ponds shall have 100mmthick concreting with ARC fabric and a finishing layer of 100 mm thick RCC precastslab laid in blocks with waterproof joints. Necessary provision shall be made for RCCchannels for slurry feeding arrangement and RCC channels etc. for reclaimedclarified water. Overflow sump shall also be provided for recycling of water for use inthe washery circuit. Provision shall be made for road in between the slime pond andits periphery to enable excavation/ reclamation through mechanical excavator bymanual means and movements of tripping trucks. The road shall have a minimumcarriage way width of 7.5m wide and 1.5 m shoulders on both sides.5(C).3.13 PUMP HOUSEProvision shall be made for pump house(s) in the washery for fresh waterreservoir, slime pond etc. The size of the pump house(s) shall be -------------- and ofRCC-cum-brick masonry construction. The pump house(s) shall be provided withsteel doors and windows. The wall and ceiling shall be cement plastered with cementsand mortar. The internal and external surfaces of wall shall be finished withwhitewashing and cement paint respectively. The steel surfaces shall be painted withtwo coats of synthetic enamel paint over priming coat. The floor shall have 40mmthick cement concrete flooring.310208112 (Madh NLW Jan ’09) 5 (C) - 12 Signature of Bidderwith seal & date


CMPDI5(C).3.14 CIVIL WORKS <strong>FOR</strong> ROAD WEIGH BRIDGEThe scope of work also covers all necessary civil works required forinstallation of required number of electronic road weigh bridge(s) of required capacity.5(C).4 SERVICE BUILDINGSAll buildings are to be designed as per technical and functionalrequirement but cannot have plinth area less than that mentioned.5(C).4.1 ADMINISTRATIVE BUILDING CUM FIRST AID CENTERAn administrative building cum first aid centre having a plinth area of -----m 2 approximately and height of 3.4m shall be constructed. The building shall havenecessary rooms for executives and staff. The building shall also have provision foraccounts office. It shall be of RCC cum brick masonry (1:6 cement: sand mortar)construction. The floors shall be of 40mm thick mosaic (50% white cement & 50%ordinary cement with medium shade pigment). Internal finishing with oil bounddistemper of approved shade and external with cement based paint shall be done.The doors shall be wooden flush doors of 35mm thick. Windows and ventilators shallbe of steel conforming to relevant IS code and shall be properly painted with twocoats of synthetic enamel paint over a coat of primer. The building shall have suitabletoilet facilities and water supply arrangement. Necessary drainage and its disposal, 1m wide plinth protection and water proofing treatment over the roof shall be provided.5(C).4.2 LABORATORY BUILDINGLaboratory building with plinth area of approximately ------ m 2 and heightof 3.4 m is to be constructed. It shall be of RCC cum brick masonry (1:6)construction. Internal finishing shall be done with oil bound distemper and externalwith cement based paint. All doors and windows shall be of steel in conformity withlatest IS code. Acid proof cement flooring shall be provided in specified area oflaboratory waste while mosaic flooring shall be provided in general. Cement concretefoundation for laboratory equipments, mosaic finish table shelves and laboratorysinks etc shall be provided as per standard practice. 1 M wide plinth protection anddrain all around shall be provided. The laboratory building shall be provided with310208112 (Madh NLW Jan ’09) 5 (C) - 13 Signature of Bidderwith seal & date


CMPDIsuitable toilet facilities and water supply arrangement.5(C).4.3 OUTDOOR ELECTRICAL SUB-STATIONProvision shall be made for an outdoor electrical sub station ofapproximately ------------ m 2 area. This shall be an open area fenced with barbedwire. Provision shall also be made for foundation for transformer, cable trench fromoutdoor electrical sub station to indoor sub station in the washery building and othercivil works.In addition to the above, a building of -------- m 2 ------- m (ht) approx sizeshall also be provided inside the fenced area of outdoor substation. The walls shallbe of brickwork and roof of 22 gauge CGI sheet supported over structural steelmembers. The building shall have provision of necessary doors, windows etc. Theexternal and internal walls shall be provided with white lime washing and cementbased paints respectively. The building shall be provided with 40mm thick cementconcrete flooring.5(C).4.4 GENERATOR ROOMProvision shall be made for a generator room. The plinth area of thebuilding shall be approximately ………. m 2 and minimum height of 5 m. It shall be asteel structure with CGI sheet roofing. The wall shall be of brickwork. The generatorroom shall be provided with necessary doors, windows, rolling shutters and whitelime washing and cement based paints for internal and external walls respectively.The flooring shall be of 40mm thick cement concrete flooring. The building shall beprovided with RCC Louvers for proper ventilation and ducts of adequate size forelectric cables. Necessary drainage from roof and floors, 1m wide plinth protectionand drain all around shall be provided.5(C).4.5 STOREStore shall have minimum covered area of ------- m 2 and 3.5 m height. Thebuilding shall be of steel structure with CGI sheet roofing and brick walls dulyplastered. Doors and windows shall be provided as per requirement. White limewashing and cement based paints are to be provided for internal and external310208112 (Madh NLW Jan ’09) 5 (C) - 14 Signature of Bidderwith seal & date


CMPDIsurfaces respectively. The floor of the building shall be provided with integratedironite finish having thickness not less than 40 mm. Necessary drainage from roofsand floors, 1m wide plinth protection and drains all around shall be provided.5(C).4.6 WORKSHOPProvision shall be made for a Workshop having minimum size of ------ m 2and 7 m height. The building shall be of structural steel construction, which includesmain columns with RCC foundation, bracing, trusses, purlins, louvers & side girts etc.Roofing and wall cladding (including louvers) shall be 22 gauge CGI sheets withtranslucent sheet of adequate thickness upto 10% of covered area in a staggeredfashion for natural lighting. Engineer’s cabin, tool room and toilet facilities of brickmasonry walls & false ceiling shall be provided. The internal surface of the wall shallhave oil bound distemper and external surfaces with cement based paint. All doorsand windows shall be of steel as per latest IS. RCC foundation for machines andequipments shall be provided. Flooring shall be of ironite finish having 40mm (overall)thickness. Cage ladder is to be provided for access to roof. Necessary drainage fromroof & floors, 1m wide plinth protection and drains all around shall be provided.5(C).4.7 CANTEENA canteen with a plinth area of ----- m 2 approximately and 3.5m height shallbe provided.. It will be of RCC cum brick masonry structure. Walls shall be brickwork1:6 in cement mortar. Internal wall finishing with oil bound distemper of approvedshade and tiles upto a height of 1.5 m are to be provided. Cement based paint is tobe provided to the external walls. The building should have RCC roof with waterproofing treatment. The floors shall be of 40mm thick mosaic (50% white cement &50% ordinary cement with medium shade pigment). Steel doors and windows are tobe provided as per latest IS. Necessary drainage from roofs and floors, 1m wideplinth protection and drains all around.5(C).4.8 SHED <strong>FOR</strong> CAR SCOOTER AND CYCLEA shed of ------ m 2 approximate size and 3m height shall be providedhaving covered roof of CGI sheet.310208112 (Madh NLW Jan ’09) 5 (C) - 15 Signature of Bidderwith seal & date


CMPDI5(C).4.9 SECURITY CHECK POST CUM TIME OFFICEProvision shall be made for one security check post cum time office havingapproximate plinth area of 50 m 2 and 3 m height (single storey) with brick masonry1:6 cement sand mortar, internal finishing with white washing and external withcement based paint. Doors, windows and ventilators shall be of steel as per latest IS.The building shall have RCC roof and 40 mm thick cement concrete flooring.Additional security check post(s) of suitable size and height shall also beprovided as per the requirement. The details of the check post shall be same asabove.5(C).5DEVELOPMENT WORKS5(C).5.1 SITE PREPARATION INCLUDING LEVELLING AND DRESSINGThe site preparation essentially required for the proposed constructionshall be done by providing necessary cutting, filling and consolidation as per thetechnical/functional and drainage requirement based on detailed survey to be doneby the BOMO. The scope also covers clearing of vegetation and, jungles etc. Thecomplete site shall be properly levelled, dressed and graded.5(C).5.2 LAND SCAPING & ARBORICULTUREProper land scaping, plantation around the boundary wall and at suitablepatches within the battery limit shall be nicely developed for a better environmentalmanagement. Necessary gabions at the initial stage shall be provided andmaintained by the BOMO.5(C).5.3 SURFACE DRAINAGE AND TREATMENT OF EFFLUENTDrains shall be provided for proper drainage arrangement of storm wateras well as incidental water from the various buildings/ sections and also from theentire site. It should be designed on the basis of quantity of water/ effluent to becarried, distance of final disposal point as well as contour of the area. It should besuitably designed cement concrete cum brick masonry drain finished with cementplaster 1:3 and neat cement punning.310208112 (Madh NLW Jan ’09) 5 (C) - 16 Signature of Bidderwith seal & date


CMPDIThe BOMO shall have to ensure treatment of slurry/ effluent and excesswater/ rain water so that there shall be no leakage of effluent or water outside thewashery premises and shall be operated in closed water circuit. All civil worksrequired for the same shall be included in the bid.5(C).5.4 BOUNDARY WALLA boundary wall around the entire washery complex shall be made. Theboundary wall shall be of brick masonry construction with a minimum wall height of2m above the formation level. The wall shall be cement plastered (1:6) with minimumthickness of 12mm. Above the top of the wall, barbed wire fencing of 750mm highcarrying 4 rows of barbed wire shall be provided. Concrete pocket for grouting angleiron member shall be 250mmx250mm size having 3 brick course depth. The depthand section of the foundation shall be according to the actual soil characteristics andother conditions at site but not less 600 mm from the original G.L. Thickness of wallshall be minimum 250mm. Expansion joints shall be provided at every 30.5 m. Thewall surface (both sides and top) shall be finished with cement based paint ofapproved shade. The boundary wall shall be provided with main and pedestriangates at suitable interval as per functional requirement. Painting of angle iron postsand gate shall be as per detailed specifications.5(C).6ROADS & CULVERTSProvision shall be made for roads of various widths for vehicularmovement. The road widths shall be provided keeping in view the functionalrequirement and traffic load. However the following minimum widths are to be kept forvarious purposes:i) In plant road having 32m wide carriageway for movement of heavyvehicles carrying raw coal to receiving pit.ii)iii)Roads having 15 m wide carriage-way for carrying reject within thewashery complex.Road having 7.5m and 3.75m wide carriageway connecting the variousbuildings within the plant premises as well as around the slime pond.All the roads shall be provided with minimum 1.5m wide berms on bothsides with necessary drains on either side. RCC culverts of suitable spans shall be310208112 (Madh NLW Jan ’09) 5 (C) - 17 Signature of Bidderwith seal & date


CMPDIprovided depending on site condition for proper drainage. The road shall have aflexible crust and shall be designed as “Heavy Duty Roads” for actual CBR value ofthe soil and for class AA loading. Camber, gradient and other geometrical parametersshall be provided as per IRC recommendations. Sub-base of the road shall beproperly compacted with heavy rollers. Where sub base is made by filling, the filledup soil shall have to be compacted upto 90% of proctor density. Road constructionshall be carried out as per IRC recommendation. The crust shall consist at least ofthe following over proper sub-grade:225mm thick base course with 100-75 mm size metal75mm WBM with 50-63 size metals75 mm WBM with 40-50 mm size metals75 mm Bitumen concrete40 mm premix carpeting5(C).7 WATER SUPPLY ARRANGEMENTWater Supply arrangements for the proposed washery shall basicallycover the industrial water demand of the washery, potable water demand for the plantpremises and water requirement for pollution control arrangement. Since the washeryshall be planned to operate on closed water circuit, only make up water requirementshall be considered as the daily water need. Requirement of water for pollutioncontrol arrangements would be primarily for dust suppression, floor washing andwatering of the plant site. The total water demand shall be assessed based on thetechnology adopted, process and other feature.5(C).7.1 SOURCE OF WATERSource of water shall be Jamunia river which is situated at a distance ofapproximately 7 km from the proposed washery site. However drawl of water fromthe source, storage and other related arrangement shall be done by BOMO.5(C).7.2WATER SUPPLY ARRANGEMENTThe BOMO shall make all necessary arrangements for carrying the water310208112 (Madh NLW Jan ’09) 5 (C) - 18 Signature of Bidderwith seal & date


CMPDIfrom the source to the washery complex. The work shall comprise of suitablearrangement for drawl of water from the source, supply and installation of pumps andmotors and laying of pipelines from water source to washery complex, construction ofreservoir (s), water treatment facilities etc.5(C).7.2.1 ARRANGEMENT <strong>FOR</strong> WATER DRAWL FROM THE SOURCE5 (C) .7.2.1.1 RIVER AS SOURCE OF WATER(a) Intake WellOne intake well shall be provided at the river site with suitablearrangement for drawl of water from the upstream side of the water source andpumping it to the washery complex. The well shall be of RCC construction which willgo inside the river bed upto a suitable depth. The penstocks shall be provided atdifferent levels. The suction pipe shall be provided with a strainer at lower end. Watershall be pumped and sent directly to the washery complex to cater the waterrequirement of the plant. All pipelines, pumps, motors and plumbing accessories shallbe properly designed in view of quantity of water to be supplied.A pump house shall be constructed at the top of the intake well withprovision of steel door and windows. The wall shall be of brick masonry constructionwith RCC roof. A steel bridge of 1.5 m width shall be constructed for providingapproach to intake well from the bank. The length of the bridge will depend upon thesite condition. The miscellaneous finishing work such as plastering, painting etc shallbe done as per detailed specification.Provision shall also be made for 3.75m wide road to the intake wellfrom the nearest existing road in terms of the specification mentioned in para no. 5(C).6.0.(b) Check DamThe dam shall be designed taking into consideration the assessedquantity of water and other technical parameters. The suction pipe shall be dippedupto a sufficient depth and provided with strainer at lower end. Water shall bepumped and sent directly to the washery complex to cater the water requirement ofthe plant. All pipelines, pumps, motors and plumbing accessories are to be properlydesigned in view of quantity of water to be supplied.310208112 (Madh NLW Jan ’09) 5 (C) - 19 Signature of Bidderwith seal & date


CMPDI5(C).7.3 PIPESThe scope also covers providing and laying of CI pipe from the source tothe washery premises. Exact diameter and length of the raw water rising main shallbe determined based on economic diameter studies and other engineeringrequirements. The actual alignment of the main shall be determined on the basis ofthe topography of the area. The work shall also include provision of various plumbingaccessories, pipe supports etc. as per topography and site requirement.5(C).7.4 FRESH WATER RESERVOIRTo meet the water requirement for the washery , provision shall be madefor RCC ground water reservoir(s). The water storage capacity (excluding freeboard) of the reservoir shall be --------- m 3 (equivalent to minimum one shiftrequirement).5(C).7.5 TREATMENT OF RAW WATERProvision shall also be made for cleaning and filtering the water drawnfrom the source. It is envisaged that only clarified water shall be supplied to meet theprocess, fire fighting and floor washes etc, whereas filtered water shall be for potablepurposes, dust suppression within the plant premises and gland cooling.5(C).7.6 PUMPSThe work includes supply and installation of required number of centrifugalpumps with standby arrangement including the required electricals for drawing andconveying water from the river to the washery site.5(C).7.7 PIPELINE <strong>FOR</strong> DISTRIBUTION NETWORKThe work includes provision of CI/ GI pipeline of suitable diameters fordistribution of water to various plant buildings, service buildings and structures.5(C).8 ARCHITECTURAL REQUIREMENTThe structures in the whole washery complex shall have appropriateindustrial architectural look, with appropriate colour, shades and structural networks.310208112 (Madh NLW Jan ’09) 5 (C) - 20 Signature of Bidderwith seal & date


CMPDIAll the structures should portray architectural excellence with due care to betterutilisation of space, service requirements etc. and also encompassing concerns asvaried as contemporary design, area conservation and environmental issues. Thebuilding with brickwork, concrete and plastered faces shall have cement based paintin aesthetically sound shades, as approved and all steel structures shall have oilbased paints with louvers and openings for ventilation and better use.5(C).9 OTHER WORKSAll other works as mentioned in the Bid Document shall be undertaken asper the site requirement, relevant India Standard Codes and instructions of theauthorised representative of owner. Any such work foreseen by the bidder at the timeof tendering, which may not be included in the Bid Document but is required forcompletion of the work, shall be expressly indicated in the bid alongwith its costimplication.5(C).10 DESIGN & DRAWINGS5(C).10.1 All detailed design and working drawings shall be developed with properco-ordination and inter-relations with the equipment and electrical system designdrawings. The detailed design should take into account the design of superstructurewith lifting tackles and tools wherever necessary and should reflect the detailedspecifications of the engineering materials and their properties. All final designcalculations shall be based on soil characteristics and hydrological data obtainedfrom detailed soil and hydrological investigation. The details of all RCC and steelstructures shall be based on full supporting design calculation as per IS codes ofpractice. These details inter alia shall provide all construction parameters includingidentification of reinforcement bars in respect of number and diameters. Bar bendingschedule, detail material list and specifications of work shall be provided. Designcalculation in A-3 size shall be neatly documented to enable scrutiny and approval.5(C).10.2 Detailed working drawings shall inter alia include GA drawings showingplans at different levels with sectional elevations of different sections. All workingdrawings should be associated with complete design calculations. Working drawingsfor steel structures should give complete details of all joints, gusset plates, welding,riveting/ bolting etc. The drawing should also show weights of each sub-assembly/310208112 (Madh NLW Jan ’09) 5 (C) - 21 Signature of Bidderwith seal & date


CMPDIassembly. The drawings shall be made along with sub-drawings, item-wise materiallist, details of fasteners with sub-assembly/ assembly, erection units for properidentification in GA drawings.5(C).10.3 Details of hoisting/ erection and fixing arrangement of steel structuralmembers shall also be provided. BOMO shall prepare architectural design for allsections and colour schemes (both for internal and external surfaces) includingpainting for doors, windows etc.5(C).10.4 All modifications made in structure during various stages of constructionsshall be duly incorporated in the working drawings and after completion of work `AsBuilt Drawings' of all the structures in reproducible shall be submitted by the BOMO.5(C).10.5 The design should take into consideration the effects of wind and seismicforces as per local conditions; in conformity with relevant IS code in designcalculation.5(C).10.6 Horizontal forces due to unbalanced dynamic load and effect for blastingetc. should be taken into account in design calculation.5(C).10.7 All foundations supporting vibratory machines and equipment shall beseparated from adjoining portions by providing properly designed joints/ cushions asper relevant IS code and joints should be water proof. Amplitude of vibration must bekept within permissible limit.5(C).10.8 All underground structural members shall be so designed that they arefree from ingress of moisture. Suitable drainage and sumps shall be provided for allunderground structures. All underground structures are to be designed as waterretaining structures.5(C).10.9 The design should cater for surcharge effect on U/G structural membersdue to moving loads of dumpers, surcharge effect of coal or any other factor, whichmay contribute to surcharge.5(C).10.10Expansion/ construction-joints whether envisaged in system design/drawings or as per detailed design requirements shall be provided in accordance withrelevant IS code.310208112 (Madh NLW Jan ’09) 5 (C) - 22 Signature of Bidderwith seal & date


CMPDI5(C).10.11 The Civil and structural design of the all plant buildings and structuresshall conform to all safety regulations as provided in the factories act. rules,regulations, bye-laws etc. All openings and open terraces must be provided withproper railing for proper safety. No member of the structure (RCC/Steel) shall beused for the purpose of lifting or pulling any equipment. Opening in structure shall beso provided that no surface drainage water is allowed through these openings intothe structures.5(C).10.12 The GF of all buildings shall be at least 300mm above finished GLUnless mentioned otherwise the plant buildings shall have in ground floor, Ironitetopping over RCC M-20 with nominal reinforcement to be provided over PCC overrammed earth and for all other RCC floors above GF cement concrete flooring withironite topping shall be provided.5(C).10.13BASIC NOTE ON PREPARATION OF DRAWINGS5(C).10.13.1 All drawings shall be sufficiently detailed and dimensioned to help inspeedy construction, fabrication, erection of structure and equipment installation andcommissioning. Wherever the same drawing is presented in parts in more than onesheet the same scale shall be adopted in each sheet and notations or linkingdrawings with each other shall be established.5(C).10.13.2 Design and drawings of all works shall conform to all relevant IndianStandard Specification. Where no Indian Standards are available BSS/ DIN orequivalent International Standards and generally accepted sound engineeringpractice should be followed. Deviation from BIS (Indian Standard) recommendationsand adoption of other code of practice shall require approval of the Owner.5(C).11 CIVIL ENGINEERING WORK SPECIFICATIONSAll designs, drawings, construction, fabrication, erection, testing,operation, materials etc. shall be in strict conformity as per relevant and latest BISCode of practice and CPWD/ NBO provisions & guidelines. Wherever no IndianStandard is available, other International Standards may be followed only onapproval from the Owner.310208112 (Madh NLW Jan ’09) 5 (C) - 23 Signature of Bidderwith seal & date


CMPDI5(C).11.1 The BOMO shall construct Bench mark and baseline pillars at variousplaces in the site as per BIS codes and as per instruction of Engineer in charge.Carrying the levels and line to these pillars from bench marks and baselines shown,as well as their correctness shall be BOMO's responsibility.5(C).11.2 Excavation work for site preparation and foundation trenches shall becarried out in any kind of soil and disposal of excavated soil, necessary shoring,dewatering, removal of slush etc. whatever met with, shall be considered in the offer.The work shall include all lifts and leads. If during actual construction a change in soilstrata is encountered, design and construction shall be modified by the BOMO at noextra cost. Wherever excavation in foundation is done in excess of the depthrequired, the BOMO shall at his own expense fill up to the designed level withcompacted lean concrete (M-5) and filling for site preparation shall be done in layersof 20cm from the approved excavated earth and to the lines and levels as directed bythe Engineer in charge. Each layer has to be compacted as to the satisfaction ofEngineer in charge only. After compaction of first layer to the satisfaction of Engineerin charge, second layer is to be laid. The bidder shall include in his offer transportingand dumping of surplus excavated soil and all other rubbish arising out ofconstructions any where within 2 KM as directed by the Engineer in charge. BOMOshall take all the precautions during excavation to avoid interference with or damageto underground pipes, cables, drains etc. whether shown in drawing or not andprovide all possible precautions to these works at his own cost. The BOMO shouldtake adequate safety measure during the excavation to avoid collapse by providingnecessary shoring, shuttering and temporary supports and provide adequate fencingaround excavated pit. All foundation should be taken to the adequate and safefounding level (minimum 600mm) below the original GL.5(C).11.3 The bidder must indicate volume that is space requirement of the washerybuilding in cum per tonne of raw coal input to the plant. They should also indicate thenumber of floors and total floor area provided in the washery building.5(C).11.4 After award of work BOMO shall undertake soil and hydrologicalinvestigation at his own cost. If required the BOMO shall also undertake chemicaltesting of construction water (for corrosive action of chemicals and other deleterious310208112 (Madh NLW Jan ’09) 5 (C) - 24 Signature of Bidderwith seal & date


CMPDImaterial) at his own cost. The BOMO shall take formal approval from Engineer incharge before starting the work.5(C).11.5 The building shall be so oriented as to allow the maximum natural light andair and avoid heat and glare of sun in the hot season, in order to obtain the maximumcomfort under the local climatic condition. Sufficient precautions shall be taken forpreventing dampness in the floors, walls or roof in the building due to rain and subsoilwater. Precautions should be taken to prevent efflorescence in Brick work andconcrete.5(C).11.6 Plinth filling shall be done with earth in layers not exceeding 15 cm. Allclods of earth shall be broken or removed, watered and compacted with approvedcompacting machine or manually if specifically permitted by the Engineer in chargefor each layer before laying the next. The finished level of the filling shall be dressedto the slope intended to be given to the floor.5(C).11.7 The back filling in foundation and even filling in plinth may be done withlocal sand if directed by the Engineer-in-charge. The sand used shall be clean,medium grained and free from impurities. The filled in sand shall be kept immersed inwater for sufficient time, and mechanical vibration of ramming as directed byEngineer-in-charge to ensure maximum compaction.5(C).11.8 The use of admixture in concrete for promoting workability, improvingstrength or for any other purpose may be used only with the approval of Engineer-incharge.5(C).11.9 Number, Size, form and position of all the reinforcement bars & spacerbars shall be strictly in accordance with drawings unless other wise modified by theEngineer-in-charge. Bars shall be secured one to the other with approved soft blackannealed wire of 18 SWG.5(C).11.10 Adequate concrete cover blocks shall be used at bottom and sides of theform work to ensure correct cover of concrete over the bars. Cement and sand ratiofor these spacer blocks shall be at least equivalent to that used in concrete beingcast.310208112 (Madh NLW Jan ’09) 5 (C) - 25 Signature of Bidderwith seal & date


CMPDI5(C).11.11 The inspection of complete work shall be done immediately afterexecution at various stages which shall include checking of dimensions variations,obvious or visible defects. No honey-combing or unevenness shall be allowed inconcrete of any description. Rejected members shall be dismantled/ broken andremoved. Where the structure in the opinion of Engineer-in-charge is not properlyexecuted according to the specifications and drawings and where the test cubes shallgive lower strength not acceptable as per "Acceptance Criteria" of IS 456 and if theload testing is decided by the Engineer-in-charge, the same shall be done by theBOMO as per IS at his own cost. In case the structure or part of it fails under the loadtest, the same shall be treated as rejected and shall be removed at the expenses ofthe BOMO. But if it is felt by the Engineer-in-charge under special circumstances(with the approval of designer) that the defective part of structure shall carry thedesigned load after giving additional support or otherwise, the additional work forsafety at that structure or part shall be carried out by the BOMO at his own cost. Thedetailed procedure shall be decided by the Engineer-in-charge. If the member showsevident failure, such changes as are necessary to make the structure adequatelystrong shall be made by the BOMO at his own cost.If it is felt that the structure is safe with lower value of concrete orotherwise, the work will be proportionately devalued & accepted.5(C).11.12 Unless otherwise specified 1000mm high railings having angle iron asposts (65x65x6mm), top runners of 40mm dia black steel pipe and 40mm wide 6mmthick MS flat as middle runner should be provided. Clear width of stairs shall not beless than 1000mm while that of ladders 800mm with suitable protective railings/caging.5(C).11.13 Roofing on all steel structure shall be provided with 22 gauge CGIsheets. There shall be full side cladding (unless otherwise specifically mentioned)with 22 gauge CGI sheet, with adequate no. of windows, doors, ventilators/ louversfor ventilation. Translucent sheets shall be provided in roof and side coveringswherever required for illuminations by natural lights as per standard practice.5(C).11.14 Sufficient number of water hydrants shall be provided in the plant forcleaning as well as fire fighting. There shall be proper and adequate water supply310208112 (Madh NLW Jan ’09) 5 (C) - 26 Signature of Bidderwith seal & date


CMPDIarrangement in toilet facilities of various buildings and structures. Adequate numberof drinking water points (in accordance with the provisions of factory rule) forsupplying drinking water shall also be provided with all necessary fitting and fixtures.Individual PVC/ RCC overhead tanks of required capacity shall be provided overvarious buildings as per the requirement. Necessary receiving and distribution pipingand pumping arrangement shall be covered in the scope of the tender5(C).11.15 Gangways and conveyor walkways should have a clear head room of2.5m. The gangways and conveyors should be covered on the sides and the top. Theside covering shall be done keeping at least 300mm clearance from top and 150mmclearance from bottom for proper ventilation purpose. Translucent sheets should beprovided in roof and side coverings by natural illumination.5(C).11.16 Sewage from works department as well as floor wash water shall bedisposed off separately than rainwater run-off drainage system. Surface drains shallbe covered with Pre-cast RCC slabs with lifting arrangements wherever necessary.BOMO shall provide adequate number of rain water down take pipes along withnecessary fixtures and fittings in accordance with standard practices. BOMO shallinclude sufficient drainage in and around the building and also surface drains for theplant. The domestic sewage shall be treated through septic tank, soakage pit/gallery.5(C).11.17 Unless otherwise specified, glass shall be patent flattened sheet glassof the best quality and not less than 4mm in thickness. Glass sheeting shall be freefrom flaws, spells and bubbles.5(C).11.18 RCC structures, below sub-soil and water level and liquid retainingstructures shall be tested for leakage or seepage of water before the concretesurface is rendered with the finishing coat.5(C).11.19 The wood work for all doors, windows and ventilators, whereverspecified shall be of the best material and workmanship. The frame shall be made ofsteel. The glazing bead shall be also of teak wood. The size of shutter frames andshutter of doors, windows and ventilators shall be as per the relevant IS code unlessotherwise specified. The fittings shall be of anodised aluminium. Hinges shall be ofstainless steel.310208112 (Madh NLW Jan ’09) 5 (C) - 27 Signature of Bidderwith seal & date


CMPDI5(C).11.20 Steel doors, windows & ventilators shall be of the best material andworkmanship. The frames should also be made with steel. The sizes of frames &shutters of doors, windows and ventilators shall be as per the relevant IS code unlessotherwise specified. Three (3) lugs of MS flat of size 15x3mm and 10cm long shall befixed on each side of the door frame, while 2 lugs of the above size shall be fixed oneach side of the window frame. The lugs shall be embedded in cement concreteblocks 15x10x10 cm of cement concrete 1:3:6. Steel doors/ gates, windows &ventilators shall be provided, as envisaged during detailing. Grills/ grating bars shallhave to be provided in windows and ventilators for safety. All the steel surfaces shallbe painted with two coats of synthetic enamel paint of approved make & colour overa coat of red oxide primer.5(C).11.21 In all underground RCC structures like pits, sump, etc., 2 to 3 coats ofapproved water proofing (Bituminous felt or equiv.) as per relevant IS code shall beapplied on all the surface coming directly in contact with earth (i.e. below the madeup Ground level). The surface of foundation shall be provided with 2 or 3 coats ofbitumen paint.5(C).11.22 All brickwork shall be provided with plaster. Unless otherwisementioned, plaster shall be in cement mortar of following thickness and proportion:i) Outside Plaster : 18 mm thick (1cement:6sand)ii) Inside Plaster : 12 mm thick (cement:6sand)iii) Ceiling Plaster : 6 mm thick (1cement:4sand)5(C).11.23 All internal surfaces of control rooms, office rooms and other utilityservices, administrative building, canteen, workshop etc, shall be finished with twocoats of oil bound distemper (unless specified otherwise) of approved shade andquality. Before starting the work of oil bound distemper, the surface shall be preparedwith plaster of paris punning. On the exterior surfaces of building two coats ofSnowcem or any other equivalent cement based paints of approved shade and makeshall be applied.310208112 (Madh NLW Jan ’09) 5 (C) - 28 Signature of Bidderwith seal & date


CMPDI5(C).11.24 Concrete surfaces, corners, edge, nosing etc. wherever required, shallbe protected with MS rolled sections and plates of suitable size anchored in concreteat regular intervals.5(C).11.25 Portions of steel structures falling regularly in contact with coal, finesand moisture shall be properly encased with PCC (M-10) for protection againstcorrosion. The RCC pedestals below steel columns shall be at least 600mm abovefinished GL.5(C).11.26factories.Sanitary fittings shall be provided as per standards prescribed for5(C).11.27 The BOMO shall be responsible for site preparation including necessaryearthwork and levelling of the plant site area up to the battery limit. Extra earth,rubbish etc. shall be removed to a reasonable distance from the plant site, asrequired by the Company. The land for the plant site shall be handed over by theowner to the BOMO. Any building or other structures which might interfere with plantsite are to be dismantled by the Company.5(C).11.28 Plinth protection around the building shall be 50mm thick of cementconcrete 1:3:6 over 75mm bed of dry brick ballast 40mm nominal size well rammedand consolidated and grouted with fine sand including finishing the top smooth.5(C).11.29MATERIAL5(C).11.29.1Samples of all materials shall be got approved by the Engineer-inchargebefore placing order and the approved sample shall be deposited with him.5(C).11.29.2If directed, materials shall be tested in any approved testinglaboratory and the test certificates in original shall be submitted to the Engineer-inchargeand the entire charges connected with sampling and testing including chargesfor repeated tests, if ordered, shall be borne by the BOMO.5(C).11.29.3All materials shall be so stored as to prevent deterioration andintrusion of foreign matter and to ensure the preservation of their quality and fitnessfor the work. Any material which has deteriorated or has been damaged or isotherwise considered defective by Engineer-in-charge shall not be used for work and310208112 (Madh NLW Jan ’09) 5 (C) - 29 Signature of Bidderwith seal & date


CMPDIshall be removed from site immediately, failing which the Engineer-in-charge shall beat liberty to get the materials removed and the cost thereof shall be realised from theBOMO's dues.5(C).11.29.4 It shall be obligatory for the BOMO to furnish test certificate, ifdemanded by the Engineer-in-charge from manufacturer of the material/ supplier,that the work has been carried out by using their material and as per theirrecommendations.5(C).11.29.5 All materials supplied by the Company/ any other specialist firmsshall be properly stored and the BOMO shall be responsible for its safe custody tillthe completion of work and handing over the same to the Company.5(C).11.29.6 Unless otherwise shown on the drawings or mentioned in the"Schedule of Quantities" or special specifications, the quality of materials,workmanship, dimensions etc. shall be as specified here under.5(C).11.29.7 All equipment and facilities for carrying out field tests on materialsshall be provided by the BOMO without any extra cost.5(C).11.29.8 MATERIAL SPECIFICATION5(C).11.29.8.1 CEMENTCement shall comply in every respect with the requirements of thelatest publication of IS. Cement used shall be ordinary Portland cement conforming toIS: 269 (for 33 grade cement)/ IS: 8112 (for 43grade cement)/ IS:12269 (for 53 gradecement)/ Portland slag cement conforming to IS: 455/ Portland Pozzolana Cementconforming to IS:1489 (part I & Part II), latest revisions and as approved by theEngineer-in-charge. Cement shall be measured by weight and in whole bags, andeach undisturbed and sealed 50 Kg. bag being considered equivalent to (1.2 cft.) involume. Care should be taken to see that each bag contains full quantity of cement.When part bag is required cement shall be taken by weight or measured inmeasuring boxes. No other make of cement but that approved by the Engineer-inchargeshall be allowed on works and the source of supply shall not be changedwithout approval of the Engineer-in-charge in writing. Test certificates to show thatcement is fully complying with the specifications shall be submitted to the Engineerin-chargeand notwithstanding this, the Engineer-in-charge may at his discretion,310208112 (Madh NLW Jan ’09) 5 (C) - 30 Signature of Bidderwith seal & date


CMPDIorder that the cement brought on site and which he may consider damaged or ofdoubtful quality for any reason, whatsoever, shall be tested as per relevant IS code inan approved testing laboratory and fresh certificates of its soundness shall beproduced. Cement ordered for such testing shall not be used for any work pendingresults of the test.5(C).11.29.8.2 LIMELime shall comply in every respect with the requirements of IS:712and shall be made from approved Lime Stone or Kankar and properly burnt. It shallbe free from excess of unburnt kankar or lime stone ashes or other extraneousmaterials and shall be stored in weatherproof sheds. Lime which has been damagedby rain, moisture or air slaking shall not be used but shall be removed from the site ofwork forthwith. Lime shall be slaked with fresh water and screened throughappropriate screens and stored and used within 14 days provided it is protected fromdrying out. Field tests according to IS:1624 shall be carried out from time to time todetermine the quality of lime.5(C).11.29.8.3 FINE AGGREGATEFine aggregate shall conform to IS:383. It shall pass through an ISsieve 4.75mm (3/16 B.S.) test sieve, leaving a residue not more than 5%. It shall befrom natural source and chemically inert, clean, sharp, hard, durable, well graded andfree from dust, clay, shale, large pebbles, salt, organic matter, loam, mica or otherdeleterious matter. The sum of percentage of all deleterious materials in sand shallnot exceed 5% by weight. It shall be washed if directed to reduce the percentage ofdeleterious substances to acceptable limits. Sand shall not contain any trace of saltand it shall be tested and sand containing any trace of salt shall be rejected. The fineaggregate for concrete shall be graded within limits as specified in IS:383 and theFineness Modules may range between 2.60 to 3.20.5(C).11.29.8.4 COARSE AGGREGATECoarse aggregate shall consist of crushed or broken hard stone 95%of which shall be retained on 4.75mm IS test sieve. It shall be obtained from crushingGranite, quartzite, trap, basalt or similar approved hard stones from approved quarry310208112 (Madh NLW Jan ’09) 5 (C) - 31 Signature of Bidderwith seal & date


CMPDIand shall conform to IS:383 . Coarse aggregate shall be chemically inert when mixedwith cement and shall be cubical in shape and free from soft, thin, porous, laminatedor flaky pieces. It shall be free from dust and any other foreign matter.size.For all RCC works the size of coarse aggregate shall be 20mm nominal5(C).11.29.8.5 REIN<strong>FOR</strong>CEMENTReinforcement steel shall be clean and free from loose mill scales,dust, loose rust and coats of paints, oil, grease or other coatings, which may impair orreduce bond. It shall conform to the following I.S. Specifications:a) Mild steel and medium tensile steel bars and hard drawn steel wireconforming to IS:432;b) High strength deformed steel bars & wires conforming to IS:1786c) Structural steel sections conforming to IS: 2062.necessarily be of tested quality.5(C).11.29.8.6 BRICKSAll steel reinforcements including and above 6mm diameter shallBricks shall conform to the requirements of IS: 1077 - Specificationfor common burnt clay building bricks and shall be F.P.S. bricks of class designation50,Bricks shall be well burnt but not over burnt, have plane rectangularfaces with parallel sides and sharp right angled edges, have a fine compact anduniform texture. Brick shall be free from cracks, chips, flaws, stones or lumps of anykind. They shall not show any signs of efflorescence either dry or subsequent tosoaking in water. Bricks shall be sound, hard and homogenous in texture and emit aclear ringing sound on being struck. Bricks shall be of the local standard size. Anyother similar size may be accepted but no dimension shall vary more than 3 mm fromthe accepted size. All bricks which absorb water more than 20% of their own dryweight after being immersed in water for 24 hours shall be rejected.All bricks shall have to be approved by the Engineer-in-charge. Anylot of bricks found not upto the specification must be removed from the site310208112 (Madh NLW Jan ’09) 5 (C) - 32 Signature of Bidderwith seal & date


CMPDIimmediately at BOMO’s own cost. Representative samples of bricks to be used shallbe submitted to the Engineer-in-charge and his approved taken before bulkpurchase. The samples shall be kept sealed with the Engineer-in-charge for futurereference and comparison. All bricks supplied shall conform to these approvedsamples in all respects.Bricks shall be carefully and systematically stacked at locations asdirected in an approved manner. Each stack shall contain equal numbers of brickspreferably not more than 3,000.5(C).11.29.8.7 WATERWater for mixing Cement/ Lime mortar or concrete shall not be saltyor brackish and shall be clean, reasonably clear and free from objectionablequantities of silt and traces of oil, acid and injurious alkali, salts organic matter andother deleterious materials which will either weaken the mortar or concrete or causeefflorescence or attack the steel in reinforced cement concrete. Water shall beobtained from source approved by Engineer- in-charge. Potable water is generallyconsidered satisfactory for mixing and curing concrete, mortar, masonry etc. Wherewater other than main source is used, this shall be tested in an approved testinglaboratory to establish its suitability. All charges connected therewith shall be borneby the BOMO.5(C).11.29.8.8 TIMBERTimber shall be well seasoned and ascu treated and of the bestquality of specified species like teak, sal, bija sal, paisar, badam and others. Thisshould be free from sap, bends, flaws, sun cracks, shakes or blemishes.Timber shall be considered as well seasoned, if its moisture contentdoes not exceed the following limits:- Timber for frames - 14%- Timber for panelling shutter etc. - 12%The moisture content of timber shall be determined according tomethod described IS: 287 for maximum permissible moisture content of timber usedfor different purposes in different climatic zones. In measuring cross sectional310208112 (Madh NLW Jan ’09) 5 (C) - 33 Signature of Bidderwith seal & date


CMPDIdimensions of the frame pieces tolerance upto 1.5 mm shall be allowed for eachplane surface.5(C).11.29.8.9 FLUSH DOORAll flush doors shall be solid core exterior grade unless otherwisespecified and it shall generally conform to IS: 2202 and shall be fabricated asdescribed under relevant item of work.5(C).11.29.8.10STEEL WINDOWS, DOORS & VENTILATORSSteel windows, doors and ventilators shall be fabricated out of steelsections conforming to IS: 1038. Unless otherwise specified, the details ofconstruction etc. shall be as described under relevant item of work.5(C).11.29.8.11FLOOR TILESPlain cement tiles, chequered tiles, mosaic tiles, terrazzo tiles shallconform to IS: 1237.Tiles shall be compacted by mechanical vibration andhydraulically pressed. It shall be of approved shade and shall have desired pattern ofchips distribution as per the instructions of Engineer-in-charge. The sizes of chipsand proportion of chips to cement in Terrazzo or mosaic floor shall be as specified inIS: 1237-1980. The size and thickness of tiles shall be as approved by the Engineerin-charge.5(C).11.29.8.12GLAZED TILESIt shall be from an approved manufacturer and shall be flat and trueto shape. They shall be free from cracks, spots, chipped edges and corners. TheGlazing and colour shall be of uniform shade and unless otherwise specified the tileshall be 6mm thick.5(C).11.29.8.13MARBLEMarble slabs for flooring, dado, veneering etc. shall be of the kindspecified in the items such as white or pink, makrana, chittor black, Jaislmer yellow,Baroda green etc. Marble from which the slabs are made shall be of selected quality,hard, dense and homogeneous in texture, free form cracks, decay weather and flaws.310208112 (Madh NLW Jan ’09) 5 (C) - 34 Signature of Bidderwith seal & date


CMPDIBefore starting the work, the BOMO shall get the sample approved by Engineer-incharge.The slab shall be machine cut and machine polished.5(C).11.29.8.14KOTAH/ SHAHABAD/ KUDDAPPA/ GRANITEKotah/ Shahabad/ Kuddappa/ Granite shall be of selected quality,hard, sound, dense and of homogeneous texture, free from cracks, decay,weathering and flaws. Stone slabs shall be uniform in colour and as approved by theEngineer-in-charge. They shall be machine cut and machine polished wherespecified and shall conform to the required sizes. Thickness shall be as specified inthe respective items.5(C).11.29.8.15GLAZINGGlass used for glazing shall be sheet glass of best approved quality,free from flaws, spots, bubbles and shall be of thickness/weight and size as specifiedin the respective items of work.5(C).11.29.8.16CGI SHEETSCGI sheets shall be of the gauge specified in the description of theitem and shall conform to IS: 277. The sheets shall be free from cracks, split edges,twists, surface flaws etc. They shall be clean, bright and smooth. Galvanising shall beuninjured and in perfect conditions. The sheets shall show no signs of rust or whitepowdery deposits on the surface. The corrugations shall be uniform in depth andpitch and parallel. GI Hooks, GI Washers & bitumen washers etc. should alsoconform to relevant IS code.5(C).11.29.8.17PAINTSLime for lime wash, dry distemper, oil bound distemper, cementprimer, oil paint, enamel paint, fat oil paint, plastic emulsion paint, anti-corrosiveprimer, red lead, water proof cement paint shall be from approved manufacturersand shall conform to there relevant IS code. Ready mixed paints as received fromthe manufacturer without any admixture shall be used, except for addition of thinner,if recommended by the manufacturer.310208112 (Madh NLW Jan ’09) 5 (C) - 35 Signature of Bidderwith seal & date


CMPDI5(C).11.29.8.18CEMENT MORTARCement Mortar shall be of proportions as specified for each type ofwork. It shall consist of Portland Cement and sand. The ingredients shall beaccurately measured and shall be well and evenly mixed together in a mechanicalpan mixer, care being taken not to add more water than is required. No mortar thathas begun to set shall be used. River sand shall be used unless otherwise specified.If hand mixing is allowed then it shall be done on pucca water proof platform. Themeasured materials shall be put on the platform and mixed dry. Water shall then beadded and the whole mixed again until it is homogeneous and of uniform colour. Notmore than one bag of cement shall be mixed at one time and which can beconsumed within half an hour of its mixing.5(C).11.29.8.19STRUCTURAL STEELStandard quality mild steel of various designation shall be used fordifferent works conforming to specifications given in IS codes listed below. They maybe used for bolted / riveted steel work and steel work where welding is done forfabrication provided that the thickness of material does not exceed 20mm. Whenmaterial conforming to this standard is more than 20mm thick, special precautionshall be taken in case the material is to be welded.• IS: 808: Dimensions for Hot Rolled steel beams, channels andangle sections.• IS: 2062:Steel for general structural purposes-Specification• IS: 1148: Specification for hot rolled Rivet bars (upto 40mm dia)for structural purpose.• IS: 1363: Hexagonal head bolts, screws and nuts• IS: 814: Specification for covered (Part I & II) Electrodes forMetal Arc welding of structural steel.• IS: 816: Code of practice for use of Metal Arc welding for generalconstruction in mild steel310208112 (Madh NLW Jan ’09) 5 (C) - 36 Signature of Bidderwith seal & date


CMPDI• IS: 800: Code of practice for the use of structural steel in generalbuilding construction in steel• IS: 817: Code of practice for training and testing of metal arcwelding.• IS: 1477: Code of practice for painting of Ferrous metals inbuilding and allied finishes.5(C).11.29.8.20HIGH TENSILE BOLTSThe material used for the manufacture of structural quality hightensile strength of 58 Kg./Sq.mm. Bolts, nuts and washers and other fasteningmaterials shall be stored in racks with coating of suitable protective oil.5(C).11.29.8.21ELECTRODESThe electrodes required for metal arc welding shall be `CoveredElectrodes' and shall conform to IS:814 (Part-I) for welding products other thansheets and IS:814 (Part-II) for welding sheets.5(C).11.29.8.22WELDING EQUIPMENTThe welding plant and equipment shall be of modern design and shallbe got approved by the Engineer-in-Charge.5(C).11.29.9 STACKING & STORAGE OF MATERIALS5(C).11.29.9.1 CEMENTThe manner of storage shall facilitate the requirement that lots ofcement received are removed and used more or less in the order in which they arereceived. Cement bags shall be placed in stacks on raised platforms, dry andimpervious to water, with adequate waterproof cover/roof on top to protect the stackfrom rain or rain water and at least 30 CM clearance from any wall. The stacks shallnot be more than 12 bags high to prevent lumping of cement under pressure as alsochances of injury to any workman. Cement deteriorated and/ or clodded shall not beused on work but shall be removed at once from the site. Daily record of cement310208112 (Madh NLW Jan ’09) 5 (C) - 37 Signature of Bidderwith seal & date


CMPDIreceived and consumed shall be maintained by the BOMO in an approved form andsubmitted to the Engineer-in-Charge.5(C).11.29.9.2 LIMELime shall be stored in a suitable shed to protect it fromdampness. It should not be stacked against a wall of a shed. Quick lime shall as faras possible, be slacked soon after it is received, storage of un-slaked fat or semihydraulic lime is not desirable as lime deteriorates by absorption of moisture fromatmosphere.5(C).11.29.9.3MASONRY UNITSBricks shall not be dumped at site, they shall be stacked on levelground in regular tiers directly as they are unloaded to minimise breakages anddefacement of bricks. It is preferably to limit the height of stacks of 1.5M. Bricks ofdifferent type and classification shall be stacked separately.Concrete blocks, stone blocks, etc. shall be handled carefully andstored in stacks of such height as shall not damage the blocks of lower layers orthere be fear of toppling of stack.5(C).11.29.9.4 AGGREGATEFine aggregate : Fine aggregate like sand, cinder and surkhi shallpreferably be stacked in regular stacks on a hard surface or platform so as to preventthe admixture of clay, dust, vegetation and other foreign matter.Coarse Aggregate : Coarse aggregates shall be stacked in regularstacks in such a way as to prevent the admixture of vegetation and other foreignmatter.5(C).11.29.9.5 STEELSteel reinforcement shall be stored in a way as to preventdistortion and corrosion. It is desirable to coat reinforcement with cement washbefore stacking to prevent scaling and rusting.310208112 (Madh NLW Jan ’09) 5 (C) - 38 Signature of Bidderwith seal & date


CMPDIBars of different classification, sizes and lengths shall be storedseparately to facilitate issue in such sizes and lengths as to minimise wastage incutting from standard lengths.In case of long storage or in coastal areas, reinforcement barsshall be stacked above ground level by at least 15 CM and a coat of cement washshall be given to prevent scaling and rusting.Structural steel of different sections, sizes and lengths shall bestored separately. It shall be stored above ground level by at least 15 CM uponplatforms, skids or any other suitable supports to avoid distortion of sections. In caseof long storage, suitable protective coating of cement wash shall be given to preventscaling and rusting.For each classification of steel, separate areas shall beearmarked. Also ends of bars and sections of each class shall be painted withseparate nominated colours.For moving heavy steel sections suitable handling equipment shallbe provided and men shall not be required to lift them with bare hands or carry themon shoulders.5(C).11.29.9.6 DOORS, WINDOWS & VENTILATORSThe units shall be unloaded and stacked with utmost care andshall be examined for any damage that may have occurred in transit.Metal doors, windows and ventilators shall be stacked upright onwooden battens and shall not come in contact with dirt and ashes. If received incrates they shall be stacked according to manufacturer's instructions and removedfrom the crates when required for the work.Metal frames of doors, windows and ventilators shall be stackedupside down with the kick plates at the top. These shall not be allowed to stand forlong in this manner before being fixed so as to avoid the door frames getting out ofshape and hinges being strained and shutters dropping.310208112 (Madh NLW Jan ’09) 5 (C) - 39 Signature of Bidderwith seal & date


CMPDI5(C).11.29.9.7 ROOFING MATERIALSa) Roofing sheetsRoofing sheets shall be handled and stored in such a manneras not to damage them in anyway. These sheets shall be stacked on woodenbattens laid on firm and level ground; sheets like asbestos cement sheets shall bestacked and stored according to manufacturer's instructions.b) Bituminous roofing feltsBituminous roofing felts shall be handled and stacked in amanner to prevent cracking and other damages and for long storage it shall be keptunder shed.c) BoardsPlywood, fibre board, Particle Board, Block Board, etc.: Theseboards shall not be stored in the open and exposed to direct sun and rain. Theboards shall be stacked on a flat dunnage, on the top of which a wooden frame shallbe constructed with battens of 5 CM x 2.5 CM (minimum) in such a way that itsupports all four edges and corners of the boards with intermediate battens placed atsuitable intervals to avoid warping.The board shall be stacked in a solid block in a clear verticalalignment. The top sheet of each stack shall be suitably weighed down to preventwarping, wherever necessary.The board shall be unloaded and stacked with utmost careavoiding damage to the corners and surface. In case of decorative plywood anddecorative boards, the surfaces of which are likely to get damaged by dragging onesheet over another, it is advisable that these are lifted as far as possible in pairsfacing each other.5(C).11.29.9.8 WATERWater to be stored for construction purposes shall be stored inproper tanks to prevent any organic impurities.5(C).11.29.9.9 TILESAll tiles shall be stacked on well treated and hard surface. Tilesshall be tacked in layers and in different tiers. These shall not be dumped at site.310208112 (Madh NLW Jan ’09) 5 (C) - 40 Signature of Bidderwith seal & date


CMPDITiles shall be stacked in such a way that smooth surface on one face that or another.The height of stack shall not be more than one meter. Tiles of different quality, sizeand thickness shall be stacked separately to facilitate easy removal for use in work.Tiles, when supplied by manufacturers in wooden crates, shall be stored as such andthe crates opened one at a time when required for use.5(C).11.29.9.10 OIL PAINTSAll containers of paints, thinners and allied materials shallpreferably be stored in a separate room which is well-ventilated and free fromexcessive heat, sparks of flame or direct rays of sun. The containers of paint shall bekept covered on properly fitted with lid and shall not be kept open except while using.Where the paint is likely to deteriorate with age, the manner ofstorage shall facilitate removal and use of lots in the same order in which they arereceived.5(C).11.29.9.11 OTHER MATERIALSSmall articles like screws, bolts, nuts, door and window fittings,polishing stones, protective clothing, spare parts of machinery, linings, packingswater supply and sanitary fittings, and electrical fittings shall be kept in suitable andproperly protected containers or store rooms. Valuable small material shall be keptunder lock and key.5(C).11.29.9.12 SPECIAL CONSIDERATIONSMaterials constantly in use shall be relatively nearer to the place ofuse. Heavy units like pre-cast concrete members shall be stacked near the hoist andthe ramp. Materials which normally deteriorate during storage shall be keptconstantly moving, by replacing old materials with fresh stocks. Freshly arrivedmaterials shall never be placed over materials, which had arrived earlier. Fireextinguishers and fire buckets shall be provided wherever necessary for safety.310208112 (Madh NLW Jan ’09) 5 (C) - 41 Signature of Bidderwith seal & date


CMPDI5(C).11.30 WORKMANSHIP5(C).11.30.1 PREPARATION OF SITE, SETTING OUT AND EARTH WORKIN FOUNDATION & TRENCHES5(C).11.30.1.1 The area to be dressed and excavated shall be cleared out offences, trees, logs, stumps, bush, vegetation, rubbish, slush etc. and levelled up.Trees upto 30cm girth shall be uprooted. Trees above 30cm girth to be cut shall beapproved by the Engineer-in-charge and then marked. Felling of trees shall includetaking out roots upto 60cm below ground level or 15 cm below formation levelwhichever is lower, After the tree is cut and roots taken out the pot holes formed shallbe filled with good earth in 25 cm layers and consolidated unless directed by theEngineer-in-charge otherwise. The trees shall be cut in suitable pieces as instructedby the Engineer-in-charge.Before earthwork is started, all the spoil and unserviceablematerials and rubbish shall be burnt or removed from site to approved disposal areasas may be specified. Ashes shall be spread or removed. Useful materials, saleabletimber, firewood etc. shall be property of the Owner and shall be stacked properly atthe worksite in a manner as directed by the Engineer-in-charge.The BOMO shall be responsible for the true and proper setting outof the works in relation to original points, lines and levels of reference given by theEngineer-in-Charge in writing and for the correctness of the position, leveldimensions and alignment of all parts of the works and for the provisions of allnecessary instruments, appliances and labour in connection therewith. If at any timeduring the progress of the work, an error shall appear or rise in the position, levelsdimensions or alignment of any part of the work, the BOMO on being asked by theEngineer-in-Charge to rectify the same, shall do so and in which case the expenseof rectifying the same shall be borne by the BOMO. The checking or any setting outof any line or level by the Engineer-in-Charge or his representative shall not in anyway relieve the BOMO of his responsibility for the correctness thereof and the BOMOshall carefully protect and preserve all permanent grid marks, bench marks, sightrails, pegs and other things used in setting out the works.310208112 (Madh NLW Jan ’09) 5 (C) - 42 Signature of Bidderwith seal & date


CMPDITrenches for wall foundations, column footings, raft foundation pilecaps, plinth beams, water ranks, cess pits, pipe line, drains, roads etc. shall beexcavated to the exact length, width and depth shown or figured on the drawing or asmay be directed by the Engineer-in-Charge. The sides and beds should be properlydressed. If taken out to greater length, width or depth than shown or required theextra work occasioned thereby shall be done at BOMO's expense. Extra depth shallbe brought up by plain cement concrete filling 1:4:8 proportion and extra length andwidth filled in by rammed earth or moorum or if the Engineer-in-Charge thinks itnecessary for the stability of the work by 1:4:8 concrete, as may be directed at theBOMO's cost.Excavated material shall be used for filling in plinth on each side ofthe foundation blocks or trenches or it shall be spread elsewhere on or near the siteof work including watering, ramming and consolidating or carted away from site, freeof charge as may be ordered.The BOMO shall at his own expense and without extra chargesmake provision for supporting all utility services, lighting the trenches, separating andstacking serviceable materials nearby, shoring, timbering, strutting bailing out watereither sub-soil or rain water including, pumping at any stage of the work and removalof sludge etc. Trenches shall be kept free of water while masonry or concrete worksare in progress and till the Engineer-in-Charge consider that concrete is sufficientlyset.5(C).11.30.1.2EXCAVATION EXCLUDING IN HARD ROCKExcavation shall be carried out in any type of soil, moorum (soft orhard), soft rock, boulders, old foundations, concrete, asphalt or stone paved surfaces,old masonry or concrete (plain or reinforced).5(C).11.30.1.3orEXCAVATION IN HARD ROCKRock in solid beds, which can only be removed either by blastingwedging or chiselling, shall be treated as hard rock. A boulder or detached rockmeasuring one cubic meter or more shall also be treated as hard rock if the samecan not be removed without blasting, wedging or chiselling.Where hard rock is met with and blasting operations areconsidered necessary, the BOMO shall intimate the same to the Engineer-in-charge.310208112 (Madh NLW Jan ’09) 5 (C) - 43 Signature of Bidderwith seal & date


CMPDIIn case blasting is required, services of licensed blaster andblasting material shall be supplied by the company on recoverable basis at the ratesprevalent during the time of execution. Necessary arrangement that is drilling of holesand providing sand bags if any shall be made by the BOMO. The blasted materialshall be removed by the BOMO and properly stacked by the BOMO as per theinstruction ob Engineer-in charge.5(C).11.30.1.4 BACK FILLING AROUND FOUNDATIONS IN PITS TRENCHES,PLINTH OR UNDER FLOORSa) EarthEarth used for filling shall be free from salts, organic or otherforeign matter. All clods of earth shall be broken or removed. Material for back fillingshall generally be obtained from the spoil of excavation. But, the Engineer-in-chargeshall have the option, in case of shortage of good selected earth obtained fromexcavation, to direct the BOMO to get the filling materials from approved borrow pits.b) Filling in pits & trenches around structuresAs soon as the work in foundations have been accepted andmeasured, the spaces around the foundation structures in pits and trenches shall becleared of all debris, brick bats, mortar dropping, etc. and filled with earth in layersnot exceeding 15 CM each layer being watered, rammed and properly consolidatedbefore the succeeding one is laid. Each layer shall be consolidated to the satisfactionof the Engineer-in-charge. The final surface shall be dressed and levelled to properprofile as desired by the Engineer-in-charge. In case of black cotton soil the backfilling shall be done with sand at the direction of the Engineer-in-Charge.c) Plinth FillingThe plinth shall be similarly filled with earth as described herein-beforein layers not exceeding 15 CM watered and consolidated. The finishedlevel of the filling shall be dressed to the slope intended to be given to the floor. Incase of black cotton soil replacement of top 1 M soil with approved soil/sand shall bedone.d) Sand Filling in Trenches & other PlacesAt places back filling shall be done with local sand if directedby the Engineer-in-Charge. The sand used shall be clean, medium grained and free310208112 (Madh NLW Jan ’09) 5 (C) - 44 Signature of Bidderwith seal & date


CMPDIfrom impurities. The filled-in-sand shall be kept immersed in water for sufficient timeto ensure maximum consolidation. The surface of the consolidated sand shall bedressed to required level or slope. Construction of floors or other structures on sandfill shall not be started until the Engineer-in-Charge has inspected and approved thefill.e) Trenches for water pipes & drainsFilling in trenches for pipes and drains shall be commenced assoon as the joints of pipes and drains have been tested and passed. Where thetrenches are excavated in soil, the filling shall be done with earth on the sides andtop of pipes in layers not exceeding 15cm, watered, rammed and consolidated, takingcare that no damage is caused to the pipe underneath.In case of excavation of trenches in rock the filling upto adepth of 30 cm or the diameter of the pipe whichever is more, above the crown ofpipe or barrel shall be done with fine material such as earth, moorum, pulveriseddecomposed rock or ash according to the availability at site. The remaining fillingshall be done with rock filling of boulders of size not exceeding 10 cm mixed with finematerial as available to fill up the voids, watered, rammed and consolidated.5(C).11.30.2 PLAIN & REIN<strong>FOR</strong>CED CEMENT CONCRETE5(C).11.30.2.1 Except where they are varied by the requirement of thisspecification due provision of IS specification IS-456 for plain and reinforced cementconcrete and IS-432 (Part I & II) for mild and medium tensile steel bars and harddrawn steel wire for concrete reinforcement and other relevant IS code applicabletogether with the latest amendments shall be held to be incorporated in thisspecification. It shall be intent of these specifications to ensure that all concreteplaced at various locations of the job should be durable, strong enough to carry thedesign loads and practically be impervious to water. It should be free from suchdefects as shrinkage, cracking and honeycombing.5(C).11.30.2.2 Nominal Mix Concrete may be used for concrete of M-20 or lowerand the ratio of cement to fine aggregates and coarse aggregate shall becorresponding to the various grades of concrete as specified in IS 456 clause 9.3310208112 (Madh NLW Jan ’09) 5 (C) - 45 Signature of Bidderwith seal & date


CMPDI(table 9). The concrete grade for RCC structural elements shall be of minimum M-20grade. The proportions are based on the assumption that aggregates are dry.Necessary allowance shall be made for the bulkage of the fine aggregate inaccordance with IS:2386. Allowance shall also be made for surface water presentwhen computing water content, surface water shall be determined by one of the fieldmethods described in IS:2386 (Part-III). In the absence of exact data, the amount ofsurface water may be estimated, from values given in Table 10 of IS:456.The water-cement ratio shall not be more than those specifiedabove. The cement content of any nominal mix proportion specified above shall beincreased if the quantity of water in a mix has to be increased to overcome thedifficulties of placement and compaction, so that the water-cement ratio specifiedabove for a particular mix is not exceeded. No extra payment shall be made to theBOMO for use of the extra cement.If concrete made in accordance with the proportions given abovefor a particular grade does not yield the specified strength and fails to satisfy therequirements of 'Acceptance Criteria for concrete' as specified in IS: 456, the cementcontent shall be increased as directed by the Engineer-in-charge to obtain a specifiedstrength at no extra cost to the Owner. This richer mix shall continue until theEngineer-in-charge instructs otherwise.Ordinary concrete proportioned for a given grade specified aboveshall not, however, be classified as a higher grade on the ground that the teststrengths were found higher than the minimum specified.In case of higher grade of concrete more than M-20 is used, onlyDesign Mix Concrete shall be used. The BOMO shall carry out the mix design andthe mix so designed shall be approved by the Owner within the limitations ofparameters and other stipulations laid down by IS 456.The mix shall be designed to produce the grade of concrete havingthe required workability and characteristics strength not less than the appropriatevalue given in table 2 of IS 456.310208112 (Madh NLW Jan ’09) 5 (C) - 46 Signature of Bidderwith seal & date


CMPDI5(C).11.30.2.3 MIXINGConcrete should be mixed in a mechanical concrete mixer and inaccordance with IS: 456.5(C).11.30.2.4 CONSISTENCYQuantity of water for making reinforced cement concrete shall besufficient so as to ensure that concrete shall surround and properly grip all thereinforcement. The best consistency shall be that which shall flow sluggishly withoutflattening out and without separation of coarse aggregate from the mortar.The degree of plasticity shall depend upon the nature of work andatmospheric temperature and whether the concrete is vibrated or hand compacted.The slump shown in Table-5(C) -1 contained by the standard slump test carried out inaccordance with IS: 1199 shall be adopted for different types of work.Table-5(C) - 1Standard slumpSl. No.Type of workSlumpsWhen vibratedWhen notvibratedNote:1 Mass concrete in RCC foundationfootings, retaining wall and road slabs2 Beams, slabs, columns with simplereinforcement2.5 cm 5 cm2.5cm to 5cm3 Thin section with congested reinforcement 5cm to 10 cm5 cm to 10 cm10cm to 15 cmShould conditions governing slumps and workability changepointing to advisability of an increased slump, this shall only be done by decreasingthe amount of aggregate and not by increasing the amount of water.5(C).11.30.2.5<strong>FOR</strong>M WORKThe form work shall conform to the shape, lines and dimensionsas shown on the drawing and be so constructed as to remain sufficiently rigid duringthe placing and compaction of the concrete and shall be sufficiently water tight toprevent loss of cement slurry for concrete.310208112 (Madh NLW Jan ’09) 5 (C) - 47 Signature of Bidderwith seal & date


CMPDIShuttering shall be of steel plates or of shuttering plywoodsupported on steel/wooden framework. The props shall be either mild steel tubes orsal ballies 150mm dia.The form work shall be so designed as to support the full weight ofwet concrete as well as the working load without deformation. All props shall be trueand rigid and thoroughly braced both horizontally and diagonally. Where staging isrequired extra care shall be taken to use bigger diameter props and bracings atmaximum 3 M interval. All props shall be supported on sole plates and doublewedges. At the time of removing props these wedges shall be gently eased and notknocked out.All rubbish, chippings, shearing and saw dust shall be removedfrom the interior of the forms before the concrete is placed and the form work incontact with the concrete shall be cleaned thoroughly wetted or treated with nonstainingmineral oil or any other approved material. Care shall be taken that oil orsuch approved material is kept out of contact with the reinforcement.All form work shall be removed without shock or vibration and shallbe eased off carefully in order to allow the structure to take up its load gradually.Forms shall not be removed until the concrete has adequately hardened to take upthe superimposed load coming on it and in no circumstances shall form be struckuntil the concrete reaches a strength of at least twice the strength to which theconcrete may be subjected at the time of working.5(C).11.30.2.6 In normal circumstances where ordinary Portland cement is used,form may be removed at the expiry of such period as mentioned in Clause 11.3 ofIS:456. However, the above period may be increased if found necessary by theEngineer-in-Charge. Special care shall be taken while striking the centring ofcantilevered slab, canopies, portal frames, folded plate construction etc. and periodof striking shall be determined by the Engineer-in-Charge.5(C).11.30.2.7 Surface that becomes exposed on removal of the forms shall becarefully examined of any fins, burrs, and projections etc. that are detected shall beremoved. In case honeycombs are found in the concrete the same shall be closely310208112 (Madh NLW Jan ’09) 5 (C) - 48 Signature of Bidderwith seal & date


CMPDIexamined by the Engineer-in-Charge. If the honeycomb is of minor nature the looseportion should be removed and finished with cement mortar 1:1. But in case of largehoneycombs, the same shall have to be redone or made good by gunniting etc.The BOMO at his own cost shall reconstruct any work showingsigns of damage through premature or careless removal of centring and shuttering.5(C).11.30.2.8 Before re-use of forms, it shall be thoroughly scrapped, cleaned,joints etc. examined and if necessary repaired and inside surface treated. Frameworkshall not be used/ re-used if declared unfit by the Engineer-in-Charge.5(C).11.30.2.9 Anchor bolts, anchors, openings, sleeves, inserts & other Built-in-Fixtures: The BOMO shall provide openings, grooves, chases etc. in concrete workas required for erection of equipment and structures. He shall also build into concretework the materials like inserts, hanger, anchors opening frames, manhole cover,frames, floor clips, sleeves, conduits, anchor bolts and plates for machinery/equipment and for structural steel work, dowel bars, lugs, joints or any other built -infixtures as may be required and instructed. Correct location, exact alignment, etc ofall these shall be entirely the responsibility of the BOMO. Exposed surfaces ofembedded materials are to be painted with one coat of approved anti-corrosive paintand/ or bituminous paint without any extra cost to the owner.5(C).11.30.2.10 STEEL REIN<strong>FOR</strong>CEMENTReinforcement should be accurately fabricated, bent to shape,placed and adequately maintained in position as shown on drawings or as directedby the Engineer-in-Charge. All finished bars shall be free from cracks surface flaws,laminations, jagged and imperfect edges. Cement mortar block (1:1) shall be used togive requisite cover as shown on the drawing or as directed and all intersections ofbars shall be firmly tied with binding wire of 18 gauge. Reinforcement shall be bendcold in accordance with the procedure stipulated in IS:2502 and shall not bestraightened in a manner which shall injure the material.310208112 (Madh NLW Jan ’09) 5 (C) - 49 Signature of Bidderwith seal & date


CMPDIAll reinforcement shall immediately before placing in concrete bethoroughly cleaned of loose mill scale, loose rust, oil and grease or other deleteriousmatter that would destroy or reduce bond.Reinforcement in reinforced concrete members shall not beconnected by welding or coupling except in accordance with relevant IS code andwith the previous approval of the Engineer-in-Charge. Overlaps and joints shall bestaggered and located at points, along the span where neither shear nor bendingmoment is a maximum.Reinforcement shall have cover as shown in the drawings andwhere not specified, the thickness of cover shall be as per IS:456.5(C).11.30.2.11 TRANSPORTATIONConcrete shall be handled from the place of mixing to the place offinal deposit as rapidly as practicable but latest within 30 minutes by methods whichshall prevent the segregation or loss of any of the ingredients. If segregation occursduring transport the concrete shall be re-mixed before being placed.5(C).11.30.2.12 PLACINGa) Concrete shall be placed in position and compacted beforeinitial setting commences and when once compacted it shall not be subsequentlydisturbed. Method of placing shall be such as to prevent segregation.b) Concrete shall not be dropped into position from a heightgreater than 1 meter.c) Before the concrete is actually placed in position, the insidesof the forms should be inspected to ensure that the shuttering is watertight and thesurface treated with approved composition. All debris, sand, dust, etc. shall beremoved from shuttering before concrete is placed in position.d) Concrete shall be placed in suitable layers depending uponthe nature of work and generally layers of 30 CM for thick concreting placing shall beconfined to a layer of 30 cm thick.310208112 (Madh NLW Jan ’09) 5 (C) - 50 Signature of Bidderwith seal & date


CMPDIe) When concrete is required to be placed under adverseconditions viz. extreme weather conditions, under water, in alkali soils and in alkalinewater, the requirements as stipulated in IS:456 shall be complied with.5(C).11.30.2.13 COMPACTIONa) Concrete shall be thoroughly compacted during the operationof placing and thoroughly worked around the reinforcement, around embeddedfixtures and into corners of the form work. Means of compaction shall be mechanicalvibration followed by the light tapping of the form work on the external face. Toensure proper compaction at corners, junctions, underneath insert and thickreinforcement etc. placing by steel rods is also to be done before mechanicalvibration. All concrete work whether plain or reinforced shall be mechanically vibratedby needle plate vibrator as the case may be.b) Beams and columns shall be vibrated using immersion vibratoras per IS: 3558, thin sections like water tanks walls shall be vibrated using surfacevibrators. The BOMO shall at all times have in reserve sufficient vibrators of eachtype to guard against shut down of the work occasioned by the failure of theequipment. No concreting shall be permitted in the event of power failure.c) The intensity and duration of vibration shall be sufficient toensure complete settlement and compaction without any stratification of successivelayers or separation of ingredients or formation of laitance. Needle vibrators shall beimmersed vertically and not at an angle at regular interval not more than 45 CM apartfrom withdrawn very slowly when air bubbles no longer come on the surface. It isbetter to vibrate at smaller intervals for shorter periods of time, rather than at widerintervals for longer period of time. To avoid trapping of air the thickness of layer ofconcrete to be vibrated shall not be less than 15 CM and maximum advisable shallbe 45 CM. The vibrator shall be used only to aid compaction and shall never be usedto push concrete laterally in the forms and it shall never be used nearer than 10 CMto the form surface in order to obtain a uniform appearance.5(C).11.30.2 .14 CURINGConcrete shall be carefully protected during first stage ofhardening from harmful effects of excessive heat, drying winds, running down of310208112 (Madh NLW Jan ’09) 5 (C) - 51 Signature of Bidderwith seal & date


CMPDIsurface water and shocks. Concrete shall be prevented from drying out by propercuring at least for a period of 14 days and thereafter the surface kept moist foranother 7 days. The method of curing shall be that horizontal surfaces shall be keptcovered with ponded water for a continuous period of 14 days and vertical surfacelike columns walls, fins etc. and inclined surfaces shall be covered with straw,hessian etc. and kept constantly wet by water spray. Mere sprinkling of water onvertical and inclined surface shall not be allowed.5(C).11.30.2.15JOINTS ETC.a) Expansion and Isolation JointsExpansion joints in concrete structures shall be provided atspecified places as indicated on the drawings. The materials and types of joints shallbe as specified below. In case of liquid retaining structures, additional precautionshall be taken to prevent leakage of liquids as may be specified on the drawings oras directed by the Engineer-in-charge.All materials shall be procured from reliable manufacturers andshall have approval of the Engineer-in-charge. The Engineer-in-charge may demandtest certificate for the materials and/ or get them tested.i) Bitumen BoardBitumen impregnated fibre boards of approved manufacture asper IS: 1838 shall be used as fillers for expansion joints. It must be durable andwaterproof. It shall be compressive and possess a high degree of recovery aftercompression is released. At the exposed end, the joint shall be sealed with approvedsealing compound to a depth of 25 mm after application of an approved primer. Thesealing compound and the primer shall be applied as specified by the manufacturer.ii) Bitumen CompoundThe gap for expansion joints shall be thoroughly cleaned andthe bitumen compound laid as per manufacturer's specifications. The compound tobe used shall be of approved manufacture and shall conform to the requirements ofIS: 1834.310208112 (Madh NLW Jan ’09) 5 (C) - 52 Signature of Bidderwith seal & date


CMPDIb) Separation JointsStrong and tough alkathene sheet or equivalent of about 1 mmthickness as approved by the Engineer-in-charge shall be used. It shall be stuck byan approved sticker to the cleaned surface of the already set concrete to cover itfully. Fresh concrete shall be laid against the sheet, care being taken not to damagethe sheet in any way.i) Rubber PadHard foundation quality rubber pads of required thickness andshape shall be put below machine or other foundations where required as shown onthe drawings or as desired by the Engineer-in-charge. The rubber shall be of bestquality of approved manufacture, durable, capable of absorbing vibration and mustbe chemically inert when in contact with moist or dry earth under normal conditions.5(C).11.30.2.16 PRESSURE GROUTINGPervious rock, fissures etc. under foundations shall be grouted andsealed, if required as per design & drawings. Grout shall be composed of cement andwater, except that for wider seams, sand or 6 mm down stone chips may have to beused in the mixture. The mix for grouting shall be 1 part cement and 1 part sand. Thelocation and depth of grout holes shall be as directed by the Engineer-in-charge.Grout shall be placed at pressures upto 14 Kg./Cm² or as required for approvedgrouting machine.5(C).11.30.2.17 PRE-CAST CONCRETEThe specification for pre-cast concrete shall be exactly similar asfor the cast-in-place concrete. All pre-cast work shall be carried out in a yard madefor the purpose. This yard shall have a hard and levelled platform made of concreteor grouted brick soling finished smooth with neat cement plaster overlaid by a layer ofG.I. plain sheets and shall have curing tank and such other facilities. The mouldsshall preferably be of steel or of wood lined with G.I. sheet metal. The yard shallpreferably be fenced.Lifting hooks shall be embedded in correct position of the unit tofacilitate erection, even though they may not be shown on the drawings and shall beburnt off and finished after erection.310208112 (Madh NLW Jan ’09) 5 (C) - 53 Signature of Bidderwith seal & date


CMPDIPre-cast concrete planks after 28 days of casting and curing readyfor erection shall be transported to site by suitable means approved by Engineer-incharge.All care shall be taken that no damage occurs during transportation. Alladjustments, levelling and plumbing shall be done by providing instruments, materialsand men to the Engineer-in-charge for checking the proper erection of the pre-castunits. The joint between pre-cast planks shall be pointed with 1 : 2 cement : sandmortar where called for on the drawing.5(C).11.30.2.18WATERPROOFING OF CONCRETE STRUCTURESThe materials and design shall conform to the respective IS Codewherever applicable. The Engineer-in-charge’s approval to the materials shall beobtained by the BOMO before procurement. If desired by the Engineer-in-charge, testcertificates for the materials shall be submitted by the BOMO and samples for testingif required to be done by the Owner, shall be supplied free. The materials shall be ofbest quality available indigenously, fresh and thoroughly clean.a) Water Stopsi) Ribbed Rubber Water StopThe material must be very durable and tough. The ribs shallbe sufficient to ensure bond with concrete. The width shall be minimum 100 mm andthickness minimum 3 mm. The rubber water stop must be used in long lengths toavoid splicing as far as possible. Each shall have at least 230 mm overlaps and stuckwith a reliable sticker compound or vulcanised.b) G. I. StripsG.I. strips shall be of minimum 22 gauge and 230 mm in width.It shall be strong and durable. Longest lengths available shall only be procured. Atjoints strips shall be lapped 150 mm and brazed thoroughly to prevent any leak.These shall be placed in position very securely so as not to get dislodged or distortedduring placing of concrete. G.I. strips to be used in construction joints.c) PVC Sealing StripsPVC sealing strips shall be used for Expansion joints. Theminimum thickness of PVC sealing strips shall be 5 mm and the minimum width 150310208112 (Madh NLW Jan ’09) 5 (C) - 54 Signature of Bidderwith seal & date


CMPDImm. The actual size and shape shall have to be specified in drawings. The materialshould be of good quality Polyvinyl chloride highly resistant to tearing, abrasion andcorrosion. The physical properties shall generally be as follows:Sp. Gr. - 1.3 to 1.35Shore hardness - 60 A to 80 ATensile Strength - 100 -150 Kg/Cm²Min. safe continuous Temp. - 70°CUltimate elongation - Not less than 27.5%d) Admixtures ini) PlasterThe plaster shall be made of cement, sand and water proofingadmixtures as per manufacturer’s specification if required. The admixture shall be`IMPERMO’ or equivalent as approved by the Engineer-in-charge. The Concretesurface shall be plastered shall be hacked to form a key to Engineer-in-charge’ssatisfaction. If desired by the Engineer-in-charge, the BOMO shall have the worksupervised by the manufacturer’s supervisor at no extra cost to the owner.ii) ConcreteThe admixture shall be of right variety of Lilax, Silvicon,“ICICO” or equivalent water proofing cement additive, which conforms to IS:2645.Water proofing additive shall be as far as possible free from aggressive chemicalslike chlorides, sulphides etc. which can cause corrosion of steel reinforcement inR.C.C.iii) Other Admixture in ConcreteThe Engineer-in-charge may at his discretion instruct theBOMO to use any admixture in the concrete.e) Surface Treatmentsi) Bituminous CoatingSurface to be waterproofed shall be absolutely dry, clean anddust free. The surface shall be completely coated with hot coal tar pitch as per IS :216 (not heated above 375°F) using not less than 2 Kg per M² or with hot asphalt i.e.bitumen according to IS : 73 (not heated above 400°F) using not less than 1.5 Kg perM². When the first coat has completely dried up and passed by the Engineer-incharge,the second coat shall be applied in the manner using not less than 1.25 Kg310208112 (Madh NLW Jan ’09) 5 (C) - 55 Signature of Bidderwith seal & date


CMPDIper M² in case of coal tar and 1 Kg per M² in case of asphalt. Immediately afterapplication of the second coat and before it is dried up, sand shall be spread on thesurface to cover it completely. Sufficient time shall be allowed after spreading of sandbefore backfilling is done in order to allow the final coat to dry up completely. <strong>Coal</strong> taror asphalt to be used shall be of approved manufacture and of the best qualityavailable.ii) Bitumen FeltIf specified or desired by the Engineer-in-charge, structuresshall be made damp proof by courses of bitumen felt and blown bitumen. The BOMOshall entrust the work to a specialist firm approved by the Engineer-in-charge.The materials shall conform to IS: 1322 and the workmanshipto IS: 1609. The bitumen felt shall be of hessian based. If demanded by theEngineer-in-charge, tests as specified in IS Codes shall be organised by the BOMOwithout charging any extra to the Owner.Cleaning the surface, keeping it dry, providing necessarycorner fillets and cement rendering and cutting chases shall be carried out. Protectivebrickwork, concrete sub-bases or walls are to be included in the bid.The specification shall cover laying the damp-proof course onthe outside and inside of the walls and bases of structures. Unless otherwisespecified elsewhere, a 20 years 'guarantee for perfect performance' shall be given bythe BOMO individually and collectively.iii) Damp-Water ProofingMultiple layer damp-water proofing treatment for basementand structure below G.L. shall be done in accordance with IS: 1609 and 3067. Thetype of treatment shall depend upon the depth of the structures below subsoil waterlevel and shall be as shown on the drawing or as decided by the Engineer-in-charge.5(C).11.30.2.19 SAMPLING AND STRENGTH TEST OF CONCRETESampling and strength test of concrete shall be carried out inaccordance with relevant Clause of IS: 456. The cost of sampling, testing etc. shallbe completely borne by the BOMO. A site laboratory having the following equipment/facilities has to be installed by the BOMO for carrying out various strength test:a) Compression testing machine of min. capacity of 100Te310208112 (Madh NLW Jan ’09) 5 (C) - 56 Signature of Bidderwith seal & date


CMPDIb) Slump cones.c) Adequate number of standard moulds.d) Curing banke) Weighing balancef) Oven or other apparatus to dry aggregates.5(C).11.30.2.20 ACCEPTANCE OF CONCRETEThe criteria for acceptance of a concrete shall be in accordancewith IS: 456 and subject to stipulations and/or modifications stated elsewhere in thisdocument and the consequences of rejection shall be at the expense of the BOMO.5(C)11.30.3 FABRICATION & ERECTION OF STEEL STRUCTURES5(C).11.30.3.1 GENERALAll structural steel works shall be carried out strictly as per relevantIS code codes and standard practices. This shall cover fabrication, transportation tothe required location and erection including hoisting, grouting and site welding/bolting/ riveting etc. all complete.5(C).11.30.3.2 NAMES OF MANUFACTURER AND COPIES OF ORDERSBefore ordering structural steel the BOMO shall submit, for theapproval of the Engineer-in-Charge the names of the proposed makers or supplierstogether with the specification of the materials and shall thereafter, send copies of theorders to the Engineer-in-charge. When a supplier or sub-contractor orders materialsfor the execution of his sub-contract, he shall also comply with the aforesaidrequirement by the submission of the names of makers proposed and by sending tothe Engineer-in-Charge copies of the order.5(C).11.30.3.3MATERIALS & WORKMANSHIPAll structural steel shall be of tested quality and shall comply withthe requirement of IS:2062. Mild steel nuts and bolts shall be made from steel ofround bar quality and not from rivet bars. All rivets shall comply with IS:1148-1973 orlatest for "Rivet bars for structural purpose". The maker's test certificates shall be310208112 (Madh NLW Jan ’09) 5 (C) - 57 Signature of Bidderwith seal & date


CMPDImade available by the BOMO to the Engineer-in-charge or his representative whencalled for.If the BOMO has difficulty in obtaining the IS section specified orshown on the drawing he may submit for approval to the Engineer-in-Charge thenearest section available.The use of alternative section may be permitted only underextreme circumstances and only when approved in writing by the Engineer-in-charge.All bolts and nuts shall be made in accordance with relevant IScode specification and unless shown or specified otherwise, shall be hexagonal. Allnuts are to be fit tight washers shall be used wherever necessary.5(C).11.30.3.4FABRICATIONAll steel sections to be used in the work shall be of tested qualityand shall be approved by the Engineer-in-Charge before use. After proper marking tothe required shape and size as per approved design and drawing, the steel sectionshall be cut to the required shape and size and cut edges, shall be finished smoothby grinding. No two pieces shall be welded or otherwise jointed to make up therequired shape and size of a member except as indicated in the drawing or directedby the Engineer-in-Charge.All structural steel work shall be in accordance with IS:800 code ofpractice for use of structural steel in general building construction and loading shallbe in accordance with IS:875 code of practice for structural safety or building loadingstandards, where applicable. The templates for the connections betweeninterchangeable parts shall be of steel and steel bushed in such cases as theEngineer-in-Charge may consider necessary. In case where actual materials havebeen used as templates for drilling similar pieces, the Engineer-in-Charge shalldecide whether they are fit to be used as parts of finished structure.All smithy work shall be clean and sound and the metal shall notbe burnt or injured in anyway.310208112 (Madh NLW Jan ’09) 5 (C) - 58 Signature of Bidderwith seal & date


CMPDINo drifting shall be allowed except for bringing together severalparts forming a member but the drifts must not be driven with such force as to disturbor damage the metal about the holes.Particular care must be taken to ensure free expansion andcontraction wherever provided for in drawings or specifications.All members must be so formed that they may be accuratelyassembled without unduly packing straining or forcing into position, and when builtthe same shall be true and free from any twist, kink buckles or open joints betweencomponent pieces. Any failure in this respect shall involve rejection of the member.Greatest accuracy shall be observed to facilitate erection at siteand all corresponding parts must be made similar and interchangeable.5(C).11.30.3.5BOLTINGThe material used for the manufacture of structural quality hightensile steel bolts shall have a minimum tensile strength of 58 Kg/mm 2 . Othermechanical properties shall conform to grade St-58-HTof IS: 961.Bolts, nuts and washers and other fastening materials shall bestored in racks off the ground with coating of suitable protective oil. All bolts, nutsand washers shall conform to the relevant Indian Standards.Bolts shall be inserted in such a way that they may remain inposition under gravity even before fixing the nut. Bolted parts shall fit solidly togetherwhen assembled and shall not be separated by gaskets or any other interposedcompressible materials. When assembled, all joint surfaces, including those adjacentto the washers, shall be free of scales except tight wall scales. They shall be free ofdirt, loose scales, burns and other defects that should prevent solid sitting of theparts. Contact surfaces shall be free of oil, paint, lacquer or galvanising.All high tensile bolts conforming to HT-58 of IS:961 shall betightened to provide, when all fasteners in the joint are tight, at least the minimum bolttension as mentioned below:-310208112 (Madh NLW Jan ’09) 5 (C) - 59 Signature of Bidderwith seal & date


CMPDINominal Bolt Dia (mm) Minimum Bolt Tension(kgf)20 830022 1020025 119005(C).11.30.3.6RIVETINGRiveting shall be done by hydraulic or pneumatic machines. Nohand riveting shall be allowed.All loose, faulty or defective rivets must be cut out or replaced.Screwed ends of the rods and anchor bolts or machined surfaces shall be protectedfrom injury during transit.Dummy pieces shall be prepared where necessary duringfabrication and shop assembly to check the accuracy of work to the satisfaction of theEngineer-in-Charge or his representative at no extra cost.The parts of riveted members shall be well pinned and firmlydrawn together with bolts before riveting is commenced. The drifting done duringassembling shall be such as to bring the parts into position and shall not be such asto enlarge the holes or distort the metal. Contact surfaces inaccessible after rivetingshall be painted before assembly prior to riveting. Rivets shall be heated uniformly toa light cherry red and driven while hot. Rivets when heated and ready for driving shallbe free from slag, scale and carbon deposit. When driven, they shall completely fillthe hole. Rivet head shall be full, neatly made, concentric with the rivet holes and infull contact with the surface of the member, gripping the member firmly. Loose, burntor otherwise defective rivets shall be replaced free of cost. In removing rivets, careshall taken not to injure the adjacent metal and if necessary, they shall be drilled orcut with a rivet buster or chisel.5(C).11.30.3.7 WELDINGElectrodes complying with IS:814-1974 or latest "CoveredElectrodes for Metal Arc Welding of Structural Steel". Arc welding shall be used. The310208112 (Madh NLW Jan ’09) 5 (C) - 60 Signature of Bidderwith seal & date


CMPDIbidder shall state in his bid the specifications and all relevant particulars of theelectrodes which he proposes to use.Welding of mild steel shall be in accordance with IS: 816-1969 orlatest "Code of Practice for use of Metal Arc Welding for general construction in MildSteel".All welding operation shall be carried out by skilled welders (whowould satisfy the requirement of engagement in welding structures other than pipes)working under constant competent supervision in a properly organised manner withquality welding sets and with automatic welding machines as far as possible and withsuitable electrodes, all to the approval of Engineer-in-Charge and to his satisfaction.Number of welding sets both automatic and hand operated proposed to be used infabrication in workshop with all the relevant specifications is to be submitted to theEngineer-in-Charge before execution of work.Special attention shall be given to a suitable sequence of weldingto keep the internal stresses within permissible limits.5(C).11.30.3.8INSPECTIONThe Engineer-in-Charge and his authorised representatives shallhave free access at all reasonable times to all places where the work is being carriedout and shall be provided by the BOMO, at the expense of the BOMO, with all thenecessary facilities and labour for inspection during fabrication and erection. TheEngineer-in-Charge and his authorised representative shall be at liberty to reject inwhole or part any work or material that does not conform to the terms of thesespecifications and may order the same to be removed, replaced or altered at theexpense of the BOMO.No part of the work shall be oiled, painted (except contactsurfaces as stated) taken down, packed, bundled, crated or dispatched until it hasbeen finally inspected and approved by the Engineer-in-Charge or his representative.No filling or other obliteration of surface defects shall be carried out prior to suchinspection by or without the consent of the Engineer-in-Charge or his representative.310208112 (Madh NLW Jan ’09) 5 (C) - 61 Signature of Bidderwith seal & date


CMPDI5(C).11.30.3.9MARKING AND DISPATCHINGEvery portion of the work shall have its erection letters or numbersdistinctly stencilled on it with paints and marked with a punch for guidance in erectionat site and every piece, bundle or packing case shall also be clearly marked inaccordance with a marking diagram and shall bear such other marks as will facilitateerection.The work shall be despatched to such portions as may be foundconvenient for erection or as ordered by the Engineer-in-Charge and shall beunloaded and stocked neatly in the space allotted to the BOMO.All bolts, nuts, rivets, plates under 25mm square and small articlesgenerally are to be packed in cases of adequate strength for safe transit. All bolts,nuts rivets and washers of different sizes are to be packed securely in separate bags,each bag having a label indicating its contents.5(C).11.30.3.10PAINTINGAll steel works shall be provided with two coats of syntheticenamel paints of approved make and shade over primer.The whole of the fabricated steel works before being dispatchedfrom fabrication yard shall be dry and after being thoroughly cleaned free from rust,mill scale, dust, etc. to the satisfaction of the Engineer-in-Charge or hisrepresentative and shall be given one coat of red oxide paint. Paint shall be appliedby brush and not by spraying. Surfaces, which are to be held in contact by riveting orbolting, shall not be painted before assembly.Unless specified otherwise all surface inaccessible after riveting,bolting or intermittent welding shall be given two coats of red oxide paint beforeassembly. Welds and adjacent parent metal shall not be painted prior to removal offlakes inspection and approval.All bolts, nuts, rivets and washers etc., shall be thoroughly cleanedand dipped in boiled linseed oil before dispatch from BOMO's works.310208112 (Madh NLW Jan ’09) 5 (C) - 62 Signature of Bidderwith seal & date


CMPDI5(C).11.30.3.11 BEDDINGThe bedding shall be carried out with Portland cement grout ormortar having a compressive strength of 250 Kg. per Sq.cm at 28 days for all columnbases. The bedding shall not be carried out until a sufficient number of columns havebeen properly aligned, levelled and plumbed and sufficient girders, beams andtrusses are in position to the satisfaction of the Engineer-in-Charge. Immediatelybefore grouting the space under steel shall be thoroughly cleaned and left free fromexcessive moisture. The grout or mortar shall be fixed as thickly as possibleconsistent with fluidity and shall be poured under pressure with pressure groutingmachine until the space has been filled with mortar.5(C).11.30.3.12ERECTION & SETTING OUTThe erection of steel work shall be in accordance with IS:800-1984or latest and IS:816-1969 or latest. The BOMO shall be responsible for the suitabilityand capability of all plant and equipment used for erection.The BOMO shall give to the Engineer-in-Charge not less thantwenty four hours notice of his intention to set out or give levels for any parts of thework with a view to enable the Engineer-in-Charge to make arrangements forchecking.The BOMO shall, as a contingency of the contract, provide allnecessary assistance which the Engineer-in-Charge may require for checking thesetting out.The dimensions and levels of the site and of existing works shownupon the drawings should be verified before starting the erection work and in case ofany error, omission or discrepancy the same should be rectified.The setting out and levelling of the whole of the works shall bemade from two reference lines/points and two datum marks which will be given atsite.310208112 (Madh NLW Jan ’09) 5 (C) - 63 Signature of Bidderwith seal & date


CMPDIThe BOMO shall take care to see that the component parts fitcorrectly and according to the distinguishing match marks. No inter-changeablepieces shall be made unless absolutely necessary.5(C).11.30.3.13CLADDINGCGI sheets shall be in accordance with latest IS specifications. Allfixing accessories shall conform to IS: 730.Workmanship shall be according to bestconstruction practices to give a watertight finish to the satisfaction of the Engineer-incharge.Fixing of gutters and down pipes shall be according to IS. 2527.a) CGI SheetingSide laps shall be 2 corrugations for roof and one corrugation forside sheeting. End laps shall be minimum 150 mm for roof and 100 mm for sidesheeting. In ridges and hips where plain sheets are used, the end laps shall beminimum 100 mm. Holes in CGI sheets shall preferably be made on the ground, thesheets should be placed on trestles and holes punched in the ridge of the corrugationfrom the outsides inward for obtaining proper seating of limpet washers. Sheets shallbe secured to sheet framing by 8 mm dia galvanised iron hooks of J-bolts andmaximum 305 mm apart. The length of the hook of J-bolts shall be to suit thesections of the bearer. Sheet shall also be bolted at the ends at every thirdcorrugation with 6 mm dia galvanised iron seam bolts and GI flat washers andbituminous washers.5(C).11.30.3.14 GUTTERS & DOWN PIPESAll gutters shall be designed to suit the diameter and spacing ofdown pipes as shown in the drawing and for rainfall of maximum intensity in the areaand shall include a factor of safety of two. All gutters shall be of GI sheet 16 gaugethick. All joints shall be lapped in the direction of flow and shall be made watertightwith suitable caulking compound. The slope of the gutter shall be considered inrelation to the area of roof drained.5(C).11.30.3.15FIBRE GLASS REIN<strong>FOR</strong>CED PLASTIC SHEETINGThese shall be of thickness and profile as mentioned in the310208112 (Madh NLW Jan ’09) 5 (C) - 64 Signature of Bidderwith seal & date


CMPDIschedule of items. Colour and light transmittance shall be as mentioned in drawingsand/or schedules. Where used in conjunction with C.G.I. or asbestos cementsheeting, the end and side laps and fixing device shall be same as used for generalsheeting. Where used in lieu of glass, the fixing shall be by means of timber or metalglazing beads as mentioned in schedule of items. In all cases, the installation shall becompletely watertight and able to withstand the designed wind pressure asmentioned in schedule.Acceptance CriteriaThe installations shall present a neat appearance and shall bechecked for water tightness. The following shall be checked:a) Side and end laps.b) Absence of cracks, holes or damages in sheets.c) Spacing of bolts.d) Provision of double washer (GI & asbestos or bituminouswashers).e) Proper installation of flashing.5(C).11.30.4 BRICK AND STONE MASONRY5(C).11.30.4.1 All brick work shall be carried out as shown on the drawings withset backs, projections, cuttings, too things etc. wherever the proportion of cementmortar has not been specifically mentioned, cement mortar in proportion of 1:6 shallbe used. Flat brick arches shall be provided wherever required without any extracost. Brick work shall be kept wet while in progress, till mortar has properly set. Onholidays or when work is stopped, top of all unfinished masonry shall be kept wet.Should the mortar become dry, white or powdery, for want of curing, work shall bepulled down and rebuilt at the BOMO's expense.Bricks shall be thoroughly cleaned, well wetted and soaked for atleast twelve hours in fresh water before being used on the work. Bricks shall be oflocally available best quality.English bond shall be used throughout in walling. A good bondshall be maintained throughout the work, both laterally and transversely. In walling310208112 (Madh NLW Jan ’09) 5 (C) - 65 Signature of Bidderwith seal & date


CMPDIthe courses shall be kept perfectly horizontal and in plumb with the frogs facingupwards. Vertical joints shall not exceed 10mm thickness and shall be full of mortar.No broken bricks shall be used except as closers. After day's work all joints shall beraked to 12mm depth to provide for proper key to plastering.Mortar used shall be specified in respective items and every thirdcourse of brickwork shall be flushed with mortar grout.Whole of the masonry work shall be brought up at one uniformlevel throughout the structure, but where breaks are unavoidable, joints shall bemade in good long steps. All junctions of walls and cross walls shall be carefullybonded into the main walls. The rate of laying masonry may be upto a height of 60CM per day if cement mortar is used and 45 CM per day if lime mortar is used.Greater heights may be built only if permitted by the consultants.During rains, the work shall be carefully covered to prevent mortarfrom being washed away. Should any mortar or cement be washed away, the workshall be removed and rebuilt at the BOMO's expense.5(C).11.30.4.2 HALF BRICK MASONRYHalf brick masonry shall be set in cement mortar as specified andwhere not specifically mentioned cement mortar in proportion of 1:4 shall be used.Hoop iron bands of 2.5 CM x 0.16 CM (1" x 1/16") shall be embedded in every fourthcourse with thick mortar band or 2 No. 6mm (1/4") dia bars shall be used in every 6thcourse (irrespective of it being shown in drawings or not).5(C).11.30.5 PLASTERING, PUNNING, PLASTER OF PARIS5(C).11.30.5.1 PLASTERING (AS PER I.S. 1661)a) Preparation of SurfaceAll pot log holes in brickwork and junction between concreteand brickwork shall be properly filled in advance. Joints in brickwork shall be raked to12mm and concrete surface hacked to provide the grip to the plaster. Projecting burrsof mortar formed due to gaps at joints in shuttering shall be removed. The surfaceshall be scrubbed clean with wire brush/coir brush to remove dirt, dust etc. and the310208112 (Madh NLW Jan ’09) 5 (C) - 66 Signature of Bidderwith seal & date


CMPDIsurface thoroughly washed with clean water to remove efflorescence, grease and oiletc. and shall be kept wet for a minimum of six hours before application of plaster.b) Mortar for plastering shall be as specified in the schedule ofitems. For sand cement plaster, sand and cement in the specified proportion shall bemixed dry on a watertight platform and minimum water added to achieve workingconsistency. For lime gauged plaster, lime putty or hydrated lime and sand in therequired proportion shall be mixed on a watertight platform with necessary addition ofwater and thoroughly ground in mortar mill. The mix shall then be transferred to amechanical mixer to which the required quantity of cement is added and mixed for atleast 3 minutes. No mortar which has stood for more than half an hour shall be used,mortar that shows tendency to become dry before this time, shall have water addedto it.c) Application of PlasterPlaster, when more than 12mm thick, shall be applied in twocoats - a base coat followed by the finishing coat. Thickness of the base coat shall besufficient to fill up all unevenness in the surface. No single coat shall however exceed12mm in thickness. The lower coat shall be thicker than the upper coat. The overallthickness of the coats shall not be less than the thickness as specified in theschedule of items. The undercoat shall be allowed to set and shrink before applyingthe second coat of plaster. The under coat shall be scratched or roughened before itis fully hardened to form a mechanical key and thoroughly levelled. The method ofapplication shall be 'thrown on' rather than 'applied by trowel'.To ensure even thickness and true surface, patches of plasterabout 100mm to 150mm square or wooden screed 75mm wide and of the thicknessof the plaster, shall be fixed vertically about 2M to 3M apart, to act as gauges. Thefinished wall surface shall be true to plumb and the BOMO shall, without any extracost to the owner, make up all irregularities in the brick work with plaster. All verticaledges of brick pillars, doors jambs etc. shall be chamfered or rounded off as directedby the Engineer-in-Charge. All drips, grooves, mouldings and cornices as shown ondrawings or instructed by Engineer-in -charge shall be done with special care tomaintain true lines levels and profiles. After the plastering work is completed alldebris shall be removed and holes left during plastering shall be repaired and left ingood condition after completion of the job.310208112 (Madh NLW Jan ’09) 5 (C) - 67 Signature of Bidderwith seal & date


CMPDId) FinishGenerally the standard finish shall be used unless otherwisespecified. Whenever any special treatment to the plastered surface is indicated, thework shall be done exactly as specified to the entire satisfaction of the Engineer-in-Charge regarding the texture, colour and finish.Whenever punning is indicated, theinterior plaster shall be finished rough. Otherwise, the interior plaster shall generallybe finished to a smooth surface. The exterior surface shall generally be finished witha wooden float.5(C).11.30.5.2 NEAT CEMENT FINISHImmediately after achieving a true plastered surface with the helpof a wooden straight edge, the entire area shall be uniformly treated with a paste ofneat cement at the rate of 1Kg. per Sq.m. and finished smooth with a trowel.5(C).11.30.5.3 CURINGAll plastered surfaces, after laying, shall be watered for a minimumperiod of seven days, by an approved method and shall be protected from excessiveheat and sunlight by suitable means. Moistening shall commence as soon as theplaster has hardened sufficiently and not susceptible to damage.5(C).11.30.5.4 PLASTER-OF-PARIS PUNNINGPlastered surfaces, where specified, shall be finished with plasterof-parispunning. The material shall be from approved manufacturers and asapproved by the Engineer-in-charge. The thickness of the punning shall be 2mm andshall be applied by skilled workman. The finish shall be smooth, even and free fromundulations, cracks etc. Before bulk work is taken in hand a sample of punning shallbe done on roughly 10 Sq.m. area and approval of the Engineer-in-charge obtained.The work shall then be taken in hand as per approved sample.5(C).11.30.5.5 Finish to masonry and concrete shall fully comply with thedrawings, specifications approved samples and instructions of the Engineer-inchargewith respect to lines, levels, thickness, colour, texture pattern and any other310208112 (Madh NLW Jan ’09) 5 (C) - 68 Signature of Bidderwith seal & date


CMPDIspecial criteria as mentioned in the body of the specification or as shown ondrawings.5(C).11.30.6 PAINTING, WHITE WASHING ETC5(C).11.30.6.1 This specification covers painting, white washing, polishing etc. ofboth interior and exterior surfaces of masonry, concrete, plastering, plaster of Paris,false ceiling, structural and other miscellaneous steel items, rain water down pipes,floor and roof drains, soil, waste and service water pipes and other ferrous as well asnon-ferrous metal items as shown on drawings or as directed by the Engineer-incharge.If surface to be finished can not be prepared in suitable condition for paintingby customary preparatory methods, the BOMO shall notify the Engineer-in-charge inwriting or assume responsibility for and rectify any unsatisfactory finishing thatresults. Before commencing painting, the BOMO shall obtain the approval of theEngineer-in-charge in writing regarding the scheduling of work to minimise damage,disfiguration or staining by other trades. He shall also undertake normal precautionsto prevent damage, disfiguration or staining to work of other trades or otherinstallations.5(C).11.30.6.2 EXECUTIONa) PaintingMaterials shall be highest grade products of well known approvedmanufacturer and shall be delivered to the site in original sealed containers, bearingbrand name, manufacturer's name and colour shade, with labels intact and sealsunbroken. All materials shall be subject to inspection and approval by the Engineerin-charge.It is desired that materials of one manufacturer only shall be used as far aspossible and paint of one shade be obtained from the same manufacturing firm. Allpaint shall be subjected to analysis from random samples taken at site from paintersbucket, if so desired by Engineer-in-charge.All prime coats shall be compatible to the material of the surface tobe finished as well as to the finishing coats to be applied. All unspecified materialssuch as shellac, turpentine or linseed oil shall be of the highest quality available andshall conform to the latest IS. All such materials shall be make of reputed andrecognised manufacturers and shall be approved by the Engineer-in-charge. All310208112 (Madh NLW Jan ’09) 5 (C) - 69 Signature of Bidderwith seal & date


CMPDIcolour shall be as per painting schedule and tinting and matching shall be done to thesatisfaction of the Engineer-in-charge. In such cases, where samples are required,they shall be executed in advance with the specified materials for the approval of theEngineer-in-charge.b) White WashingWhite washing shall be done from pure slaked lime or fat lime or amixture of both as instructed by the Engineer-in-charge and shall conform to IS:712-1984 latest edition. Samples of lime shall be submitted to the Engineer-In-Charge forapproval and lime as per approved samples shall be brought to site in un-slakedcondition. After slaking, it shall be allowed to remain in a tank of water for two daysand then thoroughly stirred up until it attains the consistency of thin cream. 100 gramof gum to 6 litres of white wash water and a little quantity of indigo of syntheticultramarine Blue shall be added to the lime.c) Water-Proof Cement PaintWater-proof Cement paint shall be made from best quality whitecement and lime resistant colours with accelerators, waterproofing agents andfungicides. The paint shall conform to IS:5410 latest edition.d) Acrylic Emulsion PaintAcrylic Emulsion Paint shall be water based acrylic polymeremulsion with rutile titanium dioxide and other selected pigments and fungicide. Itshall exhibit excellent adhesion to plaster and cement surface and shall resistdeterioration by alkali salts. The paint film shall be able to withstand washing withmild soap and water without any deterioration in colour or without showing flaking,blistering or peeling.e) Synthetic Enamel PaintSynthetic Enamel Paint shall be made from synthetic resins anddrying oil with rutile titanium dioxide and other selected pigments to give a smooth,hard, durable and glossy finish to all exterior and interior surfaces. White and pastesshades shall resist yellowing and darkening with ageing. The paint shall conform toIS:2932 & IS:2933.310208112 (Madh NLW Jan ’09) 5 (C) - 70 Signature of Bidderwith seal & date


CMPDI5(C).11.30.6.3 STORAGEThe BOMO shall arrange for safe and proper storage of allmaterials and tools. Paints shall be kept covered at all times and mixing shall bedone in suitable containers. All necessary precautions shall be taken by the BOMO toprevent fire.5(C).11.30.6.4 PREPARATION OF SURFACEBefore starting the work the BOMO shall obtain the approval of theEngineer-in-charge regarding the soundness and readiness of the surface to bepainted.a) Masonry, Concrete & Plastered SurfaceSurface shall be free from all oil, grease, efflorescence, mildew,loose paint or other foreign and loose materials. Masonry cracks shall be cleanedout and patch filled with mortar similar to the original surface and uniformly textured.Where this type of resurfacing may lead to the finis1hing being different in shadefrom the original surfaces, the resurfaced area shall be treated with minimum onecoat of cement primer which should be continued to the surrounding area with anoverlapping of minimum 100mm. Surface with mildew or efflorescence shall betreated as below:Mildew : All mildew surfaces shall be treated with an approvedfungicide such as ammoniacal wash consisting of 7 Gm. of copper carbonatedissolved in 80 ml liquid ammonia and diluted to 1 litre with water or 2.5%magnesium silico fluoride solution and allowed to dry thoroughly before paint isapplied.Efflorescence: All efflorescence shall be removed by scrubbingaffected surfaces with a solution of muriatic acid in water (1:6 to 1:8) and washedfully with clear water and allowed to dry thoroughly.b) MetalAll metal surfaces shall be absolutely clean, dry and free from wax,grease or dried soap films. All steel and iron surfaces shall be free from rust. Allgalvanised iron surface shall be pre-treated with a compatible primer according to the310208112 (Madh NLW Jan ’09) 5 (C) - 71 Signature of Bidderwith seal & date


CMPDImanufacturer's direction. Any abrasion in shop coat shall be touched up with thesame quality of paint as the original coat.5(C).11.30.6.5 APPLICATIONa) GeneralThe method of application shall be as recommended by themanufacturer. In case of selection of special shades and colour (not available instandard shades) the BOMO shall mix different shades and prepare test panels ofminimum size 1 M square as per instruction of the Engineer-in-charge and obtain hisapproval prior to application of finishing paints.Proper tools and implements shall be used. Scaffoldings ifused shall be independent of the surface to be painted to avoid shade differences ofthe freshly repaired anchor holes.Painting shall be done by skilled labours in a workman likemanner. All materials shall be evenly applied, so as to be free of sags, runs, crawls orother defects. All coats shall be of proper consistency. In case of application by brushno brush marks shall be visible. The brushes shall be clean and in good conditionbefore application of paint. All priming undercoats for painting shall be applied bybrush only and rollers, spray equipment etc. shall not be used.No work shall be done under conditions that are unsuitable forproduction of good results. No painting shall be done when plastering is in progressor is drying. Application of paint which seals the surface to moisture shall only bedone. All coats shall be thoroughly dry before being sand papered or before thesucceeding coat is applied. Coats of painting as specified are intended to coversurface perfectly. In case the surface is not covered properly by applying thespecified number of coats, further coats shall be applied by the BOMO at his owncost when so directed by the Engineer-in-Charge.All primers and undercoats shall be tinted to approximate thecolour of the finishing coat. Finishing coats shall be of exact colour and shade as perapproved samples and all finishing shall be uniform in colour and texture. All parts ofmouldings and ornaments shall be left clean and true to finish.310208112 (Madh NLW Jan ’09) 5 (C) - 72 Signature of Bidderwith seal & date


CMPDIb) White WashingThe surface where white washing is to be applied shall becleaned of all loose materials and dirt. All holes and undulations of the surface shallbe filled up with lime putty and shall be allowed to dry up before application of thelime solution.One coat of white wash shall consist of one stroke from up todownwards and another from bottom upwards over the first stroke and then from leftto right before the previous one dried up. Second coat shall be applied similarly afterthe first coat dried up completely and similarly third coat shall be applied and in casethe Engineer-in-charge feels that more coats are required the BOMO shall do sowithout any extra cost to owner. No brush marks should appear on the finishedsurface. The inner plastered surfaces of walls shall be given 3 or more coats of whitewashing.c) Water-Proof Cement PaintSurface to be coated with cement paint shall be washed andbrushed down. As soon as the moisture has disappeared, the surface shall be givenone coat paint. Care shall be taken so that the paint does not dry out too rapidly.After 4 to 6 hours of painting the water shall be sprinkled over the surface to assistcuring and prevent cracking. After the first coat has dried (24 to 48 hours, the secondcoat shall be applied in similar manner. The finished surface shall be kept moist byoccasional sprinkling with water for seven days after final painting.d) Acrylic Emulsion PaintLime gauged cement plastered surface shall not be painted for atleast one month after plastering. A sample patch shall be painted to check alkalireaction if so desired by the Engineer-in-charge. Painting shall be strictly as permanufacturer’s specifications.e) Synthetic enamel paintSynthetic Enamel paint shall be applied on properly primeredsurface. Subsequent coat shall not be applied till the previous coat is dry. Theprevious coat shall be lightly sand papered for better adhesion of subsequent coats.310208112 (Madh NLW Jan ’09) 5 (C) - 73 Signature of Bidderwith seal & date


CMPDI5(C).11.30.6.6 CLEANING UPThe BOMO shall, on completion of painting etc. remove all marksand make surfaces good, where paint has been applied, splashed or splattered,including cleaning all equipment, fixtures, glass furniture, fittings etc. to thesatisfaction of the Engineer-in-charge.5(C).11.30.6.7 ACCEPTANCE CRITERIAa) All painted surfaces shall be uniform and pleasing in appearance.b) The colour, texture etc. small match exactly with approvedsamples.c) All stains, splashes and splatters of paints shall be removed fromsurrounding surfaces.5(C).11.30.7 FLOORING, CUTTING, DADO ETCAll flooring, skirting, dado, etc. shall be executed strictly as perrelevant IS Specification and in workmanship manner.5(C).11.30.7.1 CEMENT CONCRETE FLOORINGSelection of materials, method of mixing, placing and compactingshall generally confirm to the specifications under plain and reinforced cementconcrete described earlier. A concrete of stiff consistency with workability shall beused.a) Preparation of surfaceBefore the operation for laying topping is started, the surface ofbase concrete shall be thoroughly cleaned of all dirt, loose particles cocked mortardroppings and laitance if any, by scrubbing with coir or steel wire brush. Where theconcrete has hardened so much that roughening of surface by wire brush is notpossible, the surface shall be roughened by chipping or hacking at close intervals.The surface' shall then be cleaned with water and kept wet for 12 hours and surpluswater shall be removed by mopping before the topping is laid.b) LayingThe screed strips shall be fixed over the base concrete dividing itinto suitable panels. Before placing the concrete for topping, neat cement concrete310208112 (Madh NLW Jan ’09) 5 (C) - 74 Signature of Bidderwith seal & date


CMPDIjust ahead of the Finish. Concrete of specified portion and thickness shall be laid inalternate panels to required level and slope and thoroughly tamped.c) Finishing the surfaceAfter the concrete has been completed it shall be finished with afloating coat of neat cement. Finishing operations shall start shortly after thecompaction or the concrete and surface shall be trowelled so as to produce anuniform and hard surface. The satisfactory resistance of floor to war depends largelyupon the care with which trowel ling is carried out. The time interval allowed betweensuccessive trowel ling is very important. Immediately after placing cement punningonly just sufficient trowelling shall be done to give a levelled surface. Excessivetrowelling in the earlier stages shall be avoided as this tends to bring a layer rich incement to the surface. Some time, after the first trowelling, the duration dependingupon the temperature, atmospheric condition and the rate of set of cement used, thesurface shall be trowelled to close any pores in the surface and to bring to surfaceand to scrap off any excess water in concrete or laitance. No dry cement shall beused directly on the surface to absorb moisture or to stiffen the mix. The finaltrowelling shall be done well before the concrete has become too hard but at such atime that considerable pressure is required to make any impression of the surface.5(C).11.30.7.2 IRONITE FLOORINGIronite flooring shall consist of two layers, the bottom layers ofplain cement concrete and shall be laid in the same manner as per cement concreteflooring. The mix proportion of the concrete used in the bottom layer and its thicknessshall be as specified in the item of works.The top layer shall be finished with 12mm thick ironite topping,unless otherwise specified, 5Kg of ironite per bag of cement each containing 50Kgshall be mixed with, dry thoroughly. This dry mixture shall be mixed with stone grit6mm (1/4") and down size or as otherwise directed in the ratio 1:2 by volume andwell turned over. Just enough water shall be added to this dry mix and mixedthoroughly well and laid to uniform thickness of 12mm and compacted. After initial sethas started the surface shall be finished as directed.310208112 (Madh NLW Jan ’09) 5 (C) - 75 Signature of Bidderwith seal & date


CMPDI5(C).11.30.7.3 PLAIN & COLOURED CEMENT TILES, MARBLE, MOSAIC&TERRAZZO TILES FLOORINGThe tiles shall conform to IS:1237 having the colour approved bythe consultant and the rate shall include provision of border tiles and tiles of differentcolours in pattern if directed. The mosaic topping of lighter shade tiles shall be madeof white cement with an approved shade pigment and neutral shade tiles shall be ofgrey cement with an approved shade pigment. The type of tiles shall be as specifiedin respective items. The sub-grade shall be thoroughly wetted after cleaning of alldirt, laitance and loose material. A bed of lime mortar consisting of one part of limeand two part of sand shall be laid and properly levelled to an average thickness of25mm and the surface shall be kept slightly rough to form a satisfactory key for tiles.Neat cement paste of honey-like consistency shall be spread over mortar bed, oversuch area at a time as would accommodate about 20 tiles. Tiles shall be soaked inwater for 15 minutes and allowed to dry for the same duration. Tiles shall then befixed with a thin coat of cement paste on back of each tile and then each tile beinggently tapped with a wooden mallet till it is properly bedded in proper line & slope andin level with adjoining tiles. Joints shall be fine and as imperceptible as possible.After tiles have been laid in a room or day's fixing work iscompleted, surplus cement grout that may have come out of the joints may be wipedoff gently and joints cleaned. A thin slurry of coloured cement matching to the colourof tiles shall be spread over it and rubbed so as to seal even the thinnest jointbetween the tiles and make it impervious and the flooring cured for 7 days. Tiles shallbe polished and finished according to IS:1443 & instruction of Engineer-in-charge.a) Dado, Skirting and RisersThe tiles shall conform to IS:1237 and shall be of approved design.The tiles shall be fixed with neat cement grout on backing coat consisting of 1:4cement sand plaster of 15mm to 20mm thick. The top and bottom junctions of tilesshall be rounded off neatly as directed. The joints shall be filled with matching shadecoloured cement slurry. The surface shall be kept wet for 7 days, and then polishedwith carborundum stone to obtain smooth surface and fine polish. The tiles shall bepolished & finished according to IS:1443 & instruction of Engineer-in-charge.310208112 (Madh NLW Jan ’09) 5 (C) - 76 Signature of Bidderwith seal & date


CMPDI5(C).11.30.7.4 MARBLE, MOSAIC/TERRAZZO IN-SITU WORK IN FLOORING,DADO, SKIRTING ETCThe terrazzo/mosaic finish shall be laid on an under layer ofthickness as specified in the respective items. In addition to the under layer, unlessotherwise specified, a cushioning layer of lime mortar or lime concrete with brick bataggregate of specified proportion shall also be provided to the specified thickness.The topping shall consist of a layer of marble chips of selected sizes, colour anddesign approved by consultants, mixed with cement with desired shade of pigment.For lighter shade mosaic/terrazzo white cement shall be used and for neutral shade,grey cement shall be used. The proportion of terrazzo mix shall be three parts ofcement and one part of marble powder by weight. For mix every part of cementmarble powder- the proportion of marble aggregate by volume shall be 1-1/2 partsunless otherwise specified. The topping shall be mixed and laid in panels asdescribed in IS:2114 and as per decorative designs prepared by consultants. Thedividing strips of panels shall be Aluminium or as specified in the schedule ofquantities. It shall be polished as specified in IS:2114 & instruction of Engineer-incharge.5(C).11.30.7.5 WHITE GLAZED TILES IN FLOORING AND DADOWhite glazed tiles from approved manufacturer shall be used.They shall be of specified size and thickness. All specials viz., cover, internal andexternal angles, corners, beads etc. shall be used wherever directed. Under layer ofspecified thickness and mortar of stipulated portion shall be laid as described inmarble, mosaic flooring. Tiles shall be washed clean and set in cement grout andeach tile being gently tapped with a wooden mallet till it is properly bedded and inproper line & slope in level with the adjoining tiles. The joints shall be kept as thin aspossible and in straight lines or to suit the required pattern. After the tiles have beenlaid, surplus cement grout shall be cleaned off. The joints shall be cleaned off thegrey cement grout with a wire brush or trowel to a depth of 5mm (3/16") and all dustand loose mortar removed. Joints shall then be flushed pointed with white cement.The floor shall then be kept wet for seven days. After curing, the surface shall bewashed with mild hydrochloric acid and clean water. The finished floor shall notsound hollow when tapped with a wooden mallet.310208112 (Madh NLW Jan ’09) 5 (C) - 77 Signature of Bidderwith seal & date


CMPDI5(C).11.30.7.6 PVC TILE FLOORINGThe thickness and size of tiles used for flooring shall be as per theitem of works and shall be manufactured by standard approved manufacturer. Thebase over which the tiles are to be laid shall be finished smooth to receive the tiles.The surface shall be thoroughly cleaned and made dry before laying the tiles. Thetiles shall be laid in position with an approved brand of adhesive and used inaccordance with manufacturer's direction. Tiles shall be laid by skilled workmenexperienced in this class of work in a workmanlike manner. Tiles shall be carefullybutted together cut into corners and angle and showing even margins. The jointsbetween the tiles shall be as fine as possible and uniform throughout.flooring.PVC tiles skirting shall be done with the tiles fully matching to tile5(C).11.30.8 STEEL DOORS, WINDOWS, VENTILATORS, ROLLINGSHUTTERS, MS GRILLS ETC.5(C).11.30.8.1 STEEL DOORS, WINDOWS & VENTILATORSSteel used in the manufacture of rolled steel sections shall nothave more than 0.060 percent of sulphur and 0.060 percent of phosphorous. Thecarbon content shall not exceed 0.20 percent and shall be of weldable quality. In allother respects, the rolled steel sections shall conform to relevant IS code.Frames shall be square and flat. Both the fixed and openableframes shall be constructed of sections, which have been cut to length, mitred andelectrically welded at corners. Sub-dividing bar units shall be tonned and riveted intothe frames. All frames shall have the corners welded to a true right angle and weldsshall be neatly cleaned off. Couplings, mullions, transom and weather bar shall be'provided as directed by the Engineer-in-charge.Outer frames shall be provided with fixing holes centrally in theweb of the sections and fixing screws and lugs shall be used for fixing the frame tomasonry. Mastic cement shall be used for making the joints watertight.Hinges shall be strong projecting type. If directed friction typehinges shall be used in which case windows shall not be fitted with peg stays.310208112 (Madh NLW Jan ’09) 5 (C) - 78 Signature of Bidderwith seal & date


CMPDIProjecting type hinged shutter shall be fitted with bronze or brasspeg stays, 30cm. long with pegs and brackets welded/riveted to the frame.All windows shall be provided with handles of brass or bronze.Top hung ventilators shall be fixed with plain hinges riveted/weldedto the fixed frame. A brass or bronze peg stay 30cm. long as windows shall beprovided.Centre hung ventilators shall be hung on two pairs of brass orleaded tin bronze cup pivots riveted to the inner and outer frames of the ventilators topermit the ventilators to swing through an angle of approximately 85 degree. Theopening position of the ventilators shall be so balanced to keep it open at any desiredangle under normal weather conditions. A bronze spring catch shall be fitted in thecentre of the top bar of the ventilator for the operation of the ventilator. This springcatch shall be secured to the frame with brass screws and shall close into a mildsteel malleable form catch plate riveted or welded to outside of the outer ventilatorframe bar. A brass cord pulley wheel in mild steel or malleable iron brackets shall beprovided along with cord eye.The windows and ventilators shall be painted. All the steelsurfaces shall be thoroughly cleaned free of rust, scale or dirt and mill scale bypicking or phosphating and before erection painted with one coat of approved primerand after erection painted with two finishing coats of synthetic enamel paint ofapproved shade and quality.Glazing of specified thickness shall be provided on the outside offrames and unless otherwise specified, metal beadings of approved shape and actionshall be used for fixing glasses. Special metal sash putty of approved make shall beused, if directed.5(C).11.30.8.2ROLLING SHUTTERSShall be from approved manufacture suitable for fixing in theposition ordered i.e. outside, inside, on or below lintel or between Jambs. Shuttersupto 12 Sq.m (130 Sq.ft.) in area shall be manually operated or `Push up' type while310208112 (Madh NLW Jan ’09) 5 (C) - 79 Signature of Bidderwith seal & date


CMPDIbigger sizes shall be of reduction gear type mechanically operated by chain orhandles.These shall consist of 8 gauge sheet or as specified with 75mm(3") MS laths of best quality mild steel strip machine rolled and straightened with aneffective bridge depth of 16mm (5/8") and shall have convex corrugation. These shallbe interlocked together throughout their entire length with end locks. These shall bemounted on specially designed pipe shaft.The springs shall be of approved make coiled type. These shall bemanufactured from tested high tensile spring steel wire or strip of adequate strengthto balance the shutters in position. The spring pipe shaft etc. shall be supported onstrong MS or malleable cast iron brackets. Hoods shall be formed of not less than 20gauge steel, suitably reinforced to prevent sag.5(C).11.30.8.3COLLAPSIBLE GATESThese shall be double or single collapsible gates depending uponthe size of the opening. These shall consist of vertical channels 20x10x2mm at 10cmcentres braced with flat iron diagonals 20x5mm and top and bottom rails of T-iron40x40x6 mm with 38mm dia steel pulleys or ball bearing in every 4th doublechannels, unless otherwise specified. Where collapsible gate is not provided withinthe opening and is fixed along the outer surface T-iron at the top may be replacedby flat iron 40x10mm. The collapsible gate shall be provided with necessary bolts andnuts, locking arrangement stoppers and handles. Any special fittings like springs,catches and locks shall be provided as described in the nomenclature of item in theschedule of quantities.a) FixingT-iron shall be fixed to floor and lintel by means of anchor bolts at45cm centre alternatively in two flanges of T-iron embedded in cement concrete of'floor and lintel. The bottom runner shall be embedded in floor and proper grooveformed along the runner for the purpose. The collapsible shutter on the sides shall befixed by fixing the end double channels with T-iron rails and also by hold-fasts bolts tothe end double channel and fixed in masonry of the side on the other side.310208112 (Madh NLW Jan ’09) 5 (C) - 80 Signature of Bidderwith seal & date


CMPDI5(C).11.30.8.4 MS GRILLSMS Grills shall be of required patterns in windows etc. and shall bemade of MS flats, square or round bars and framed all around. It shall be properlywelded, bolted and grouted in walls or fixed with windows/ventilators frame. Groutingshall be done with at least 4 clamps 150mm long grouted with cement concrete(1:2:4).5(C).11.30.9 ALUMINIUM DOORS, WINDOWS AND GLAZINGa) Structural SufficiencyAll door, windows and ventilators shall be manufactured fromstandard extruded section of approved, appropriate sizes suitable for the particulartype and size of glazing unit. Detailed shop drawing indicating the full design of everytype and unit shall be furnished for approval before undertaking the work. BOMOshall assume full responsibility regarding soundness of various units and adequacy ofthe sections used for the particular sizes required to provide appropriate stiffness andstrength. If in the opinion of the Engineer-in charge deficiencies in the section usedare found, the BOMO shall replace the glazing units made of approved section at hisown cost.b) Generali) The unit assemblies shall be as per drawings or as directed bythe Engineer-in-charge.ii) The unit assemblies shall be anodised finish. Anodising shallbe 20 to 25 microns thick of mat texture non-directional and non-specular. Anodisedsurface shall be suitably protected during transportation, storage and erection.iii) The unit shall be joined together by concealed screws. Jambmembers shall be self-mulling type obviating use of separate mullions.iv) Joints shall either be mitred or coped. Mitred joints shall haveextruded corner reinforcements. All joints shall be neat, hairline and sealed withepoxy resin to make them water proof.v) Openable shutters shall have a single row continuousneoprene or PVC weather strips to prevent air infiltration. Weather strips shall not beinterrupted by any fittings.310208112 (Madh NLW Jan ’09) 5 (C) - 81 Signature of Bidderwith seal & date


CMPDIvi) All windows shall be glazed from inside with PVC rubber.Glazing beads shall be snap fit and shall be fitted without use of screws. No screwsother than those on some of the hard ware shall be visible.vii) Glass in windows shall be 4mm thick and for doors andglazing 5.5mm thick of sheet glass of selected quality.5(C).11.30.10 SPECIFICATION <strong>FOR</strong> CARPENTARY AND JOINERY5(C).11.30.10.1 Timber used shall conform to specifications described under‘Materials”. Fixtures for doors, windows, furniture, etc. shall be as given below:Schedule of hardware fittings for doors (unless otherwise specified) shall be as givenbelow:a) Single leaf door shuttersi) 100 mm long butt hinges : 3nos.ii) Approved mortice lock (6 lever) orsliding door bolt 300 x 16 mm : 1 no.iii) 300 mm long tower bolt with 12 mm shoot: 1 no.iv) 150 mm long tower bolt with 12 mm shoot: 1 no.v) 125 mm handles : 2nos.vi) Floor stopper : 1 no.vii) Rubber buffer : 1 no.b) Double leaf door shuttersi) 100 mm long butt hinges per leaf : 3 nos.ii) Approved mortice lock (6 lever) orsliding door bolt 300 x 16 mm : 2 nos.iii) 300 mm long tower bolt with 12 mm shoot: 2 nos.iv) 150 mm long tower bolt with 12 mm shoot: 1 no.v) 125 mm handles : 4 nos.vi) Floor stopper : 2 nos.vii) Rubber buffer : 2 nos.c) Bathroom doori) 100 mm long butt hinges : 3 nos.ii) 200 mm long tower bolt with 12 mm shoot: 1 no.iii) Approved latch with a pair of handles : 1 no.310208112 (Madh NLW Jan ’09) 5 (C) - 82 Signature of Bidderwith seal & date


CMPDI5(C).11.30.10.2 SCHEDULE OF HARDWARE FITTINGSa) GeneralThe fittings shall be of iron/brass/aluminium or as specified.These shall be well made, smooth and free from sharp edges, flaws and otherdefects, screw holes shall be counter sunk to suit the head of the wood screws. Allhinge pins shall be of steel with riveted heads.i) Iron fittings shall be bright finished or black enamelled orcopper oxidised.ii) Brass fittings shall be bright finished brass, oxidised, orchromium plated.iii) Aluminium fittings shall be bright, finished anodised in choiceshade or as specified.The screw used shall be of the same metal and finished as thefittings and shall be of the required size. For aluminium fittings anodised steel screwsshall be used. The screw shall be driven with a screwdriver and not hammered.b) Butt HingesShall be heavy quality of mild steel, brass, brass oxidisedaluminium or as specified. Butt hinges shall be cranked.Brass and steel butt hinges shall conform to IS 205-1966. MSbutt hinges shall be made from sheets, aluminium and bras hinges shall be extrudedtype and made from extruded sections.c) Tower BoltsTower bolts shall be of mild steel, brass oxidised or aluminiumas specified:i) Plate and straps shall be riveted, the barrel bolt shall be castincluding the knob.ii) Brass Tower Bolts: The bolt with knob shall be cast and rolledand shall be made in one piece.iii) Aluminium Tower Bolts: Shall be made out of extrudedsections. Knob shall be screwed to the bolt and riveted at the back.d) Sliding Door Bolts (Aldrop)These shall be of metal as specified, and shall have smoothsliding action. MS and brass sliding bolts shall conform to IS 281-1973.310208112 (Madh NLW Jan ’09) 5 (C) - 83 Signature of Bidderwith seal & date


CMPDIBrass sliding bolts shall be made from rolled brass. The haspand the bolt shall be in one piece. The fixing and staple bolts shall be cast 6 mmstuds and shall be threaded, provided with round washers and nuts of square ofhexagonal shape.e) Handlesi) Iron Handles - shall be of the size specified and shall be madeout of sheet steel pressed into oval section. They shall conform to IS 208 - 1972 andshall be fixed with 2.5 cm long screws.ii) Brass Handles - shall of the specified size, shape and patternmade out of cast brass. They shall conform to IS 208 - 1972 and shall be fixed with2.5 cm long screws.iii) Aluminium Handles - shall be of size specified finished brightor anodised made out of cast aluminium to shape and pattern required. These shallbe fixed with 2.5 cm long screws.f) Mortice lockMortice lock with latch and a pair of lever handles shall havesteel casing and brass bolts and shall be right or left handles as required. It shall beof approved make and quality. The lock for single leaf door shall have plain face andfor double leaf a rebated face. The lever handles with spring shall be mounted onplates and shall be bright brass finished or chromium plated of oxidised as approved.g) Mortice LatchMortice latch with one dead bolt and a pair of lever handlesshall have steel casing and brass bolt, right or left handed as required. It shall be ofapproved make and quality. The latch for single leaf door shall be mounted on platesand finished brass bright chromium plated or oxidised as approved.h) Floor Door StopperShall be of shape, pattern and size specified of cast brass witha rubber cushion. It shall be brass finished right, chromium plated or oxidised asapproved. The length of the plate shall determine the size of floor door stopper.5(C).11.30.10.3 WORKMANSHIPThe work shall be done by skilled carpenters as per details shownon drawing or instructed by the Engineer-in-charge. Framing timber and other work310208112 (Madh NLW Jan ’09) 5 (C) - 84 Signature of Bidderwith seal & date


CMPDIshall be close fitting with proper wood joinery, accurately set to required lines orlevels and rigidly secured in place. The surface of frame etc. which shall come incontact with masonry after fixing shall be given two coats of approved paint beforefixing. Mastic caulking shall be done after fixing external door and window frames.Special care shall be taken to match the grain of timber ofplywood, which shall be subsequently polished. Screwing or nailing shall not bepermitted to the edge of plywood or chipboard sheets. All exposed plywood edgesshall be finished with teakwood lipping unless otherwise shown on drawings.Fixing of frames and partitions shall generally be with 40 mm x 6mm x 300 mm long MS hold-fasts bifurcated at end and grouted with 1:2:4 cementconcrete. The gap between masonry and external door and window frame shall becaulked with mastic. MS grills or guard bars shall be provided to windows wherecalled for in the drawings or schedule of items.All carpentry work after finishing shall be sand papered smooth. Aprime coat of paint shall be given after inspection of the Engineer-in-charge to allsurfaces other than those which shall be subsequently polished or covered withlaminated plastic sheet.5(C).11.30.10.4 ACCEPTANCE CRITERIAAll frames shall be square and flat at the time of delivery and shallbe checked for dimensions and corner angles. After fixing they shall be on a finevertical plane. All external door and window frames shall be caulked with mastic.Door and Window Shutters shall be of proper size, shape anddesign and free of warp. When fixed to frames, these shall operate smoothly withoutjamming and all latching of locking devices shall engage properly without pressure.5(C).11.30.11 ROOF WATERPROOFING, INSULATION AND ALLIED WORKSThis specification covers providing, laying, repairing, finishing,curing, testing, protection, maintenance till handling over of roof water-proofing,310208112 (Madh NLW Jan ’09) 5 (C) - 85 Signature of Bidderwith seal & date


CMPDIinsulation and allied works for buildings and at locations covered under the scope ofthe BOMO.5(C).11.30.11.1GRADING UNDERBEDThe surface to receive the underbed shall be roughened andthoroughly cleaned with wire brush and water. The joints in case of pre-cast planksused for roofing shall be thoroughly filled in with 1: 2 cement mortar using `Impermo’or approved water-proofing compound. Oil patches, if any, shall be removed withdetergent. The surface shall be soaked with water and all excess water removed justbefore laying of the underbed.The underbed shall not be laid under direct hot sun and shall bekept in shade immediately after laying so as to avoid quick loss of water from the mixand separation from the roof surface. The underbed shall be cured under water for atleast 7 days.The underbed shall be laid to provide an ultimate run-off gradientnot less than 1 in 120 and as directed by the Engineer-in-charge. Upto an averagethickness of 25 mm the underbed shall usually be composed of cement and sandplaster. For higher thickness the underbed shall be made with cement concreteThe underbed shall be finished to receive the water-proofingtreatment direct or insulation as the case may be.The grading plaster shall be average 25 mm thick maximum. Itshall consist of cement and coarse sand in the ratio 1 : 4 nominal by volume. Thesand and cement shall be thoroughly mixed dry and then water added. Each batch ofmix shall be consumed before the initial set starts.The plaster shall be fully compacted to the desired grade incontinuous operation. The surface shall be even and reasonably smooth.Concrete shall be used where the sub-grade is more than average25 mm thick. It shall consist of cement concrete 1: 2: 4 nominal mix by volume with12 mm down stone chips and coarse sand. The aggregate shall be mixed dry andminimum quantity of water shall be added to make the mix workable.310208112 (Madh NLW Jan ’09) 5 (C) - 86 Signature of Bidderwith seal & date


surface shall be smooth and even.CMPDIThe mix shall be laid to proper grade, fully consolidated and5(C).11.30.11.2INSULATIONWhere roof insulation is required, detailed proposals for its type,supply and installation shall be submitted to the Engineer-in-charge for approval.5(C).11.30.11.3FILLETSFillets at junction of roofs and vertical walls shall be provided withthe same insulating material as provided for the main roof insulation. The fillets shallbe 150 mm x 150 mm in size unless otherwise shown on drawings or instructed bythe Engineer-in-charge.Where there is no insulation over roof slab, fillets shall be cast insitu cement concrete (1:2:4) nominal mix by the volume.5(C).11.30.11.4INSTALLATIONWater-proofing with felt lininga) Bitumen felt type-3, grade-I water proofing (4 layers finishedwith asphalt/ crushed stone chips and/or gravel).i) A layer of special roofing asphalt @ 1.45 Kg per sq.m.ii) A layers of bitumen felt Hessian based self finished felt type-3,grade-l, of approved make.iii) A layer of special roofing asphalt @ 1.45 Kg per sq.m.iv) A layer of crushed pea size stone chips and/or gravel.b) Bitumen felt type-3, grade-I water proofing (3 layers) withsurface painted with asphalt and finished with brick tiles.i) A layer of special roofing asphalt @ 1.45 Kg per sq.m.ii)A layers of bitumen felt Hessian based self finished felt type-3,310208112 (Madh NLW Jan ’09) 5 (C) - 87 Signature of Bidderwith seal & date


CMPDIgrade-l, of approved make.(iii) A layer of special roofing asphalt @ 1.45 Kg per sq.m.After specifications (b) has been laid, it shall be protected withtiles and every care is to be taken while laying the brick or stone tiles so that thewaterproofing is not damaged or punctured by the sharp edged implements or bricks,stone or walling over it with some shoes having nails etc.5(C).11.30.11.5GUARANTEEThe BOMO through the specialised agency of sub Contractor shallgive a guarantee against any leakage for 10 years. Any leakage or defects during thisperiod shall be made good by the BOMO through the sub Contractor at his own costin a manner to be decided by the Engineer-in-charge, to their entire satisfaction.5(C).11.30.11.6 WATERPROOFING ROOFS WITH EXPANDEDPOLYETHYLENE KINIFOAMa) A layer of bituminous primer @ 0.4 kg per sq.m.b) A layer of semi hot asphalt blown grade 85/25 or 90/15 @ 1.8Kg/sq.m.c) A layer of 2 mm thick expanded Polyethylene, KINIFOAM.d) A layer of Neoprene adhesive @ 300 to 350 ml. per sq.m.e) A layer of 2 mm thick expanded polyethylene KINIFOAM.5(C).11.30.11.7INSULATING AND WATERPROOFING ROOF TERRACES OFAIR CONDITIONED AREAS WITH EXPANDED POLYETHYLENE KINIFOAMkg per sq.m.a) A layer of bituminous primer @ 0.4 kg per sq.m.b) A layer of semi hot asphalt blown grade 85/25 or 90/15 @ 1.8c) A layer of 6 mm thick expanded Polyethylene, KINIFOAM.d) A layer of Neoprene adhesive @ 300 to 350 ml. per sq.m.e) A layer of 6 mm thick expanded polyethylene KINIFOAM.f) A layer of Neoprene adhesive @ 300 to 350 ml. per sq.m.310208112 (Madh NLW Jan ’09) 5 (C) - 88 Signature of Bidderwith seal & date


CMPDIg) A layer of 6 mm thick expanded polyethylene KINIFOAM.h) Roof grading concrete laid to slope as specified.i) Brick tile/ or precast cement tile/ or precast Terrazo tile orchina mosaic treatment.5(C).11.30.11.8MOISTUREPROTECTION TREATMENT IN TERRACES SOLAR HEAT ANDCHINA MOSAIC 3 LAYER TREATMENTPreparation of surface - The final roof terrace after water proofingshall be smooth finished with cement plaster 1:4 (1 cement : 4 fine sand) to receivethe following treatment.a) A layer of BRC primer @ 0.2 litres per sq.m.b) A layers roofing asphalt @ 1.45 kg per sq.m.c) A layer of broken glazed tiles of odd sizes and shape with asclose joints a possible grouted with white cement.5(C).11.30.11.9ACCEPTANCE CRITERIAThe surface level shall be such as to allow quick draining of waterwithout leaving any pool anywhere. The finishing course shall be fully secured andshall have an even density. There shall not be any bubble formation or crushed orsqueezed insulation on underbed.The BOMO shall give a guarantee in writing for all works executedunder this specification supplemented by a separate and unilateral guarantee fromthe specialised agency for the roof water-proofing treatment work. The guaranteeshall be for material and workmanship for five (5) years in case of normal treatment,ten (10) years for heavy treatment and twenty (20) years for extra heavy treatment.The mode of execution of the guarantee shall be acceptable to the Owner.5(C).11.30.12 DRAINAGE AND SANITARY FIXTURE5(C).11.30.12.1 SCOPEThis section covers the layout and construction of drains for foulwater and surface water together with all fittings and fixtures and inclusive of ancillary310208112 (Madh NLW Jan ’09) 5 (C) - 89 Signature of Bidderwith seal & date


CMPDIworks, such as connections, man-holes and inspection chambers used within thebuilding and from the building to the existing available connections. The scope is alsoinclusive of supply, erection of all supply to be taken from the terminal points to therespective buildings, conveyer galleries etc.5(C).11.30.12.2RAINWATER DOWN TAKE PIPESRainwater down take pipes shall be standard Cast Iron Pipes.Rainwater down comers shall run along and be secured to walls, columns etc. Wheredesired by the Engineer-in-Charge these may have to be installed in chases cut inthe structure. All pipes shall be well secured and supported by adequately strongbrackets. The brackets may be wrought iron cleaves type, splittering type orperforated strap iron type as approved by the Engineer-in-Charge. For vertical runseach pipe shall hang freely on its bracket fixed just below the socket, suitable spacerblocks shall be provided against the vertical surface to which the pipe is fixed. Allbends and junctions shall be supplied with watertight clean outs/ doors.Roof and floor drains and yard gullies shall be installed, if required,by cutting upto the structure and grouted with 1:2:4 cement concrete. All gutters shallbe provided with removable gratings.All horizontal pipes shall have a minimum slope of 1 in 100.5(C).11.30.12.3 GUTTERSThe gutters shall be made of GI. Each section shall be sufficientlyuniform having rigid edges and corners. The GI gutters shall have the edgesstrengthened by suitable means. Unless noted otherwise the gutters shall havea minimum fall of 1 in 120. Adequate number of strong supports shall be provided sothat there is no deflection even when the gutter is full. Each joint must have asupport. Unless otherwise specified the supports shall be fabricated of MS brackets.All junctions shall be thoroughly watertight. The joints may be made by riveting,bolting or soldering. All joints between successive lengths of gutters shall have anoverlap of at least 5 CM. The drop in the overlap shall always be in the direction ofthe fall of the gutter. Ends of gutters shall be watertight. Junction with rainwater downtake pipes shall be made fully water tight and secured.310208112 (Madh NLW Jan ’09) 5 (C) - 90 Signature of Bidderwith seal & date


CMPDI5(C).11.30.12.4SOIL & DRAINAGE PIPES GRADIENTSIf not specified the minimum gradients of soil and drainage pipeline shall be as follows:100mm nominal dia : 1 in 35150mm nominal dia : 1 in 65230mm nominal dia : 1 in 120300mm nominal dia : 1 in 200Relation with Water Supply Pipelines: Under no circumstances,unless specifically cleared by the Engineer-in-Charge in special circumstances,drainage and soil pipes shall be allowed to come close to water supply pipelines.5(C).11.30.12.5 LAYINGEach separated pipe shall be individually set for line, level, plumbetc. Where lengths of sewer or drain pipes are laid in trench, properly painted sightrails shall be fixed across the trench at suitable intervals and levels according to thegradient to be provided and length of the boning rod to be used above the requiredinvert level of the drain or sewer at the point where the sight rail is fixed. More sightrails shall be required at manholes, change of gradient and intermediate positions ifthe distance for sighting is too far, which shall not be more than 15M apart. Theexcavation shall be boned in at least once in every 2 meter. The foot of the boningrod shall be set on a block of wood of the exact thickness of the wall of the pipe.Each pipe shall be separately and accurately boned between sight rails.5(C).11.30.12.6SUPPORT & PROTECTION TO PIPELINESAll drainage and sewer pipes shall be laid with sockets leadinguphill. Preferably the pipes shall rest on solid and even foundations for the full lengthof the barrel. However, the pipe manufacturer's instruction as approved by theEngineer-in-Charge shall be followed in the matter of support and jointing.For others, to achieve full and continuous support, concrete for310208112 (Madh NLW Jan ’09) 5 (C) - 91 Signature of Bidderwith seal & date


CMPDIbedding and packing is the best. Where pipes are not bedded on concrete, the floorshall be left slightly high and carefully bottomed up as pipe-laying proceeds so thatthe pipe barrels rest on undisturbed ground. If anywhere the excavation has beencarried too low, the packing shall be done in concrete. Where laid on rock or veryhard ground that cannot be easily excavated to a smooth surface, the pipes shall belaid on a cradle of fine concrete floor or floor of gravel and crushed stone bed only asdesired by the Engineer-in-charge so as to install even on bearing. PVC or similarpipes shall be laid directly on stable soil and packed with selected soil.The minimum support and protection for glazed stoneware pipesshall be as follows:a) When cover is less than 1 M below ground level and wherepipes are unavoidably exposed just above ground surface, the pipes shall becompletely encased or surrounded with concrete.b) Where the pipes are laid on a soft soil with the maximum watertable lying at the invert of the pipe, the pipe shall be bedded on concrete.c) Where the pipes have to be laid on a soft soil with themaximum water table rising above the invert of the pipe, but below the top of thebarrel, the pipe sewer shall be launched.d) Where the maximum water table is likely to rise above the topof the barrel or wherever the pipe is laid on soft soil, the pipe sewers shall becompletely encased or surrounded with concrete.Cast Iron pipes and concrete pipes may be supported on suitableconcrete or brick support, where specified. The supports shall be unyielding andstrong enough. At least one support shall be located close to each joint. Spacing ofintermediate supports shall be as desired by the Engineer-in- Charge. Pipes shall besecured to the supports by approved means.Anchoring of pipes where necessary shall be achieved by suitablyconcrete encasing designed for the expected thrust.310208112 (Madh NLW Jan ’09) 5 (C) - 92 Signature of Bidderwith seal & date


CMPDI5(C).11.30.12.7ENTRY INTO STRUCTURESFor entry of the pipelines into any building or structures suitableconduits across the structures or sleeves shall be used. The conduits and sleevesshall be such as to allow easy repairs and replacement of the pipes.When openings or chases are required to be made in the structurefor entry of pipelines, locations and sizes shall be marked and checked by theEngineer-in-Charge. After laying of the pipeline the openings and chases shall bemended.5(C).11.30.12.8 DUCTSWhere soil, waste and ventilating pipes are accommodated inducts, access to cleaning eyes shall be provided. Connection to drain shall bethrough a gully with sealed cover to guard against ingress of sewer gas, vermin orback flow.5(C).11.30.12.9TRAPS & VENTILATING PIPESPipes for carrying off the waste from water closets and wastewater and overflow water from baths, wash basins, sinks to drains shall be trappedimmediately beneath such fixtures. Traps shall have minimum water seal of 50mmand shall be ventilated whenever such ventilation is necessary to maintain water sealof the trap.Ventilating pipes shall be carried up vertically from the drain to aheight of at least 600mm above the outer covering of the roof of the building. Allvertical ventilating, anti-syphonage and similar pipe shall be covered on top with acrown. The cowl shall be made of CI, unless desired otherwise by the Engineer-in-Charge.5(C).11.30.12.10 MANHOLES & INSPECTION CHAMBERSThe maximum distance between manholes shall be 30 m unlessspecially permitted otherwise. In addition, at every change of alignment gradient ofdiameter there shall be a manhole for inspection chamber. The distance between310208112 (Madh NLW Jan ’09) 5 (C) - 93 Signature of Bidderwith seal & date


CMPDImanhole or inspection chamber and gully chamber shall not exceed 6 meters unlessdesired otherwise. Manhole shall be constructed so as to be watertight under test.The benching at the sides shall be carried out in such a manner as to provide nolodgement for any splashing in case of accidental flashing of the chamber. Thechannel or drain at the bottom of chamber shall be plastered with 1:2 cement, sandmortar and finished smooth to the grade. The channels and drains shall be shapedand laid to provide smooth flow. Connection to existing sewer lines shall be through amanhole.Manholes shall be provided with standard covers, usually CI or asdesired by the Engineer-in-Charge. The covers shall be close fitting so as to preventgases from coming out.5( C).11.30.12.11 CUTTING OF PIPESManufacturer’s instruction shall be followed for cutting of pipeswhere necessary. Suitable and approved tools shall be used for cutting so as to leaveclean and square surface to the exit of the pipe.5( C).11.30.12.12 JOINTINGJointing of laid pipes shall be so planned as to completely avoidany movement or strain to the joint already made. If any joint is suspected to bedamaged, it shall be opened out and redone.All joints between pipes, pipes and fittings and manholes shall beleak proof (gas tight watertight) method of jointing shall be as per instruction of thepipe and fittings manufacturer and as approved by the Engineer-in-Charge. However,in the absence of any instruction available from the manufacturer the methods asdetailed hereunder shall be used :a) Cast Iron PipesSocket and spigot pipes shall be joined by cast lead joints. Thespigot shall be centred in the socket of the next pipe by tightly caulking in sufficientturns of tarred gasket or hemp yarn to have unfilled half the depth of socket. Whenthe gasket or hemp yarn has been caulked tightly a jointing ring shall be placedround the barrel and tightened against the face of the socket to prevent airlock.310208112 (Madh NLW Jan ’09) 5 (C) - 94 Signature of Bidderwith seal & date


CMPDIMolten lead shall then be poured in to fill the remainder of the socket and caulked(with suitable tools), tight around the joint to make up for shrinkage of the moltenmetal on cooling and shall be finished 3mm behind the socket face.In special cases if flanged joints are accepted by the Engineerin-Charge the joints shall be made leak proof by inserting approved type of rubber orother gaskets not less than 1.5mm thick. The bolts shall be secured in stages toavoid uneven strain. Damaged gaskets shall be replaced.b) Glazed Stoneware PipesTarred gasket or hemp yarn soaked in thick cement slurry firstbe placed round the spigot of each pipe and the spigot shall then be placed into thesocket of the pipe previously laid. The pipe shall then be adjusted and fixed in thecorrect position and the gasket caulked tightly so as to fill 1/4 of the total depth of thesocket and the remaining shall be filled and packed with a stiff mixture of cementmortar of 1:1 proportion. When the socket is filled, a fillet shall be formed round thejoint with a trowel, forming an angle of 45 Degree with the barrel of the pipe. Thenewly made joints shall be protected, until set, from sun and rain and shall becovered with damp sacking or other suitable materials.c) Jointing Cast Iron Pipes with Stoneware PipesWhere any cast iron soil pipe, ventilating pipe or trap isconnected with a stoneware or semi vitrified waste pipe or drain communicating witha sewer, the bedded spigot end of such cast iron soil pipe, waste-pipe or ventilatingpipeor trap shall be inserted into a socket of such stoneware pipe or drain and thejoint made with mortar consisting of one part of cement and one part of clean andsharp sand after placing a tarred gasket or hemp yarn soaked in neat cement slurryround the joint and inserted in it by means of caulking tool.d) Jointing Stoneware with Cast Iron PipesWhere any water closet pan or earthenware trap connected tosuch a pan is to be jointed with a cast iron soil pipe, the joint between the stoneware310208112 (Madh NLW Jan ’09) 5 (C) - 95 Signature of Bidderwith seal & date


CMPDIspigot and the cast iron socket shall always be made of a flexible nature. Such jointshall be made with a mixture of bitumen and chopped asbestos fibre.5(C).11.30.12.13 TRENCHES & OTHER EXCAVATIONSWidth of the trench at the bottom shall be such as to provide200mm clearance on either side of the pipe for facility of laying and jointing.Excavated material shall be stacked sufficiently away from the edge of the trench andthe side of the bank shall not be allowed to become such as to endanger the stabilityof the excavation. Spoil may be carted away and used for filling the trench behind thework.All excavations shall be properly timbered where necessary.Efficient arrangements for dewatering during excavation and keeping it dry till backfilling done shall be made to the satisfaction of the Engineer-in-Charge. Sumps forthe dewatering shall be located clear of the pipe layout.Special care shall be taken not to damage underground services,cables etc. These when exposed shall be kept adequately supported till the trench isback filled. The back filling shall be done after the pipeline has been tested andapproved by the Engineer-in-Charge. Special care shall be taken to pack under theside of the pipe hand packed thoroughly with selected material. At least 300mm overthe pipe shall also be filled with soft earth or sand. Consolidation shall be done in150mm layers. The surface water shall be prevented from getting into the filled uptrench. Traffic shall not be inconvenienced by heaping up unduly the back fillingmaterial to compensate future settlements shall be made good regularly to minimizeinconvenience of traffic where applicable.5(C).11.30.12.14 FIXTURESThe bidder shall mention in his bid the type and manufacturer ofthe fixture he intends to use enclosing manufacturer's current catalogues. In theabsence of any such agreement the Engineer-in-Charge shall be at liberty to chooseany type and make.310208112 (Madh NLW Jan ’09) 5 (C) - 96 Signature of Bidderwith seal & date


CMPDIAll fixtures and fittings shall be of approved quality and typemanufactured by well known manufacturers. All items brought to the site must bearidentification mark of the type and manufacturer. Procurement shall be made well inadvance and got inspected and approved immediately by Engineer-in-Charge. Allfixtures shall be adequately protected, covered and plugged till handed over. Allfittings, gratings, fasteners, unless specified otherwise, shall be chromium plated.Unless specified in the contract, the fixture shall be as specified hereinafter:a) Water Closet (Raised Type)It shall include glazed stoneware basin with siphon, open frontsolid plastic seat, plastic cover, low level glazed stoneware flushing cistern withvalveless fittings, supply connections and necessary fittings. All fittings shall bechromium plated. Colour of basin, cistern, seat and cover shall be as desired by theEngineer-in-charge.b) Water Closet (Squatting Type)It shall include glazed stoneware pan with foot rests and highlevel cast iron flushing cistern with valveless fittings supply connections andnecessary fittings. All fittings shall be chromium plated. The foot rests shall be madeof white glazed stoneware with chequered surface. The flushing cistern shall bepainted as desired by the Engineer-in-charge.c) UrinalsIt shall consist of wall type glazed stoneware urinals, cast ironautomatic flushing cistern complete with supply connections, flush pipe, lead pipes,gratings, traps and all other necessary fittings. Automatic flushing shall beapproximately once every five minutes. A number of urinals located together may beserved by one cistern of adequate capacity. All fittings shall be chrome plated.d) Wash BasinsIt shall be made of glazed stoneware. The basin shall be flatback, wall hung by painted cast iron brackets and complete with pattern with hot andcold brass faucets with nylon washers, chain waste, waste washers, lead waste pipewith traps, perforated waste complete with necessary fittings. All fittings includingfaucets shall be chromium plated.e) Sink310208112 (Madh NLW Jan ’09) 5 (C) - 97 Signature of Bidderwith seal & date


CMPDIIt shall be made of glazed stoneware. It shall be wall hung bypainted cast iron brackets and complete with one brass faucets with nylon washers,chain waste, waste washers, lead waste pipes with traps perforated waste withnecessary fittings. All fittings including faucets shall be chromium plated.f) Bathroom MirrorIt shall be made of the best quality 6 mm thick indigenousglass and produced by a reputed mirror manufacturer. It shall be wall mounted withadjustable revolving brackets. The brackets, screws and other fittings shall bechromium plated.g) Glass ShelvesGlass shelves shall consist of 6 mm thick clear glass withguard rails and shall be wall mounted with brackets. All brackets, guard-rails andscrews shall be chromium plated.h) Towel RailTowel rails shall be 20 mm dia. chromium plated M.S. pipeswall mounted with chromium-plated screws.i) Liquid Soap DispenserIt shall be round and easily revolving with removable threadednozzle. The body, bracket for wall mounting and screws shall be chromium plated.j) Toilet Roll HolderIt shall be made of strong members with suitable cover cumcutter. The whole item including wall mounting screws shall be chromium plated.k) InstallationAll plumbing fittings and fixtures shall be installed in mostworkmanlike manner by skilled workers. These shall be perfect in level, plumb, plane,location and symmetry. All items shall be securely anchored to walls and floors. Allcuttings in walls and floors shall be made good by the BOMO.5(C).11.30.12.15 SEPTIC TANK & EFFLUENT DISPOSALa) Septic TankSeptic tank shall consist of the tank itself with inlet and outletsthere from complete with all necessary earthwork and backfilling. The details of septictank shall be as shown on drawings. This item shall also include ventilating pipe of at310208112 (Madh NLW Jan ’09) 5 (C) - 98 Signature of Bidderwith seal & date


CMPDIleast 100 mm dia whose top shall be provided with a suitable mosquito proof wiremesh and cowl. Ventilating pipe shall extend to a height of about 2 metre when theseptic tank is at least 15 metre away from the nearest building and to a height of 2metre above the top of building when it is located closer than 15 metre. Ventilatingpipes can be connected to the normal soil ventilating system of the building whereallowed.b) Effluent DisposalThe effluent from the septic tank shall be disposed by allowingit into the open channel or a body of water if the concerned authority approves or intoa soak pit for absorption by soil or shall be allowed to be absorbed by soil throughopen jointed S. W. pipes laid in a trench filled with broken bricks.i) Soak PitThe soak pit shall be complete as shown on drawing. Inabsence of a detailed drawing it shall consist of a 900 mm dia pit 1000 mm in depthbelow the invert level of the inlet pipe. The pit shall be lined with stone, brick concreteblocks set in cement mortar (1.6) and filled with brick bats. Inlet pipe shall be takendown to a depth of 900 mm from the top as an anti-mosquito measure.ii) Open Jointed S.W. PipeMinimum dia of the S. W. pipes shall be 200 mm nominal. Thetrench for laying the pipes shall be minimum 600x600 mm sizes. The joints of thepipes shall be left unsealed.c) Commissioning of Septic TankAfter the septic tank is proved water-tight and the sewagesystem is checked the tank shall be filled with water to its outlet level before thesewage is let into the tank. It shall be seeded with well-digested sludge obtained fromseptic tank or sludge digestion tank. In the absence of digested sludge a smallquantity of decaying organic matter such as digested cow-dung may be introduced.5(C).11.30.12.16 TESTING & ACCEPTANCEi) Inspection before InstallationAll pipes, fittings and fixtures shall be inspected before deliveryat the site to see whether they conform to accepted standards. The pipes shall again310208112 (Madh NLW Jan ’09) 5 (C) - 99 Signature of Bidderwith seal & date


CMPDIbe inspected on site before laying by sounding to disclose cracks. All defective itemsshall be clearly marked and forthwith removed from the site.ii) Testing of Pipelines for Drainage & SanitationComprehensive test of all pipe lines shall be made bysimulating conditions of use. The method of actual tests shall be as per relevant IScode and decided by the Engineer-in-charge. All test data shall be recorded andsubmitted to the Engineer-in-Charge for review and instruction.iii) General guidance for the tests are given below:a) Smoke TestAll soil pipes, waste pipes and vent pipes and all other pipesshall be approved gas-tight after a smoke test conducted under the required pressureand maintained for 15 minutes after all trap seals have been filled with water. Thesmoke is produced by burning oily waste or tar paper or similar material in thecombustion chamber of a smoke machine. Chemical smokes are not satisfactory.b) Water Test for Pipes other than Cast IronGlazed ware pipes shall be subjected to the required testpressure. The tolerance figure of two litres per centimetre of diameter per kilometremay be allowed during a period of 10 minutes. The test shall be carried out bysuitably plugging the low end of the pipe/drain and the points of connections, if anyand filling the system with water. A knuckle bend shall be temporarily jointed at thetop and a sufficient length of the vertical pipe jointed to it so as to provide therequired test.Head of the top end may be plugged with a connection to a hoseending in a funnel which could be raised or lowered till the required head is obtainedand fixed suitably for observation.following causes:Subsidence of test water may be due to one or more of the- Absorption by pipes and joints- Sweating of pipes or joints310208112 (Madh NLW Jan ’09) 5 (C) - 100 Signature of Bidderwith seal & date


CMPDI- Leakage at joints or from defective pipes- Trapped air.Allowance shall be made for Absorption by pipes and joints byadding water until absorption has ceased and after which the test proper shouldcommence. Any leakage and the defective part of the work shall be cut out and madegood.For Cast IronCast Iron sewers and drains shall be tested as for glazed ware andconcrete pipes. The drain/pipe plug shall be suitably structured to prevent their beingforced out of the drain/pipe during the test.c) For straightnessi) By inserting at the high end of the sewer or drain a smooth ballof a diameter 13mm less than the pipe bore. In the absence of obstruction, such asyarn or mortar projecting through the joints, the ball shall roll down the invert of thepipe and emerge at the lowest end.ii) If the pipeline is straight, the full circle of light may beobserved. The mirror shall also indicate obstruction in the barrel if the pipeline is notstraight.d) Fixture etc.All fixtures and fittings shall be connected with water tightjoints. No dripping shall be accepted.5(C).11.30.13 WATER SUPPLY WORKS5(C).11.30.13.1 MATERIALSAll materials, fittings, fixtures and appliances shall be of the bestquality conforming to relevant Indian Standards and shall be procured from approvedmanufacturers. Unless specifically allowed by the Engineer-in-charge, the Contractshall submit samples of fittings and fixtures which shall be retained by him forcomparison when bulk supplies are received at the site. Ultimate choice of type,model and manufacture lies completely with the Engineer-in-charge.It shall be the responsibility of the BOMO to procure the materialsselected by the Engineer-in-charge. Hence orders are to be placed with the310208112 (Madh NLW Jan ’09) 5 (C) - 101 Signature of Bidderwith seal & date


CMPDImanufacturers in time, so that the materials are available at the site well ahead oftheir requirement.The materials brought to the site, shall be stored in a separatesecured enclosure away from the building materials. Pipe threaded sockets, brassand other expensive items shall be kept under lock and key. Fragile items shall bechecked thoroughly when received at the site and items found damaged shall not beretained at the site.a) Pipes and Pipe fittingsUnder scope of this specification, pipes and pipe fittings may be ofany or a combination of the following typesi) Cast Ironii) Steel – lined, coated with bituminous composition, out coatedwith cement concrete or mortar or galvanised.iii) Reinforced concreteiv) Pre-stressed concretev) Asbestos cementvi) Lead (not to be used for potable water)vii) PVCviii) Copperix) Brassx) Wrought ironxi) Or any other suitable typeb) Water ReservoirsWater reservoirs like pressed steel tanks and G.I. tanks shallcome under scope of this specification. Reservoirs made of concrete masonry orfabricated steel shall be covered by respective work specifications.c) Related WorksAll works, like earthwork, masonry, concrete, steel work,cutting holes, chases, repair and rectifications associated directly with installation ofwater supply systems shall come under scope of the BOMO unless specificallyexcluded. These works are not detailed out in this specification.310208112 (Madh NLW Jan ’09) 5 (C) - 102 Signature of Bidderwith seal & date


CMPDId) RegulationsThe work, which is required to be carried out under the scopeof this section, shall only be executed by a licensed plumber engaged by the BOMOand he shall obtain all necessary sanctions, permissions certificates etc. fromMunicipal and or other Authorities and shall abide by all the rules of such Authorities.5(C).11.30.13.2INSTALLATIONThe installations shall be carried out as per the approved drawing.Special attention shall be given by the BOMO to economy. Symmetry in layout is veryimportant. Fittings meant for operation shall be located and oriented in a mannerwhich allows easy reach and operation. Maintenance, repairs and replacements ofpipes, fittings and fixtures must be conveniently possible.a) Pipe Linesi) LayingIn addition to fulfilling the functional requirements all pipelinesshall be laid true to line, plumb and level. Any deviation shall need approval of theEngineer-in-charge. Meticulous care shall be taken to avoid chances of airlock andwater hammer.Pipes shall be laid on continuous unyielding surface or onreliable supports at least one near each joint and spacings as directed by theEngineer-in-charge. The support must be strong, neat and shall have provisions forsecuring the pipes in every direction and easy maintenance. Pipes shall be encasedor concealed in masonry or concrete if shown on drawing or directed by theEngineer-in-charge.ii)Back FlowThe layout of pipe work shall be such that there is nopossibility of backflow towards the source of supply from any cistern or appliances,whether by siphonage or otherwise. All pipe works shall be so laid or fixed andmaintained as to be and to remain completely watertight, thereby avoiding waste ofwater, damage to property and the risk of contamination of the water conveyed.310208112 (Madh NLW Jan ’09) 5 (C) - 103 Signature of Bidderwith seal & date


CMPDIiii) ContaminationThere shall be no cross connection whatsoever between apipe or fitting for conveying or containing wholesome water and a pipe or fitting forcontaining impure water or water liable to contamination or of uncertain quality orwater which has been used for any purpose.No piping shall be laid or fixed so as to pass into or throughany sewer, scour outlet or drain or any manhole connected therewith.iv) Underground PipingUnderground piping shall be laid at such a depth that it is notlikely to be damaged by traffic and other loads and frost, where applicable.The size and depth of the trench shall be as approved by theEngineer-in-charge. Backfilling shall be done with selected fine earth, unlessotherwise permitted, in 150 mm layers and carefully consolidated. Special care shallbe taken while filling in the vicinity of the pipe to avoid damages. Before backfillingthe laid pipe shall be fully tested and approved.Where the pipe rests on rock it shall be bedded on a layer offine selected material or concrete to avoid local point support.If the pipeline (except G.I pipelines) is required to be laid inblack cotton soil, it shall be ensured that the pipe is encased 200 mm in sides and300 mm minimum on top and bottom with sand before the rest of the trench isbackfilled with selected earth.The trench shall be so treated by gradient and filling in thearea that it does not act as a drainage channel.v) Concealed PipingWhere desired by the Engineer-in-charge or shown on thedrawings the pipes shall be concealed in masonry or concrete of the structure. TheBOMO may co-ordinate with the building Contractor for leaving the chases, openings,conduits as necessary. However, the BOMO shall rectify, if required, the chases310208112 (Madh NLW Jan ’09) 5 (C) - 104 Signature of Bidderwith seal & date


CMPDIopenings and conduits, supplement and make good after laying and testing of theconcealed pipelines.b) Jointing of PipesJointing of pipes shall be completely leak proof and durable.Instruction of the manufacturer shall be followed unless desired otherwise by theEngineer-in-charge. However, usually recommended practices are stated below forguidance:i) Cast IronSpigot and Socket JointsLead joint: The joint is made by first caulking in clean spunyarn upto half depth and filling the remainder by running in molten lead taking carethat no dross enters the joint and then thoroughly caulking the lead. The lead neednot extend into the joint further than the back of the groove formed in the socket.After completing the joint it shall not be allowed to move. For rectification the jointshall be completely redone.Flanged jointsFlanged joints shall be made by jointing rings of good quality,smooth and hard compressed fibre board of thickness not less than 1.5 mm and ofsuch width as to fit inside the circle of bolt. Diagonally opposite bolts shall betightened in pairs and in stages so that degrees of all bolts in a joint are similar.Damaged gaskets shall be replaced.ii) SteelPlain ended steel pipes shall be jointed by welding. Screwedand socket joints shall be carefully tightened. Care shall be taken to remove any burrfrom the ends of the pipes. Jointing compound, if used, shall be lead free andapproved by the Engineer-in-charge.iii) G. I. pipesThreads shall be cut with sharp tools, and before jointing allscales shall be removed from pipes by suitable means. The screw threads of the pipeshall be cleaned out and the joint made by screwing the fittings after treating thethreads with approved pipe jointing compound. Once a joint has been screwed up itshall not be backed off unless the threads are recleaned and new compound applied.iv) Asbestos cement pipes310208112 (Madh NLW Jan ’09) 5 (C) - 105 Signature of Bidderwith seal & date


CMPDISocket and spigot ended pipes shall be jointed by caulkingwith tarred gasket and grouted with 1: 3 cement sand mortar.v) LeadLead and lead alloy pipes shall be jointed with wiped solderjoints.vi) ConcreteConcrete pipes may be socket and spigot ended, collar orband jointed. Jointing shall be effected by caulking with 1:3 cement sand mortar.vii) PVCManufacturer's instruction shall be followed. For beatingapproved equipment with adequate control shall be used.viii) Tyten jointManufacturer's instruction shall be strictly followed in makingsuch joints. Tyten joints shall be made by push-on type 'Tyten' rubber gasket andsuch rubber gasket shall conform to the specification stipulated by the pipemanufacturer. The tools specified by the pipe manufacturer shall be used to securethe joint fully.c) PaintingWhere mentioned in the Schedule, underground steel and castiron pipes shall be given 2 coats of bituminous paint on the outside after laying, whenpainting is to be done above ground. G.I. pipes shall be given a coat of zinc chromateprimer, C.I. & M.S. pipes shall be given one coat of best quality paint.d) Storage Tanks and Fittingsi) Pressed SteelUnless otherwise mentioned, water storage tanks shall bepressed steel tanks of nominal size and capacity as mentioned in the schedule andfabricated with all flanges external, all flanges internal, or bottom flange internal andside flanges external, as shown on approved drawing. The fabricator shall supply 6prints of fabrication drawing to the Engineer for prior approval showing thickness ofplates, method of jointing the plates, all supports, stays gussets, pads, cleats, etc.required for supporting the tanks, shall be supplied by the manufacturer, Inlet, overflow vent pipes, manholes, etc. shall be arranged and provided as shown on drawingor mentioned in the schedule. Unless otherwise specified, the outlet pipe shall be 50310208112 (Madh NLW Jan ’09) 5 (C) - 106 Signature of Bidderwith seal & date


CMPDImm above the bottom of the tank and there shall be a 150 mm free board at the topof the tank.All tanks shall be supplied with mosquito-proof covered top withmanholes not less than 450 mm diameter. Tanks deeper than 1.00 metre shall beprovided with M.S internal access ladder adjacent to the manhole. Water levelindicator shall be provided if asked for. Two coats of anti-corrosive paint over asuitable primer shall be applied to both internal and external surface of tank. Theinternal paint if used shall be such as not to impart any taste or odour to water and beof lead free composition.Erection of tanks shall be in accordance with detailed drawingsand manufacturer's instructions. The two finishing coats of paint shall be applied tooutside after erection is complete.ii) Galvanised Iron Water TankG.I water tank shall be procured from a reputed manufacturer.The design shall be good enough to withstand the loads safely. Galvanised ironwater storage tank shall be made of minimum 2 mm thick galvanised iron sheet. Plainsheets shall be fixed at the corner to angle iron frames by means of 6 mm rivets at 40mm pitch for tanks upto 1000 litres capacity and 6 mm rivets at 35 mm pitch for tanksabove 1000 litres capacity. Tanks above 1000 litres shall have 20 mm dia galvanisediron stay rods, one fixed to angle framing at top and two in the body of the tank forextra strength. Holes for riveting shall be drilled and not punched. White lead shall beapplied to the joints before riveting.If it is desired by the Engineer-in-charge that corners of tank,should be welded instead of riveted then the sheets shall be welded to form a tankand shall not have angle iron frame.Tanks shall have 400 mm dia holes at the top with hingedcovers. The covers shall be made of galvanised iron sheet with angle iron frame. Thecover shall be just loose but close fitting to keep out dust and shall not be airtight. Itshall be complete with lockable arrangement.Tanks shall be provided with rising main inlet of 40 mm diagalvanised iron pipe or as shown on drawing and 25 mm dia G.I overflow pipe. The310208112 (Madh NLW Jan ’09) 5 (C) - 107 Signature of Bidderwith seal & date


CMPDIrising main shall be connected to the tank with a ball valve near the top, whichdisconnects the supply when tank is full up to the point of overflowing.The ball valve permits the entry of water when the tank isempty and disconnects the supply when the tank is full. It consists of a hollow floatingball made of copper, plastic or hard rubber, 110 mm in diameter, attached to an armwhich is so pivoted that the end near the pivot closes the orifice of the main when theball is raised to the required height of water in the tank and opens the main as soonas the ball drops with the fall of water level as it is drawn off through the distributionpipes. The ball valve shall be fixed to the tank independent of the inlet pipe and set insuch a position that the body of the ball valve cannot submerge when the tank is fullupto the water line. The ball valve shall be so adjusted as to limit the level of thewater in the tank to 25 mm below the lip of the overflow pipe. Free surface shall beabout 15 cm above the maximum water filled level.iii) Valves, Cocks, Bib TapsAll valves, stop cocks, taps etc. shall conform to relevantIndian Standard Specifications and shall be of best quality from approvedmanufacturers. These shall be suitable for working pressures mentioned in approvalschedule. Nominal size and material shall be as per approved schedule.iv) ProtectionOpen end of each pipe shall be protected during installation bysuitable covers or plugs so that the ends, threads, socket or spigot are not damagedand no foreign material can find its way into the pipeline.Fittings and fixtures liable to be misused or stolen during theconstruction phase shall be fitted only before testing and handing over.5( C).11.30.13.3 TESTING AND ACCEPTANCEa) Inspection before InstallationAll pipes, fittings and appliances shall be inspected beforedelivery at the site to see whether they conform to accepted standards. The pipesand fittings shall be inspected on site before laying and shall be sounded to disclosecracks. Any defective items shall be clearly marked as rejected and forthwith310208112 (Madh NLW Jan ’09) 5 (C) - 108 Signature of Bidderwith seal & date


CMPDIremoved from the site.b) Testing of mains after layingAfter laying and jointing, the main shall be slowly and carefullycharged with water, so that all air is expelled from the main by providing a 25 mminlet with a stop-cock, allowed to stand full of water for a few days if time permits andthen tested under pressure. The test pressure shall be 5 Kg/cm or double themaximum working pressure, whichever is greater. The pressure shall be applied bymeans of a manually operated test pump or in the case of long mains or mains of alarge diameter, by a power driver test pump, provided that the pump is not leftunattended. In either case due precaution shall be taken to ensure that the requiredtest pressure is not exceeded. Pressure gauges shall be accurate and shallpreferably have been recalibrated before the test. The pump having been stopped,the test pressure shall maintain itself without measurable loss for at least fiveminutes. The end of the main shall be closed by fitting a water-tight expanding plugand the plug shall be secured by struts to resist the end thrust of the water pressurein the mains.c) Testing of service pipes and fittingsThe service pipes shall be slowly and carefully charged withwater allowing all air to escape avoiding all shock or water hammer. The service pipeshall then be inspected under working conditions of pressure and flow. When alldraw-off taps are closed, the service pipes shall be absolutely watertight. All piping,fittings and appliances shall be checked for satisfactory support and protection fromdamage, corrosion and frost.5(C).12 ADDITIONAL SAFETY MEASURES TO BE TAKEN BY THEBOM OPERATOR5(C).12.1 Suitable scaffolds shall be provided for workmen for all works that can notsafely be done from the ground or from solid construction except such short periodwork as can be done safely from ladders. When a ladder is used, an extra mazdoorshall be engaged for holding the ladder and if the ladder is used for carrying materials310208112 (Madh NLW Jan ’09) 5 (C) - 109 Signature of Bidderwith seal & date


CMPDIas well, suitable footholds shall be provided on the ladder and the ladder shall begiven a inclination not steeper 1/4 to 1 (1/4 horizontal and 1 vertical).5(C).12.2 Scaffolding or staging more than 3.5m above the ground or floor swing orsuspended from over head support or erected with stationary support shall have aguard fail properly attached, braced or otherwise secured at least 1m high above thefloor or platform of such scaffolding or staging and ends thereof with only suchopening as may be necessary for the delivery of materials. Such scaffolding orstaging shall be fastened as to prevent if from swaying from the building or structure.5( C).12.3 Working platform gangways and stairways shall be so constructed thatthey should not sag and if the height of the platform of the Gangway or the Stairwayis more than 3.5m above ground level or floor level they should be closely binded andshould have adequate width and should be suitably fenced as described in 5(C).12.2.5( C).12.4 Every opening in the floor of a building or in working platform be providedwith suitable means to prevent the fall of persons or materials by providing suitablefencing or railing whose minimum height shall be 1m.5( C).12.5 Safe means of access shall be provided to all working platforms and otherworking places. Every ladder shall be provided securely fixed. No portable singleladder shall be over 9m in length while the width between side rails in running laddershall in no case be less than 30cm for ladder upto and including 3m in length. Forlonger ladder this width should be increased at least 6mm for each additional 30cm oflength. Uniform step spacing shall not exceed 30cm. Adequate precautions shall betaken to prevent danger from electrical equipment. No material on any of the sites ofworks shall be taken to cause danger from electrical equipment. No materials on anyof the sites of works shall be so soaked or placed as to cause danger orinconvenience to any person or the public. The BOMO shall also provide allnecessary fencing light to protect the public from accident and shall be bound to bearthe expenses of defence of every suit; action or other proceedings at all they may bebrought by any person for injury sustaining owing to neglect to the above precautionsand to pay damage and cost which may be awarded in any such suit, action orproceedings to any such person or which may with the consent of the BOMO be paidto compromise any claim by any such person.310208112 (Madh NLW Jan ’09) 5 (C) - 110 Signature of Bidderwith seal & date


CMPDI5(C).12.6 EXCAVATION AND TRENCHINGAll trenches 1.2m or more in depth, shall at all times be supplied with atleast one ladder for each 30m in length or fraction there of. Ladder shall be extendedfrom bottom of the trench to at least 1m above the surface or the ground. The side ofthe trenches, which are 1.5m or more in depth, shall be stopped back to give suitableslope, or securely held by timber bracing, so as to avoid the danger of slides collapse.The excavated materials shall not be placed within 1.5m of the edge of the trench orhalf of the trench whichever is more. Cutting shall be done from top to bottom. Underno circumstances undermining or undercutting shall be done.5(C).12.7 DEMOLITIONthe work:Before any demolition work is commenced and also during the process of5(C).12.7.1 All road and open areas adjacent to the work site shall either be closedor suitably protected.5(C).12.7.2 No electric cable or apparatus, which is liable to be a source of danger ora cable or apparatus used by the operator, shall remain electrically charged.5(C).12.7.3 All possible steps shall be taken to prevent danger to persons employedfrom risk of life from explosion, or flooding. No floor, roof or other part of the buildingshall be so overloaded with debris or materials as to tender it unsafe.5(C).12.8 PERSONAL SAFETY EQUIPMENTSAll necessary personal safety equipment as considered adequate by theEngineer-in-charge should be kept available for the use of the persons employed onthe site and maintained in a condition suitable for immediate use and the BOMOshould take adequate steps to ensure proper use of equipment by those concerned.5(C).12.8.1 Workers employed for mixing asphalt, materials, cement and limemortars shall be provided with protective footwear and protective gloves.310208112 (Madh NLW Jan ’09) 5 (C) - 111 Signature of Bidderwith seal & date


CMPDI5(C).12.8.2 Those engaged in white washing and mixing or stacking of cement bagsor any materials, which is injurious to the eyes, shall be provided with protectivegoggles.5(C).12.8.3Those engaged in welding works shall be provided with welders glass.5(C).12.8.4 Stone breakers shall be provided with protective goggles and protectiveclothing, and seated at sufficiently safe intervals.5(C).12.8.5 When workers are employed in sewers and manholes, which are in usethe BOMO shall ensure that the manhole covers are opened and are ventilated atleast for an hour before the workers asked to get into the manholes, and themanholes so opened shall be cordoned off with suitable railing and provided withwarning signals or boards to prevent accident to the public.5(C).12.8.6 The BOMO shall not employ men below the age of 18 years and womenon the work of painting with products containing lead in any form whenever manabove the age of 18 are employed for the work of lead painting the followingprecautions should be taken:5(C).12.9 PAINTING5(C).12.9.1 No paints containing lead or lead products should be used except in theform of paste or ready-made paint.5(C).12.9.2 Suitable face masks should be supplied for use to the workers whenpaint is applied in the form of spray or a surface having lead paint dry rubbed andscrapped.5(C).12.9.3 Overalls shall be supplied by the BOMO to the workmen and adequatefacilities shall be provided to enable the working painters to wash during the processof work.5(C).12.10 When the work is done near any place where there is a risk of drowningnecessary equipment should be provided and kept ready. Prompt rescue of anyperson in danger and adequate provision should be made for prompt first-aidtreatment of all injuries like to be sustained during the course of the work.310208112 (Madh NLW Jan ’09) 5 (C) - 112 Signature of Bidderwith seal & date


CMPDI5(C).12.11HOISTING MACHINEUse of hoisting machines and tackles including their attachment,anchorage and supports shall conform to the following standard or conditions.5(C).12.11.1 These shall be of good mechanical construction, sound materials andadequate strength and free from Patent defect and shall be kept in good workingorder.5(C).12.11.2 Every rope used in hoisting or lowering materials or as a means ofsuspension shall be of durable quality and adequate strength and free from patentdefects.5(C).12.11.3 Every crane driver or hoisting appliance operator shall be properlyqualified and no person under an age 21 years should be in-charge of any hoistingmachine including scaffold and one who gives signals to operator.5(C).12.11.4 In case of every hoisting machine and of every chain ring hook, shackleswivel and pulley block used in hoisting or lowering or means of suspension, the safeworking load shall be ascertained by adequate means. Every hoisting machine andall referred to above shall be plainly marked with safe working load. In case of ahoisting machine having a variable safe working load, each safe working load and theconditions under which it is applicable shall be clearly indicated beyond the safeworking load except for the purpose of testing.5(C).12.11.5 In case of departmental machines, the safe working load shall bemodified by the Electrical Engineer-in-charge. As regards BOMO’s, machine, theBOMO shall notify the safe working load of the machine to the Engineer-in-chargewhenever he brings any machinery to site of work and get it verified by the ElectricalEngineer concerned.5(C).12.11.6 Gearing, Transmission, Electric wiring and other dangerous parts ofhousing appliance should be provided with efficient safeguard. Hoisting appliancesshould be provided with such means as shall reduce risk of a accidental descent ofthe load. Adequate precautions should be taken to reduce to the minimum risk or anypart of suspended load becoming accidentally displaced.310208112 (Madh NLW Jan ’09) 5 (C) - 113 Signature of Bidderwith seal & date


CMPDI5(C).12.11.7 When workers are employed on electrical installation, which are alreadyenergised, insulating mats, wearing apron such as gloves, sleeves, and boots as maybe necessary should be provided. The workers should not wear any rings, watches,and carry keys or other materials, which are good conductors of electricity.5(C).12.12All scaffolds, ladders and other safety devices mentioned or describedherein shall be maintained in safe condition and no scaffolds, ladder or equipmentshall be altered or removed while it is in use. Adequate washing facilities shall beprovided at or near places of work.5(C).12.13These safety provision shall be brought to the notice of all concerned bydisplay on a Notice Board at a prominent place at the work spot. The personsresponsible for compliance of the safety code shall be named there by the BOMO.5(C).12.14To insure effective enforcement of the rules and regulations relating toSafety Precautions, the arrangements made by the BOMO shall be open toinspections by the Labour Officer, Engineer-in-charge of the department or theirrepresentative.5(C).12.15Notwithstanding the above clause from 12.1 to 12.14 there is nothing inthese to exempt the BOMO from operation of any other Act or Rule in force inRepublic of India.5 (C).13 LIST OF IS CODESAll the Civil Engineering works shall be carried out in accordance with thelatest Civil Engineering practices and as per relevant IS codes (latest version).Materials shall be of the best approved quality and shall comply with the respectivelatest IS codes. Wherever no Indian Standard is available, International Standardsmay be followed only on approval from the owner. Following are the list of someimportant relevant IS codes for various Civil Engineering works:5(C).13.1 SOIL INVESTIGATIONIS: 1888 - Method of Load Tests on soils.IS: 2131 - Standard penetration test310208112 (Madh NLW Jan ’09) 5 (C) - 114 Signature of Bidderwith seal & date


CMPDIIS: 1892 - Subsurface investigation for foundationIS: 149 - Classification and identification of soils for generalengineering purposesIS: 2720 (All parts) -Method of test for soils.5(C).13.2 PREPARATION OF SITE AND EARTHWORK IN FOUNDATION ANDTRENCHESIS: 1498 - Classification and identification of soils for generalengineering purposes IIS: 3764 - Safety Code for excavation work.IS: 7293 - Safety code for working with constructionmachinery5(C).13.3 CEMENT CONCRETE (PLAIN AND REIN<strong>FOR</strong>CED)IS: 269 - Specification for 33 grade ordinary Portland cement.IS: 8112 - Specification for 43 grade ordinary Portland cement.IS: 12269 - Specification for 53 grade ordinary Portland cement.IS: 455 - Specification for Portland slag cement.IS: 1489 (Part I & Part II) - Specification for Portland Pozzolanacement.IS: 383 - Specification for coarse and fine aggregatesfrom natural source for concrete.IS: 432 (All parts) - Specifications for mild steel and mediumtensile steel bars and hard-drawn steel wire forconcrete reinforcement.Part - I - Mild Steel and medium tensile bars.Par t- II - Hard drawn steel wire.IS: 456 - Code of practice for plain and reinforced concrete forgeneral building construction.IS: 516 - Methods of tests for strength of concrete.IS: 1199 - Methods of sampling and analysis of concrete.IS: 1200 - Method of measurement of building and civilengineering works (Part 1 to 28)IS: 1322 - Specification for bitumen felts for waterproofing and310208112 (Madh NLW Jan ’09) 5 (C) - 115 Signature of Bidderwith seal & date


CMPDIdamp proofingIS: 1566 - Specification for hard--drawn steel wire fabric forconcrete reinforcement.IS: 1786 - Specification for cold twisted steel bars for concreteIS: 1838 - Performed fillers for expansion joints in concrete nonextrudingand resilient type (Bitumen Impregnatedfibre).IS: 1834 - Specification for hot-applied sealing compounds forjoints in concrete.IS: 2386 - Methods of test for aggregates for concrete (Part 1 to8)IS: 2502 - Code of practice for bending and fixing of bars forconcrete reinforcement.IS: 2751 - Code of practice for welding of mild steel plain anddeformed bars for reinforced concrete construction.IS: 2911 - Code of practice for design and construction of pilefoundation.IS: 3067 - Code of practice of general design details andpreparatory work for damp proofing andwaterproofing of buildings.IS: 3370 (Part-1 & II) - Code of Practice for concrete structure for the storageof liquidsIS: 8041 - Rapid hardening Portland cement.5(C).13.4 BRICKWORKIS: 269 - Portland cement (33 grade)IS: 8112 - Portland cement (43 grade)IS: 455 - Portland Slag cement.IS: 1489 (part I & Part II) - Portland Pozzolana cement.IS: 383 - Sand for construction purpose.IS: 1077 - Specifications for common burnt clay building bricks.IS: 2212 - Code of Practice for Brickwork.5(C).13.5 FABRICATION AND ERECTION OF STEEL STRUCTURE310208112 (Madh NLW Jan ’09) 5 (C) - 116 Signature of Bidderwith seal & date


CMPDIIS: 808 - Dimension for hot rolled steel beam, channel andangle Sections.IS: 2062 - Steel for general structural purpose – specificationIS: 1977 - Low tensile Structural steel - specificationIS: 1148 - Hot-rolled rivet bars (up to 40 mm diameter forstructural purposes).IS: 1149 - High tensile rivet bars for structural purposes.5(C).13.6PLASTERING & PUNNINGIS: 1661 - Code of practice for application of cement andcement-lime plaster finish on walls and ceilingsIS: 4101 - Code of practice for external facings and veneers.5(C).13.7 FLOORINGIS: 1196 - Code of practice for laying bitumen mastic flooring.IS: 1197 - Code of practice for laying of rubber floors.IS: 1237 - Cement concrete flooring tiles.IS: 1443 - Code of practice for laying and finishing of cementconcrete flooring tiles.IS: 2114 - Code of practice for laying in situ terrazzo floor finishIS: 2571 - Code of practice for laying in situ cement concreteflooringIS: 3461 - PVC asbestos floor tiles.IS: 4860 - Specification for acid resistant bricks.IS: 5318 - Code of practice for laying of flexible PVC sheet andtile flooring.IS: 5491 - Code of practice for laying in situ granolithic concretefloor topping5(C).13.8 STEEL DOORS, WINDOWS, VENTILATORS, ROLLING SHUTTERS, MS GRILLS ETCIS: 1038 - Steel doors, windows and ventilators.IS: 1081 - Code of practice for fixing and glazing of metal (Steeland aluminium) doors, windows and ventilators.310208112 (Madh NLW Jan ’09) 5 (C) - 117 Signature of Bidderwith seal & date


CMPDIIS: 1361 - Steel windows for industrial buildings.IS: 4351 - Steel door frames- specificationIS: 6248 - Metal rolling shutters and rolling grills.5(C).13.9 ALUMINIUM DOORS, WINDOWS AND GLAZINGIS: 3548 - Code of practice for glazing in buildings.IS: 1038 - Code of practice for fixing & glazing metal doors,windows and ventilators5(C).13.10PAINTINGIS: 1477 (I & II) -IS: 2395 (I & II) -Code of practice for painting ferrous metals inbuildings.Code of practice for painting concrete, masonry andplaster surfaces.IS: 2932 - Specification for enamel, synthetic exterior,undercoating b) finishingIS: 2933 - Specification for enamel exterior, undercoating b)finishingIS: 5410 - Specification for cement paint colour as required.5(C).13.11 CARPENTRY AND JOINERYIS 2191 - Wooden flush door shutters (cellular and hollow coretype.).IS 2202 - Wooden flush door shutters (Solid core type.)IS 4021 - Timber door, window and ventilator frames.IS 1003 - Timber panelled and glazed shutter.5(C).13.12 ROOF WATERPROOFING WITH BITUMEN, INSULATION ANDALLIED WORKSIS: 73 - Paving Bitumen.IS: 702 - Industrial Bitumen.IS: 1203 - Determination of penetration.IS: 1322 - Bitumen felts for waterproofing and damp proofing.310208112 (Madh NLW Jan ’09) 5 (C) - 118 Signature of Bidderwith seal & date


CMPDIIS: 1346 - Code of practice for waterproofing of roofs withBitumen felts.5(C).13.13 DRAINAGE AND SANITARY FITTINGSIS: 1172 - Code of basic requirements for water supplydrainage & sanitation.IS: 1200 - Laying of water and sewer lines includingappurtenant items.IS: 1239 - Mild Steel tubes and mild steel tubular and otherwrought steel pipe fittings.IS: 1536 - Centrifugally cast (Spun) iron pressure pipes forwater gas & sewage.IS: 1537 - Vertically cast iron pressure pipes for water, gas &sewage.IS: 3486 - Cast iron spigot and socket drain pipes.IS: 3589 - Steel pipes for water & sewage (168.3mm to 2540mm nominal dia).IS: 1742 - Code of practice for building drainage.IS: 5329 - Code of practice for sanitary pipe work above groundfor buildings.IS: 2470 - Code of practice for installation of septic tank (Part I& II).IS: 3076 - Low density polyethylene pipes for potable watersupplies.IS: 4984 - High density polyethylene pipes for water supplies.IS: 1538 - Cast iron fittings for pressure pipes for water, gas &sewage.IS: 3989 - Centrifugally cast (spun) iron spigot & socket soilwaste and Ventilation pipes, fittings and accessories.IS: 1230 - Cast iron rainwater pipes and fittings.IS: 1729 - Sand cast iron spigot and socket soil, waste andventilating pipes and fittingsIS: 1626 - Asbestos cement building pipes pipe fittings, gutters& fittings – specification310208112 (Madh NLW Jan ’09) 5 (C) - 119 Signature of Bidderwith seal & date


IS: 458 - Concrete pipes (with & without reinforcement).IS: 783 - Code of practice for laying of concrete pipes. IIS: 651 - Salt glazed stoneware pipes & fittings.CMPDIIS: 4127 - Code of practice for laying of glazed stonewarepipes.IS: 1726 - Cast iron manhole covers and framesIS: 5219 (Part-I) -‘P’ & ‘S’ traps.IS: 771 - Glazed fireclay sanitary appliances.IS: 772 - General requirements of enamelled cast iron sanitaryappliances.IS: 774 - Flushing cistern for water closets & urinals (otherthan plastic cistern)IS: 775 - Cast iron brackets & supports for wash basins andsinks.IS: 2548 - Plastic seats and covers for water closet.IS: 2527 - Code of practice for fixing rainwater gutters anddown pipes for drainage.IS: 784 - Pre-stressed concrete pipes including fittings5(C).13.14 WATER SUPPLY WORKSIS: 2065 - Code of practice for water supply in buildings.IS: 1172 - Code of basic requirements for water supply,drainage and sanitation.IS: 1200 (part-XVI) - Laying of water and sewer lines includingappurtenant items.IS: 1239 - Specification for Mild Stub Tubes and Mild StubTubular and other Wrought Stub pipe fittings.IS: 1536 - Specification for centrifugally cast (spun) ironpressure pipes for water gas and sewage.IS: 1537 - Specification for vertically cast iron pressure pipe forwater, gas & sewage.IS: 3486 - Specification for cast iron spigot and socket drainpipes ).310208112 (Madh NLW Jan ’09) 5 (C) - 120 Signature of Bidderwith seal & date


CMPDIIS: 3589-Specification for electrically welded steel pipe forwater, gas and sewage (168.3mm to 2540 mmnominal diameter).IS: 784 - Prestress concrete pipes.IS: 458 - Concrete pipes (with or without reinforcement).IS: 783 - Code of practice for laying of concrete pipes.IS: 1592 - Asbestos cement pressure pipes. and jointsIS: 1626 - Asbestos cement pipes and pipe fittings gutters andfittingsIS: 404 - Lead pipes.IS: 3076 - Low density polyethylene pipes for potable watersupplies.IS: 4984 - High density polyethylene pipes for potable watersupplies.IS: 2501 - Copper tubes for general engineering purposes.IS: 407 - Brass tubes for general engineering purposes.IS: 1230 - Cast iron rain water pipes and fittings.IS: 804 - Rectangular pressed steel tanks.310208112 (Madh NLW Jan ’09) 5 (C) - 121 Signature of Bidderwith seal & date


SECTION – 5 (D)CMPDIPER<strong>FOR</strong>MANCE GUARANTEES OF PLANT & EQUIPMENT(Bidder is to fill up the blanks before submitting the offer except specifically mentioned otherwise)5(D).1 OBJECTIVEThe objective of setting up of washery for washing 5.0 Mtpa NLW coal isto produce saleable washed coal with targeted ash of 18.0 % and middlings with ashless than 40 % (both on as produced basis) to supply them to the linked consumer(s)of <strong>BCCL</strong>.To meet the above objective of the plant, the Bidders shall have to fulfillthe requirement of performance guarantees of the main equipment, sub-system andthe washery as a whole. The Bidders shall have to make adequate arrangement forsampling points at the strategic locations to enable collection of samples for analysisduring Performance Guarantee Tests (PGT), wherever sampling is required forevaluation/ demonstrati.on of the performance parameters.The Bidder shall guarantee the performance in terms of the total plantkeeping in view the above objectives. In addition to the above, the performanceguarantees of individual equipment of the plant, shall also be given by the Bidder interms of capacity and other parameters, as per the proforma given in this Section.5(D).2 PER<strong>FOR</strong>MANCE GUARANTEEThe Bidders shall guarantee the performance in terms of the overallthroughput capacity and individual equipment in terms of capacity & otherparameters as specified hereafter:5(D).2.1 A) OVERALL SYSTEM GUARANTEEThe selected bidder shall guarantee the performance of overall systemand product quality as specified hereafter. The format for furnishing the PerformanceGuarantee parameters are given in Appendix -10 A & 10 B. Unless otherwise stated,the bidder shall guarantee the parameters given hereafter.310208112 (Madh NLW Jan ‘09) 5(D) -1 Signature of Bidderwith Seal & Date


CMPDIi. Annual throughput capacity : 5.0 Mt of raw coal (as received basis)(on the basis of 5000 annualoperation hrs.)ii Hourly throughput capacity : 1000 tonnesin terms of raw coaliii. Cushion in Design :All equipment as well as overall system of washery shall have provisionof cushion in design for + 20% intermittent fluctuation with safemechanical operation.iv. Guaranteed yield% (dry) at : ………targeted washed coal ash%[on the basis of average rawcoal ash (dry) on monthly basis,refer appendix-2A & 2B]v. Guaranteed yield% (dry) at : ………targeted middlings ash%[on the basis of average raw<strong>Coal</strong> ash (dry) on monthly basisRefer appendix-2A & 2B]vi. Power consumptionvii. Water consumption: …… kWh/ tonne of raw coal input tothe plant.: …….cum/ tonne of raw coal input to theplant & ……….. cum/ hour at normalcapacityviii. Capacity and Operating Conditions of different sections of the <strong>Coal</strong>Washery shall be as follows: Raw <strong>Coal</strong> Section- Hourly Capacity : ……… tonnes- No. of shifts per day : 3 Washing Section- Hourly Capacity : 1000 tonnes- No. of shifts per day : 3- Effective working hrs. per year : 5000 Delivery Section of washed coal- Designated delivery places for : Loading Hoppers of Fastwashed coalLoading System at existingrailway siding of MadhubandWashery of <strong>BCCL</strong>310208112 (Madh NLW Jan ‘09) 5(D) -2 Signature of Bidderwith Seal & Date


CMPDI- Hourly Capacity : ……… tones (as per offer of thebidder)- No. of Working days per year : 365- No. of shifts per day : 3- No. of hours per shift : 8 Delivery Section of middlingsb) Product Quality- Designated delivery places for : Loading Hoppers of FastmiddlingsLoading System at existingrailway siding of MadhubandWashery of <strong>BCCL</strong>- Hourly Capacity : ……… tonnes (as per offer of thebidder)- No. of Working days per year : 365- No. of shifts per day : 3- No. of hours per shift : 8i. Targeted Ash % of : 18.0 % (as produced basis)washed coalii. Total moisture% of washed coal : Maximum total moisture in washedcoal shall not exceed 9.5 % on asproduced basis.iii. Targeted Ash % of : Max. upto 40.0 % (as producedMiddlingsbasis)5(D).2.2iv. Total moisture% of middlings :Maximum total moisture in middlingsshall not exceed 9.0 % on asproduced basis.v. Ash percentage of rejects :……… (as indicated by the bidder‘on as produced basis’) Ash %,should be as high as possiblepreferably more than 60%.Main EquipmentThe Performance Guarantee of the following equipment would be given bythe Bidder. Performance Guarantees of main equipment have been specifiedhereafter which the Bidder will have to fulfill.310208112 (Madh NLW Jan ‘09) 5(D) -3 Signature of Bidderwith Seal & Date


CMPDIi) Crusher (Type Twin Shaft Sizer/ Single Roll/Double Roll/ Impact* etc.) : ……..Normal capacity per unit (tph) : ……..(within limit of guarantee)Product size (mm) : ……..Percentage of oversize in the product : Not more than 5%Percentage of -0.5mm size in the product : Not more than 5%ii)Jig (air chamber under the jig bed)Normal capacity for jig per unit (tph) : ……..Imperfection value (I M ) of the jig : 0.12 – 0.14 (forCoarse coal jig): 0.16 – 0.18 (for Smallcoal jig)iii) Heavy Media Bath/ Drum Separator*Normal Capacity per unit (tph) : ……..E-cart probable (E P ) Value : 0.07 – 0.08iv) Heavy Media CyclonesNormal Capacity per unit (tph) : ……..Diameter (mm) : ……..E-cart probable (E P ) Value : 0.04 – 0.045 (for dia.upto …… mm)v) Spiral ConcentratorNo. of start per spiral :Normal Feed rate (per start) :……tph of dry solidsE-cart probable ( Ep ) Value :vi) Froth FlotationNormal Capacity per bank: ……….tph of dry solids310208112 (Madh NLW Jan ‘09) 5(D) -4 Signature of Bidderwith Seal & Date


CMPDIThe Bidder shall furnish/ confirm efficiency guarantee for the washing unitsi.e. two/ three product Jig and HM Cyclones in terms of I M and E P values respectivelyin addition to percentage misplaced material at different NGMs.The proforma for furnishing efficiencies for above mentioned washingmachines are given below:NGM%Jig HM Drum HM Bath HM Cyclone% misplacedmaterialNGM% % misplacedmaterialNGM% % misplacedmaterialNGM% % misplacedmaterialWashing Unit - JigFeed size : ……….mm , Sp. Gravity Range : 1.40 to 2.00 (at interval of 0.05)Specific Gravity ofseparation1.401.451.501.551.601.651.701.751.801.851.901.952.00Imperfection310208112 (Madh NLW Jan ‘09) 5(D) -5 Signature of Bidderwith Seal & Date


CMPDIWashing Unit - HM DrumFeed Size : …………. mmGravity Range : ………….. to ……………. (at interval of 0.05)Specific Gravityof separationE P(Ecart probable)Washing Unit - HM BathFeed Size : ………….mmGravity Range : ………….. to ……………. (at interval of 0.05)Specific Gravityof separationE P(Ecart probable)Washing Unit - HM CycloneFeed Size : ………….mmGravity Range : ………….. to ……………. (at interval of 0.05)Specific Gravityof separationEp(Ecart probable)310208112 (Madh NLW Jan ‘09) 5(D) -6 Signature of Bidderwith Seal & Date


CMPDIv) Screena) Coarse screening (i.e. + 0.5 mm) by (Vibrating/ reciprocating* etc.)Type : ………..Feed size (mm) : ………..Screen at (mm) : ………..Normal Capacity per unit (tph) : ………..(within limit of guarantee)Oversize Wt% in underflow : ………..Undersize Wt% in overflow : ………..Note: The screening efficiency depends on moisture content in feed and hence theperformance guarantee of screen at different moisture contents i.e. 3%, 5%, 7%, 9%would be acceptable as given hereafter.Total3% 5% 7% 9%moistureo/sWt%u/sWt%o/sWt%u/sWt%o/sWt%u/sWt%o/sWt%u/sWt%Overflow x 5 - 7 x 5 - 7 x 5 - 7 x 5 - 7Underflow Lessthan 3x x x Lessthan 3x Lessthan 3xb) Fine screening (i.e. - 0.5 mm) by High Frequency ScreenType : ………..Feed size (mm) : ………..Screen at (mm) : …………..Normal Capacity per unit (tph) : ………(within limit of guarantee)Moisture% in dewatered product :


vii) Centrifuge (for fine coal)a) Solid BowlFeed size: …….. mmNormal Capacity per unit (tph) : ……..(within limit of guarantee)Total moisture in dewatered product (%) : < 30%Solids content in effluents (%) : 0.8 -2b) Screen BowlFeed size: …….. mmNormal Capacity per unit (tph) : ……..(within limit of guarantee)Total moisture in dewatered product (%) : < 18%Solids content in effluents (%) : 2 – 3CMPDIviii) Magnetic SeparatorThe separator shall work in such a way that overall recovery of magneticmaterial is always 99% or above and the concentrate shall not containmore than 1.0% of non-magnetic material.ix) High frequency ScreenThe dewatering screen shall be capable of handling the product fromclassifying cyclone underflow. The moisture of the dewatered product shallbe less than 34%. The equipment will be liable for rejection if the moistureof the dewatered product exceeds beyond 34%.x) Belt Filter PressThe dewatering equipment shall be capable of handling thickenerunderflow having higher percentage of ultrafines. The moisture of thedewatered product shall be less than 30%. The equipment will be liable forrejection if the moisture of the dewatered product exceeds beyond 30%.310208112 (Madh NLW Jan ‘09) 5(D) -8 Signature of Bidderwith Seal & Date


CMPDIxi) Horizontal Travelling Vacuum Belt FilterThe dewatering equipment shall be capable of handling thickenerunderflow having higher percentage of ultrafines. The moisture of thedewatered product shall be less than 25%. The equipment will be liable forrejection if the moisture of the dewatered product exceeds beyond 25%.Note : The blanks to be furnished by the Bidder.5(D).3 TESTS LIKE START-UP, TRIAL OPERATION &PER<strong>FOR</strong>MANCE GUARANTEE TESTS (PGT)5(D).3.1 The final test as to the performance guarantees shall be conducted at siteby the BOMO in presence of the Owner. Such tests will be commenced within aperiod of two (2) weeks after successful completion of trial operations. Any extensionof time beyond the above two (2) weeks shall be mutually agreed upon.5(D).3.2 These tests shall be binding on both the parties of the contract todetermine compliance of the equipment with the performance guarantees.5(D).3.3 The available instrumentation and control equipment will be used duringsuch tests and the BOMO shall use all calibrated measuring equipment and devicesas far as practicable. However, un-measurable parameters shall be taken intoaccount in a reasonable manner by the EIC for the equipment of these tests. Thetests will be conducted at the specified load points and as near the specified cyclecondition as practicable. The engineer will apply proper corrections in calculation, totake into account conditions which do not correspond to the specified conditions.5(D).3.4 All the equipment including any special equipment, tools & tackles andother facilities required for the successful completion of the performance guaranteetests shall be provided by the BOMO, free of cost.5(D).3.5 The guaranteed performance figures of the equipment shall be proved bythe BOMO during these performance guarantee tests. Should the results of thesetests show any decrease from the guaranteed values, the BOMO shall modify theequipment as required to enable it to meet the guarantees. In such case,performance guarantee tests shall be repeated within one month, from the date theequipment is ready for re-tests and all cost for modifications including labour,310208112 (Madh NLW Jan ‘09) 5(D) -9 Signature of Bidderwith Seal & Date


CMPDImaterials and the cost of additional testing to prove that the equipment meets theguarantees, shall be borne by the BOMO. Duration of performance guarantee testswill be of one month of which 6 (six) days continuous on load operation is theminimum requirement and in case it fails, the process of performance guaranteetests will be repeated.5(D).3.6The specific tests to be conducted on equipment has been brought out inthe technical specifications.5(D).3.7Performance and guarantee test shall make allowance for instrumentationerrors as may be decided by the EIC.5(D).3.8Test Codes: The provisions outlined in the ASME performance test codesor other international and Indian approved equivalents shall generally be used as aguide for all the above test procedures unless otherwise specified in the technicalspecifications.5(D).45(D).4.1LIQUIDATED DAMAGELiquidated Damage for Shortfall in Guaranteed OutputThe Bidder shall guarantee for throughput of not less than 100 % of thedesigned capacity of the plant. In case of shortfall from the guaranteed throughputupto 95%, the Bidder shall pay “Liquidated damages” at the rate of ½% of thecontract value towards setup for every 1% decrease. Throughput capacity below95% will not be acceptable.5(D).4.2Liquidated Damage for Shortfall of Guaranteed PerformanceThe liquidated damage for shortfall of performance of the individualequipment are given hereafter:5(D).4.2.1 CrusherOversize fractions and generation of fines in the crushed product shall notexceed 5.0%.310208112 (Madh NLW Jan ‘09) 5(D) -10 Signature of Bidderwith Seal & Date


CMPDIFailing to prove the above guarantees, penalties will be imposed on theBOMO as given below:Percentage of oversizePenalty as % ofin the crushed productequipment priceAbove 5.0 upto & including 6.0 1.5Above 6.0 upto & including 8.0 2.0Above 8.0 upto & including 10.0 3.0Above 10.0 upto & including12.0 4.0Above 12.0Rejection of equipmentPercentage ofminus 0.5mm in the crushed productPenalty as % ofequipment priceAbove 5.0 upto & including 6.0 1.0Above 6.0 upto & including 7.0 1.5Above 7.0 upto & including 8.0 2.25Above 8.0 upto & including 9.0 3.5Above 9.0 upto & including 10.0 5.0Above 10.0 upto & including11.0 7.0Above 11.0Rejection of equipmentIf the oversize fraction in the crushed product exceeds 12.0% then theequipment shall be liable for rejection. If the minus 0.5 mm fraction in the crushedproducts exceeds 11.0% then the equipment shall be liable for rejection.5(D).4.2.2 Jiga) For Coarse <strong>Coal</strong>Guaranteed Imperfection value (I M ) : 0.12Maximum Acceptable Imperfection value (I M ) : 0.14(with penalty)b) For Small <strong>Coal</strong>Guaranteed Imperfection value (I M ) : 0.16Maximum Acceptable Imperfection value (I M ) : 0.18(with penalty)310208112 (Madh NLW Jan ‘09) 5(D) -11 Signature of Bidderwith Seal & Date


CMPDIFailing to prove the above guaranteed imperfection value, penalties will beimposed on BOMO in the manner as mentioned hereafter.a) For Coarse <strong>Coal</strong>Imperfection value (I M )Penalty as % ofequipment priceAbove 0.12 upto & including 0.13 2.0Above 0.13 upto & including0.14 4.0Above 0.14b) For Small <strong>Coal</strong>Rejection of equipmentImperfection value (I M )Penalty as % ofequipment priceAbove 0.16 upto & including 0.17 2.0Above 0.17 upto & including0.18 4.0Above 0.18Rejection of equipment5(D).4.2.3 HM Bath/ DrumGuaranteed Ecart Probable (E P ) : 0.07Maximum acceptable Ecart Probable value : 0.08(with penalty)Failing to prove the above guaranteed Ecart probable value, penalties willbe imposed on the BOMO in the manner as mentioned hereafter.Ecart Probable (E P )Penalty as % ofequipment priceAbove 0.070 upto & including 0.071 0.5Above 0.071 upto & including 0.072 1.0Above 0.072 upto & including 0.073 2.0Above 0.073 upto & including 0.074 3.5Above 0.074 upto & including 0.075 4.5Above 0.075 upto & including 0.076 5.5Above 0. 076 upto & including 0.077 6.5Above 0. 077 upto & including 0.078 7.5Above 0. 078 upto & including 0.079 8.5Above 0. 079 upto & including 0.080 9.0Above 0. 08Rejection of equipment310208112 (Madh NLW Jan ‘09) 5(D) -12 Signature of Bidderwith Seal & Date


5(D).4.2.4 HM CycloneCMPDIGuaranteed Ecart Probable (E P ) : 0.04Maximum acceptable Ecart Probable value : 0.045(with penalty)Failing to prove the above guaranteed Ecart probable value, penalties willbe imposed on the BOMO in the manner as mentioned hereafter.Ecart Probable (E P )Penalty as % ofequipment priceAbove 0.04 upto & including 0.041 0.5Above 0.041 upto & including 0.042 1.0Above 0.042 upto & including 0.043 2.0Above 0.043 upto & including 0.044 3.5Above 0.044 upto & including 0.045 5.5Above 0.045Rejection of equipment5(D).4.2.5 Spiral ConcentratorGuaranteed E-cart probable (Ep) value : --------- (to be quoted by thebidder)Failing to prove the guaranteed Ep value for Spiral, penalty will be imposed on theBOMO as given below:Ecart Probable (E P )Penalty as % ofequipment priceAbove Guaranteed Ep upto & including Guaranteed Ep+0.01 : 1Above Guaranteed Ep+0.01 upto & including Guaranteed Ep+0.02 : 2Above Guaranteed Ep+0.02 upto & including Guaranteed Ep+0.03 : 3Above Guaranteed Ep+0.03 upto & including Guaranteed Ep+0.04 : 4Above Guaranteed Ep+0.04: Rejectionof equipment310208112 (Madh NLW Jan ‘09) 5(D) -13 Signature of Bidderwith Seal & Date


CMPDI5(D).4.2.6 Froth FlotationAsh % of Flotation Tailings : Should be more than 60%Failing to prove the above guarantee, penalties will be imposed on the BOMOas given below:Ash % of Flotation TailingsPenalty as % ofequipment priceAbove 59% upto & including 60% 1.5Above 58% upto & including 59% 2.0Above 57% upto & including 58% 3.0Above 56% upto & including 57% 4.0Above 55% upto & including 56% 5.0Below 55% & including 55 %Rejection of equipment5(D).4.2.7 Centrifuges (for small coal)Total moisture content of dewatered product : 10.0%If the moisture content of the dewatered product goes above 10% then theequipment shall be liable for rejection.5(D).4.2.8 Centrifuge (for fine coal)a) Solid BowlTotal moisture in dewatered product (%) :


CMPDIFor Dewatering Equipment for fine coal mentioned under item no. ix, x &xi of Cl. No.5(D).2, if the moisture content of the dewatered product & solid contentin the effluents goes beyond the stipulated parameters, the equipment will be liablefor rejection.5(D).4.2.9 Magnetite ConsumptionThe BOMO shall guarantee that consumption of magnetite per tonne ofraw coal feed to the washery is not more than 1.0 Kg.5(D).4.2.10Other Equipment (Not Listed)Bidders shall quote the Specifications & Guarantee parameters of thewashing equipment which are not listed in Cl. No. 5(D).2 and also furnish thedocumentary evidences for such Guarantee parameters for satisfactory running ofthe equipment. Failing to prove the Guaranteed Parameters, the equipment shall berejected.5(D).4.3Liquidated damages for not meeting performance guarantee of theequipment during the performance guarantee tests shall be assessed and recoveredfrom the BOMO, as detailed in the Bid Document. Such liquidated damages shall bewithout any limitation whatsoever and shall be in addition to damages, if any payableunder any other clauses of the Bid Document.Liquidated damage on delay in completion of the project is to be dealtseparately and will not be linked with each other in any manner.5(D).5GENERAL GUARANTEEThe BOMO shall guarantee the plant and equipment and successfuloperation of the complete plant. The terms of guarantee are also given in Cl. No.4(A).29 under Section – 4(A), ‘General Terms and Conditions of Contract’ of this BidDocument.5(D).6POWER CONSUMPTIONThe Bidder shall indicate and guarantee the power consumption, in termsof kWh per tonne of raw coal to the Plant, at normal capacity.310208112 (Madh NLW Jan ‘09) 5(D) -15 Signature of Bidderwith Seal & Date


CMPDI5(D).7 WATER CONSUMPTIONThe Bidder shall also indicate and guarantee the water consumption interms of cubic meter per tonne of raw coal and also for normal capacity of the plant interms of cubic meter per hour.* Strike out whichever is not applicable.310208112 (Madh NLW Jan ‘09) 5(D) -16 Signature of Bidderwith Seal & Date


SECTION – 6(PRICE BID)310208112 (Madh NLW Jan ‘09) Signature of Bidderwith Seal & Date


CMPDISECTION – 6PRICE BID(Bidder is to fill up the blanks before submitting the offer except specifically mentioned otherwise)6.1 BID PRICEa) ‘Bid price’ shall mean price quoted by the Bidder(s) towards the (i) costfor setting up of the washery including cost of critical spares for two years (i.e. ProjectCapital Cost) and (ii) washing charges (including operation & maintenance) for firstyear of commercial operation. The currencies of bid and payment will be inaccordance with the provisions contained at Cl. No(s) 4(A).36.7.2.1, 4(A).36.7.2.2 &4(A).46 of RFP document.b) In case of discrepancy between unit price and total price, the total pricederived from the unit price & quantity shall prevail, wherever applicable.c) For the purpose of quoting price offer, the Bid Price will consider andinclude all the components of Statutory Levies like Custom duty, Excise duty, SalesTax, Work Contract Tax, Service tax & Education Cess, likely to be levied andgoverned under Indian Law and Ocean Freight & Insurance, apart from other suchcomponents as applicable in the foreign country of origin including all incidentalexpenditure like Packing, Clearing & Port Handling Charges, Wharfage, InlandInsurance, Inland Freight, Inland Transportation etc. for execution of the subjectwork. In case of any default in the inclusion of any of the applicable statutory taxcomponent in the Price Bid, the Financial Evaluation of this Price Offer will considerthe quoted price as all inclusive unless sufficient justifications are established to thesatisfaction of <strong>BCCL</strong> by the Bidder for their non-compliance of the same.d) In case the Bidder being a Subsidiary company, submitting its Biddocument on the financial strength and/ or technical competence of its holdingcompany, it has to obtain and produce a Letter of Undertaking to the effect that incase of any untoward happenings towards the successful execution of the contractand/ or event occurring that are distinct and different from the stipulated terms andconditions of the Bid Document and attributable to Bidder’s account, its holdingcompany shall be legally bound both jointly and severally to this contract fordischarging all the contractual obligations on behalf of Bidder.310208112(Madh NLW Jan ‘09) 6 - 1 Signature of Bidderwith Seal & Date


CMPDIe) Instructions (for Bidders and <strong>BCCL</strong>)i) Bidders are required to quote the quantity, unit price, amount andtaxes etc. in the respective column of the applicable Table. Total pricesand sub-total prices wherever occurs should be in words as well as infigures.ii) Quantity should be as per scope defined in the Bid Document andshould cover all the requirements of the system.iii) Under no circumstances, <strong>BCCL</strong> shall make any direct payments ofwhatsoever nature to the Bidder’s Indian Agent.6.1.1 PRICE TOWARDS SETTING UP OF <strong>WASHERY</strong>This includes price towards complete Planning, design & engineering;selection of necessary equipment & machinery with critical spares for 2 years’operation, procurement, delivery, erection/ installation, testing, successfulcommissioning of coal washing plant and all allied activities including PerformanceGuarantee Test in accordance with the scope of the subject work.Format for Price break-up of different sub-heads for set up of the washeryare given in Appendix - 19 and Summary Format thereof indicated in Appendix - 20.6.1.2 WASHING CHARGES PER TONNE OF RAW <strong>COAL</strong>6.1.2.1 PRICE QUOTED TOWARDS WASHING CHARGESThe bidder shall quote explicitly the washing charges per tonne of raw coalwashed in INR and/ or any single convertible foreign currency only for the 1st year ofcommercial operation. This includes the processing cost of coal to get desired qualityand its delivery to <strong>BCCL</strong> at the designated places for loading (by <strong>BCCL</strong>) into Railwaywagons including maintenance of plant for the commercial operation in accordancewith the scope of the subject work.6.1.2.2 DETERMINATION OF NOTIONAL WASHING CHARGES <strong>FOR</strong>FINANCIAL EVALUATIONThe bidder may like to note that for the purpose of determining washingcharges rate per tonne payable in respect of each succeeding year of commercialoperation after 1 st year i.e the washing charges for the 2 nd year of commercialoperation will be determined as per the provisions in Cl. No. 6.8(b) of this section.310208112(Madh NLW Jan ‘09) 6 - 2 Signature of Bidderwith Seal & Date


CMPDI6.1.2.3 The bidders are advised to furnish the detail break-up of total manpowerindicating their categories covered under AICPI – IW/ Indian Minimum Wages Act.6.1.2.4 DETERMINATION OF ACTUAL WASHING CHARGES <strong>FOR</strong> PAYMENTThe base price for arriving the washing charges for the 2 nd year ofcommercial operation will be 1 st year’s actual payment excluding taxes & duties onaccount of such washing charges. Price determination for subsequent years (after 1 styear of commercial operation) for payment is detailed in Cl No. 6.4.2 of this section.6.1.2.5 Break-up of price towards washing charges on per tonne of raw coal basisshall be furnished as per Appendix - 21.6.2 GENERAL6.2.1 This document has envisaged that the Bidders in their quoted pricetowards washing charges have duly considered the cost impact towards necessaryreplacement, either in part or full, as the case may be, in respect of any componentof the entire washery plant in order to maintain its rated capacity & specified qualityof washed coal & middlings on a sustainable basis keeping in mind the life ofwashery.6.2.2 The obligation towards Performance Guarantee Tests shall rest upon theBidder. No separate indication in the quoted price offered by the Bidder towards theassociated cost for such Performance Guarantee Tests will be entertained by <strong>BCCL</strong>.6.2.3 While quoting the prices for set up & washing charges, the Bidder mustinclude therein the applicable burden of levies & taxes and also indicate their tariff/rate prevailing on the date of submission of Bid against each of the elements,wherever applicable, separately. Taxes & Duties in respect of setting up of thewashery shall be paid on actual. However, towards the washing charges, anysubsequent increase or decrease in the rate of Taxes & Duties from the date ofsubmission of the Bid is to be computed on yearly basis upon completion of eachyear of contract period. In case of increase, it shall be borne by <strong>BCCL</strong> and likewisefor any subsequent decrease it shall be passed on to <strong>BCCL</strong>.310208112(Madh NLW Jan ‘09) 6 - 3 Signature of Bidderwith Seal & Date


CMPDI6.2.4 In case of overseas supplies, for projection of washing charges required forFinancial Evaluation, Bidders are advised to furnish the necessary documentstowards the applicable indices for each of the five years immediately preceding theyear of their Bid submission.6.2.5 For the sake of further clarity, a summary format in a consolidated form isfurther enclosed for ready reference by the Bidders, which is given hereafter. TheBidders should also furnish such format(s) with all their completeness with their PriceOffer.Table – 6.1A. For Indigenous Supplies (towards set-up): (amount in INR)ItemNo.DescriptionAmount(All figuresinabsolute)ParticularsRate may beexpressedeither in % orLump sum,as applicableRate LSItemNo. onwhichrateshavebeenappliedIndicatesourcesagainstrate(s)quoted forthe individualitem in thelistRemarksA B C D E F G H1. Ex-works Price Firm Price2 2 Years CriticalFirm PriceSpares3 Excise DutyOn actual4. Sales Taxbasis5 LoadingCharges6 InlandInsurance7 InlandTransportation8 UnloadingCharges9 Service Tax10 Works contracttax11 Education CessTotal (A)Firm PriceFirm PriceOn actualbasis‘Note’: In column ‘F’, indicate the applicable items as per column ‘A’ which have beenconsidered for the purpose of application of rates as indicated in column ‘D’ to arrive at theprice quoted in column ‘C’.310208112(Madh NLW Jan ‘09) 6 - 4 Signature of Bidderwith Seal & Date


Table – 6.2B. For Overseas Supplies (towards set-up):ItemNo.DescriptionAmount (Allfigures inabsolute)CurrencyParticularsRate may beexpressedeither in % orLump sum, asapplicable (incase of actual)INR FC Rate LSItemNo. onwhichrateshavebeenappliedIndicatesourcesagainstrate(s)quoted fortheindividualitem in thelistCMPDIRemarksA B C D E F G H I J1 FOB priceFirm Price2 2 YearsCriticalSpares3 OceanFreight4 Insurance5 CIF Value(1+2+3+4)6 Import Duty On actualbasis7 Clearing &PorthandlingchargesFirm Price8 Inlandloading &unloading9 InlandInsurance10 InlandTransportation11 Service Tax12 WorksContractTax13 EducationCessTotal (B)On actualbasis‘Note’: In column ‘H’, indicate the applicable items as per column ‘A’ which have beenconsidered for the purpose of application of rates as indicated in column ‘F’ to arrive at theprice quoted in column ‘C’.310208112(Madh NLW Jan ‘09) 6 - 5 Signature of Bidderwith Seal & Date


Table – 6.3CMPDIC. Cost towards Indigenous & Overseas Supplies (towards set-up): (In Figures)Items FC INRCost towards Indigenous &Overseas Supplies, (A+B)above(In Words) :FC : ………………………………. and/ or INR : ……………………………….6.2.6 In case bidder finds any inconvenience while filling in the prescribedformats, it is suggested to make minimum necessary changes according to theirsuitability without impairing the essence thereof.6.2.7 In case of quoting rate for washing charges on per tonne basis as perAppendix – 21, Bidders may also take guidance of the formats (Table – 6.1, 6.2 &6.3) with necessary modification, if any, for the applicable items to comply with therequirement for submission of their price offer on this account.6.2.8 All payments of whatsoever nature to BOMO shall be made in therespective currencies (i.e. INR and/ or single convertible foreign currency) quoted intheir price offer.6.3 TAXES, STATUTORY LEVIES & LICENSE6.3.1 TAXES, CESS & DUTIES TO BE PAID BY BOMOlncome taxes & Corporate taxes, Cess (excluding Education Cess) and/ orduties of whatever nature, both present and future leviable/ levied in India and/orabroad on BOMO and/ or its personnel and/ or on the sub-contactors engaged by theBOMO and/ or the personnel of such sub-contractors in respect of the obligations tobe performed under this Contract including but not limited to any interest, penaltyand/ or fine arising therewith shall be the responsibility of the BOMO and/ or itspersonnel and/ or on the sub-contactors engaged by the BOMO and/ or thepersonnel of such sub-contractors.6.3.2 R&D CESS PAYABLE BY THE OWNERR&D Cess, if applicable in India will be payable by Owner.310208112(Madh NLW Jan ‘09) 6 - 6 Signature of Bidderwith Seal & Date


CMPDI6.3.3 REIMBURSEMENT OF TAXES & CESS BY OWNER TO BOMOAny Service Tax, Education Cess, Work Contract Tax payable/ levied/leviable on BOMO and/ or its personnel and/ or on the sub-contactors engaged byBOMO and/ or the personnel of such sub-contractors as per Indian Service Tax Lawssubject to the prior approval of <strong>BCCL</strong> in respect of such engagement for this contract,shall be paid/ reimbursed by <strong>BCCL</strong> provided such liability for payment is duly raisedby BOMO and/ or its personnel at the time of raising its/their claims. However, theresponsibility towards discharging obligations in the matter of timely deposit of suchpayment, submission for their periodic return with the concerned authority includingall sorts of replies to the queries of service tax authority shall lie upon BOMO.6.3.4 REIMBURSEMENT OF TAXES, CESS & DUTIES BY BOMO TO OWNERIf for any reason any tax, duty and/ or cess other than above mentioned inCl. No.6.3.3 including but not limited to interest, penalty and/ or fine imposed by therevenue authorities in India and/ or abroad, in respect of this contract is assessed onthe BOMO, and/ or its personnel and/ or on the sub-contactors engaged by BOMOand/ or the personnel of such sub-contractors, BOMO shall promptly arrange forpayment of the same to the Government on receipt of the Government Order/Demand Notice/ Intimation. In the event <strong>BCCL</strong> makes payment of any such Tax,duty or cess including but not limited to interest, penalty and/ or fine imposed by therevenue authorities in India and/ or abroad to the Government, BOMO shall promptlyreimburse to <strong>BCCL</strong> the amount so paid on producing the evidence of such paymentmade by <strong>BCCL</strong>.6.3.5 TAXES, CESS & DUTIES PAYABLE AFTER COMPLETION OFCONTRACTSubsequent to the completion of performance of the contract, if for anyreason, any demand notice in respect of tax, duty or cess including but not limited tointerest, penalty and/ or fine, if any, is served by the revenue authorities inaccordance with the law of India and/or abroad with respect to the performance ofthe contract on BOMO’s account, it shall be the responsibility of BOMO to complywith such demand notice. <strong>BCCL</strong> will be under no obligation to accept such liability.310208112(Madh NLW Jan ‘09) 6 - 7 Signature of Bidderwith Seal & Date


CMPDI6.3.6 PROJECT IMPORT DUTIES BENEFITFor availing benefits of project import duties, the Bidder shall provide <strong>BCCL</strong>with the list of equipment and two years critical spares, which shall be identical withthe same to be submitted along with the Bill of Lading. This list shall be given to<strong>BCCL</strong> within (30) thirty days from the date of Contract coming into force so as toenable <strong>BCCL</strong> to register the contract for customs clearance under project importregulations.6.3.7 IMPORT OF MAINTENANCE SPARESWith respect to maintenance spares, the liability for payment towardsimport duties shall lie upon BOMO and BOMO will perform all the required activitiestowards release of maintenance spares from Custom authority in all completenessincluding subsequent inland insurance coverage, inland transportation thereof.However, in the matter of admissible taxes & duties on the basis of actual payment,annual reconciliation will be carried out as per provision of Cl. No. 6.4.2 of thissection.6.3.8 FILING OF RETURNSBOMO shall also be responsible for filing any necessary return and/ orcomplying with necessary procedure and/ or formalities as required or may berequired under the fiscal laws of India and/ or abroad in respect of the work to beperformed by the BOMO under this contract.6.4 WASHING CHARGES DETERMINATION <strong>FOR</strong> PAYMENT6.4.1 Washing Charges for 1 st Year of Commercial OperationThe bidder shall quote explicitly the firm washing charges per tonne of rawcoal washed in INR and/ or any single convertible Foreign Currency only for the firstyear of commercial operation as per Table at Appendix -21 of this document.6.4.2 Washing Charge Determination for Subsequent Years (after first year ofCommercial Operation)310208112(Madh NLW Jan ‘09) 6 - 8 Signature of Bidderwith Seal & Date


CMPDIThe Bidder shall quote explicitly the firm washing charges per tonne of rawcoal washed in INR and/ or any single convertible Foreign Currency only for the firstyear of commercial operation. While determining such charges in respect of eachsucceeding year of commercial operation after first year, the percentage increase/decrease in the immediate preceding year shall be determined using WPI (WholesalePrice Index) of Reserve Bank of India (RBI) bulletin for the applicable items inrespect of Supplies; percentage increase in the WPI (Wholesale Price Index) of RBIbulletin of POL (Fuel/ Power, Oil & Lubricants) and AICPI - IW (All India ConsumerPrice Index for Industrial Worker) and Minimum Wages Act, as applicable, in respectof indigenous labour component. Similar such authenticated indices published byCentral Bank or Government Institution or any other appropriate authority & availablein public domain as indicated by the Bidder in their offer subject to its acceptance by<strong>BCCL</strong>, as applicable in case of imported components for operation & maintenance ofthe Plant, shall be considered. The base price for arriving at such charges shall beprevious year’s actual payment excluding taxes & duties on account of such washingcharges. However, in the matter of admissible taxes & duties, annual reconciliationwill be carried out within 25 days on completion of each year of commercial operationto ensure their payments by <strong>BCCL</strong> on actual basis. BOMO is also advised to indicatethe component expressed in percentage for each element of washing charges as perthe Format for cost towards Washing Charges on per tonne of raw coal basis (ref.Appendix - 21 of Section – 8 of RFP Document) in their Price Bid.6.4.3 OTHER DETAILS W.R.T. WASHING CHARGESApart from the detailed price break up sought after for the various heads inSection 6 (Price Bid), the bidder shall be free to furnish any other details with costbreak up thereof, which they may consider necessary to justify their quoted price.6.5 CONTRACT PRICEContract price shall mean price payable to the BOM Operator under thisContract towards (i) the cost of setting up of the washery including cost of criticalspares for two years i.e. “Project Capital Cost” and (ii) washing charges (includingoperation & maintenance) for the 1 st year of commercial operation. The lump sumprices quoted by the BOM Operator in his Bid with additions and deletions as may be310208112(Madh NLW Jan ‘09) 6 - 9 Signature of Bidderwith Seal & Date


CMPDIagreed before signing of the Contract for the entire scope of the subject work shall betreated as the Contract Price. After the 1 st year of commercial operation, washingcharges will be arrived yearly on the basis of determination of washing charges givenin the Cl. No. 6.4 of this section of RFP part of Bid Document. Thereafter, thewashing charges will be termed as “Contract Price for Washing”.6.6 DEDUCTIONS FROM CONTRACT PRICEAll costs, damages or expenses which the Owner may have paid, but forwhich the BOM Operator is liable under the contract, will be claimed by the Owner.All such claims shall be billed by the Owner to the BOM Operator regularly as andwhen they fall due. Such bills shall be supported by appropriate and certifiedvouchers or explanations, to enable the BOM Operator to properly identify suchclaims. Such claims shall be paid by the BOM Operator within fifteen (15) workingdays from the date of raising/ receipt of bills (complete in all respect). However, theOwner may be at liberty to deduct their legitimate claims from any money due orbecoming due for payment to the BOM Operator under the contract or may also berecovered by legal course of actions or otherwise, if the BOM Operator fails tocomply the Owner of such claims.6.7 CONTRACT PRICE ADJUSTMENTSo far as Contract Price for setting up of the washery i.e. Project CapitalCost is concerned, there will not be any adjustment on this account i.e. it should be afirm price. Regarding washing charges part of the contract, the Bidders have to quotefirm washing charges for 1 st year of commercial operation (from the date ofcommencing of commercial operation after successful PGT of the plant). After 1 styear, the washing charges for the next year will be arrived by using methodologydescribed in the Cl. No. 6.4 of this section of RFP part of Bid Document and so on forthe rest contract period towards operation & maintenance.6.8 FINANCIAL EVALUATION<strong>BCCL</strong>or its consultantsshall evaluate and compare the Price Bids afterevaluation of Technical & Commercial Bids and acceptance of provision of ‘SampleContract Form’ against RFP part of Bid Document, as per Clause No. 4.1.1 of RFQ.310208112(Madh NLW Jan ‘09) 6 - 10 Signature of Bidderwith Seal & Date


CMPDIThe financial evaluation of bid shall be made on Long Range MarginalCost (LRMC) basis using Discounted Cash Flow (DCF) technique. In order tocalculate LRMC, the time stream of the cash outflow for eleven & half (1.5+10) yearson account of all payments (both quoted & notional) to be made (both FC and INR) tothe Selected Bidder by <strong>BCCL</strong> towards setting up of the washery and washingcharges payable during the contract period of commercial operation for 10 yearsshall be considered. Details are as given hereafter:a) The quoted offer price on account of set-up shall be treated as firm priceand shall be considered for the purpose of this Financial Evaluation. While, thequoted offer price on account of washing charges per tonne of raw coal for the firstyear will be considered as the cash outflow in its absolute value for the first year ofcommercial operation and shall be treated as the base prices for projection ofwashing charges for the next year.b) For the purpose of this evaluation, yearwise notional cash outflow onaccount of washing charges shall be determined. Washing charges for the 2 nd year ofcommercial operation shall be determined using average variation for the last fiveyears immediately preceding the 1 st year under consideration (for which the Biddershave quoted their firm washing charges) in the respective indices such as WPI of RBIfor the applicable items in respect of supplies; WPI in respect of Fuel/ Power, Oil &Lubricants; AICPI – IW; Indian Minimum Wages Act as applicable in case ofindigenous labour component and similar such authenticated indices published byCentral Bank or Government Institution or any other appropriate authority & availablein public domain as indicated by the Bidder in their offer, as applicable in case ofimported components for operation & maintenance of the plant. The same averagevariation in the indices shall be utilised to arrive at the washing charges for each yearof the balance period of 08 (eight) years of commercial operation. Using theseyearwise washing charges, notional cash outflow on account of washing charges foreach year of 10 years period of commercial operation shall be determined.In case, there is more than one Bidder for the subject work quoting theirprice in the same currency but indices quoted differ from bidder to bidder, then insuch case the evaluation shall be done utilizing the respective indices quoted by310208112(Madh NLW Jan ‘09) 6 - 11 Signature of Bidderwith Seal & Date


CMPDIdifferent bidders. However, bidders have to quote the indices applicable in thecountry of the currency (ies) in which they have quoted their price offer.c) Apart from the above said quoted price, this evaluation shall also considerthe following:- any additional cost proposed to be incurred by <strong>BCCL</strong> towards anysupplies to be arranged and/ or services to be rendered at the specificrequest of the Bidder.- annual power and water cost to be incurred by <strong>BCCL</strong> on the basis of theguaranteed specific power and water consumption per tonne of raw coalprocessed. The prevailing rate of power and water tariff shall beconsidered for determination of such cost. Though, the supply of power &water for operation & maintenance of the plant for the agreed demand shallbe provided without any charge, the cost incidence of these componentswill be escalated considering 75% as fixed wherever required.- Prospective Bidders shall have to quote Minimum Guaranteed Yield(MGY) for different monthly average ash% of raw coal at the targetedash% (monthly average) of washed coal and middlings. The bidder, whoshall quote values of MGY both for washed coal & middlings at theirrespective targeted ash% in such a way that the combined monetary returnexpected to be fetched by multiplying the quantity of washed coal &middings with their respective prevailing / indicative sale prices is highest,shall be termed as ‘Reference Bidder’ and no impact due to lower yield willbe imposed on that ‘Reference Bidder’ whereas on other bidders who havequoted different yields of washed coal & middlings and fetch lessermonetary return, impact due to different yields shall be imposed. Differentquantities of washed coal and middlings for ten years (because of differentyields) of commercial operation corresponding to the annual throughputcapacity shall be worked out for each bidder and these quantities ofwashed coal & middlings shall be multiplied by the respective prevailing/indicative sale price of washed coal and middlings (on the date of opening310208112(Madh NLW Jan ‘09) 6 - 12 Signature of Bidderwith Seal & Date


CMPDIof Price Bid) to ascertain the quantum of impact to be considered on eachbidder for the purpose of financial evaluation.d) To facilitate evaluation & comparison, the discounting rate for calculation ofpresent value of the above outflow shall be as follows:i) In case of cash outflows in Foreign Currency, the rate of discount shallbe 10 (ten) years SWAP rates against three months’ LIBOR of therespective Foreign Currency plus 150 basis points for such purpose. Thepresent value of Foreign Currency during the time stream thus calculated isto be converted into equivalent INR amount at bill selling rate of State Bankof India as on the date of opening of price bid.ii) In case of INR component of the cash outflow, the discounting rate shallbe the Yield to maturity (YTM) rate of ten years Government of India bondsprevailing on the date of opening of the price bid plus 150 basis points.iii) Impact of lower yield shall simply be considered without any discounting(as this is to be arrived on the present realisable value of washed coal &middlings at their respective prevailing/ current sales price of washed coal& middlings at their respective targeted ash%).e) The bidder with the lowest cost in terms of present value of overall costshall be identified as ‘Lowest Bidder’. However, <strong>BCCL</strong> reserves the right to rejecteven the lowest bid in the event the project becomes unviable.f) For understanding of the prospective bidders, a ‘Format for DCF Analysisfor Financial Evaluation of the Price Bid’ is given at Enclosure – 1 of Section – 10 ofRFP Document.6.9 DEMURRAGE, WHARFAGE ETC.All demurrage, wharfage and other expenses incurred due to delayedclearance of the material or any other reason shall be to the account of the BOMOperator.310208112(Madh NLW Jan ‘09) 6 - 13 Signature of Bidderwith Seal & Date


CMPDI6.10 PRICE VARIATION6.10.1 The contract price towards setting up of the washery (including two yearscritical spares) shall remain firm without any price variation in all respects except thestatutory increase/ decrease in taxes and duties such as excise duty, sales tax,import duty etc.6.10.2 If the contract is to be extended beyond the stipulated period forcompletion of the work due to fault not attributable on part of the BOM Operator,price variation should be allowed as per the provisions given hereafter.For the purpose of price escalation, in respect of setting up of the washery,the Datum Line for calculation shall be the last day of the month immediatelyfollowing the scheduled expiry of completion period (18 months) of the plant from thedate of contract coming into force. It is further to note that in case of delay inexecution of the setting up of the washery and reasons thereof attributable onBOMO’s account, such period of eighteen months will be extended accordingly fordetermination of Datum Line.So far as indices to be considered for price variation are concerned, it is tobe noted that it will remain same as taken during evaluation as per Cl. No. 6.8 (b) ofthis section.6.10.3 BOMO may claim for escalation for the delay in setting up of the washeryon account of the following two reasons:a) where the reasons for such delay are exclusively attributable on <strong>BCCL</strong>’saccount and/ orb) for delay on account of Force Majeure subject to the provision of Cl. No.4(A).13 in Section – 4 (A) of RFP part of the Bid Document.6.10.4 For the indigenous portions of civil & structural works and erection &commissioning works of the plant & machineries, the price variation due to escalationshall be allowed to the extent as detailed hereinafter:6.10.5 If the prices of indigenous portions of materials (not being materialssupplied at fixed issue rates by the company) and wages of labour, required for310208112(Madh NLW Jan ‘09) 6 - 14 Signature of Bidderwith Seal & Date


CMPDIexecution of the work increase, the BOMO shall be compensated for such increaseas per provisions detailed hereafter.a) The amount of the contract shall accordingly be varied, subject to thecondition that such compensation for variation in prices shall be available only for thework done during the stipulated period of the contract as per the work programmeagreed including such period for which the contract is validly extended under theprovisions of the contract without any penal action.b) The compensation of Price variation shall be worked out at quarterlyintervals and shall be with respect to the cost of work done during the previous threemonths.6.10.6 PRICE VARIATION <strong>FOR</strong> LABOUR (INDIGENOUS)The amount to be paid to the BOM Operator for the work done shall beadjusted for increase or decrease in the cost of labour and the cost shall becalculated quarterly in accordance with the formula given hereafter.A L – L 0V L = W x ------ x ----------100 L 0Where :V L =W =A =Variation in labour cost i.e. increase or decrease in the amount inrupees to be paid or recovered.Value of work done during the period under reckoning to which theprice variation relates as indicated in Cl. No. 6.10.9 of this section ofRFP Document.Component of labour expressed as percentage of the total value ofwork adopted from Table – 6.4 of RFP Document.L 0 = Minimum wages for unskilled workers payable as per the MinimumWages Act / Rules of the State or Central Government, whichever ismore, applicable to the place of work as on the Datum Line indicated atCl. No. 6.10.2 of this section of RFP Document.310208112(Madh NLW Jan ‘09) 6 - 15 Signature of Bidderwith Seal & Date


CMPDIL = Revised minimum wages of unskilled workers corresponding to L 0during the period to which the escalation relates.6.10.7 PRICE VARIATION ON INDIGENOUS MATERIALSThe amount to be paid to the BOM Operator for the work done shall beadjusted for increase or decrease in the cost of materials and the cost shall becalculated quarterly in accordance with the following formula:B M – M 0V m = W x ----- x ---------100 M 0Where :V m = Variation in material cost i.e. increase or decrease in the amount inrupees to be paid or recovered.W = Value of work done during the period under reckoning to which theprice variation relates as indicated in Cl. No. 6.10.9 of this section ofRFP Document.B = Component of material expressed as percentage of the total value ofwork adopted from Table – 6.4 of RFP Document.M 0 = All India Wholesale Price Index for the applicable items as published bythe RBI Bulletin, Ministry of Industry & Commerce, Govt. of India,relating to the Datum Line indicated in Cl. No. 6.10.2 of this section ofRFP Document.M = Revised average All India Wholesale Price Index for the applicableitems for the period to which price variation relates as published by theRBI Bulletin, Ministry of Industry & Commerce, Govt. of India.310208112(Madh NLW Jan ‘09) 6 - 16 Signature of Bidderwith Seal & Date


CMPDI6.10.8 PRICE VARIATION ON INDIGENOUS POWER/ FUEL, OIL &LUBRICANT (POL)The amount to be paid to the BOM Operator for the work done shall beadjusted for increase or decrease in the cost of such POL and the cost shall becalculated quarterly in accordance with the formula given hereafter.C F – F 0V f = W x ----- x ---------100 F 0Where,V f = Variation in the cost of such power/ fuel, oil & lubricants increase ordecrease in the amount in rupees to be paid or recovered.W = Value of work done during the period under reckoning to which theprice variation relates as indicated in Cl. No. 6.10.9 of this section ofRFP Document.C = Component of such POL expressed as percentage of total value ofwork adopted from Table – 6.4 of RFP Document.F 0 = Average Index Number for Wholesale Price for the group of fuel, power,light and lubricants as published by Economic Advisor, Ministry ofIndustries, Govt. of India prevalent on the Datum Line indicated at Cl.No. 6.10.2 of this section of RFP Document.F = Revised average Index Number for Wholesale Price for the period towhich price variation relates for the group of fuel, power, light andlubricants as published by Economic Advisor, Ministry of Industries,Govt. of India.6.10.9 WHILE CALCULATING THE VALUE OF ''W'' <strong>FOR</strong> THE INDIGENOUSPORTION OF WORKS THE FOLLOWING MAY BE NOTED:The cost on which the escalation/ price variation be payable shall bereckoned as 85% of the cost of work as per the bills to which escalation relates, and310208112(Madh NLW Jan ‘09) 6 - 17 Signature of Bidderwith Seal & Date


CMPDIfrom this amount the value of materials supplied or services rendered at theprescribed charges under the relevant provisions of the contract, and proposed to berecovered in the particular bill, shall be deducted before the amount of compensationfor escalation/price variation is worked out. Further the cost shall not include anywork for which payment is made at prevailing market rates.6.10.10 In the event the price of indigenous materials and/ or wages of indigenouslabour required for execution of the work decreases, there shall be downwardadjustment of the work so that such price of materials and/ or wages of labour shallbe deductible from the cost of work under this contract and in this regard theformulae hereinbefore stated under this clause 6.10 shall mutatis mutandis apply.Table – 6.4Sl.No.Value of A, B & C in the Price variation formulaParticulars LabourcomponentMaterialcomponentPOLcomponentA B C1. For Building works 25 75 NIL2. For Road works 15 80 053 For external10 90 NILsewerage,external water supplyand externalelectrification4 For external water 75 25 NILsupply, externalsanitary and externalelectrification(Through labour ratecontract)5 For steel structural 15 85 NILworks6 For <strong>Coal</strong> Handling 25 75 NILPlant Civil works7 For Erection and65 35 NILCommissioning ofP&MRemarks310208112(Madh NLW Jan ‘09) 6 - 18 Signature of Bidderwith Seal & Date


CMPDI6.10.11 CEILING ON PRICE VARIATION DUE TO ESCALATIONThere shall be a ceiling on price variation due to escalation covered underCl. No. 6.10 on the whole on set up of the washery, limited to 10% of the 'ProjectCapital Cost' only.6.10.12 PRICE VARIATION <strong>FOR</strong> OVERSEAS COMPONENTS (SERVICES &SUPPLIES)Involving Foreign Currency Components in respect of washing chargesrate per tonne:Applicable authenticated indices published by Central Bank or GovernmentInstitution or any other appropriate authority & available in public domain as indicatedby the bidder in their offer subject to its acceptance by <strong>BCCL</strong>.The methodology for calculation of such variation shall be same asconsidered in case of indigenous components of labour, materials and Power/ Fuel,Oil & Lubricant (POL) indicated in Cl. No. 6.10.4 to 6.10.11 of this section.6.11 REGULATION OF LOCAL AUTHORITIES AND STATUTES6.11.1 PAYMENT OF THE WAGES AND PROVIDENT FUND ETC.The BOM Operator shall comply with all the rules and regulations of localauthorities during the performance of his field activities. He shall also comply with theminimum wages act, 1948 and the payment of wages act (both of the Government ofIndia and the local State Government) and the rules made thereunder in respect ofany employee or workman employed or engaged by him or his sub-contractor. TheBOM Operator shall make all necessary payments of the Provident Fund for theworkmen employed by him for the work as per the laws prevailing under provisions ofCMPF & Allied Schemes and CMPF & Miscellaneous Provisions Act 1948 orEmployees Provident Fund and Miscellaneous Provisions Act 1952, as the case maybe.6.11.2 REGISTRATION & STATUTORY INSPECTION FEESAll registration and statutory inspection fees, if any, in respect of his workpursuant to this contract shall be to the account of the BOM Operator. However, any310208112(Madh NLW Jan ‘09) 6 - 19 Signature of Bidderwith Seal & Date


CMPDIregistration, statutory inspection fees lawfully payable under the provisions of therules and regulations of the Government of India and any other statutory laws and itsamendments from time to time during the period of entire contract (towards set-up &operation) shall be to the account of the Owner. Should any such inspection orregistration need to be arranged due to the fault of the BOM Operator or his subcontractor,the additional fees for such inspection and/ or registration shall be borneby the BOM Operator.6.12 PURCHASE PREFERENCE TO PUBLIC ENTERPRISESThe Owner reserves its right to allow Public Enterprises purchasepreference facility as admissible under prevailing policy.310208112(Madh NLW Jan ‘09) 6 - 20 Signature of Bidderwith Seal & Date


SECTION – 7(SAMPLE CONTRACT <strong>FOR</strong>M)310208112(Madh NLW Jan ‘09)Signature of Bidderwith Seal & Date


CMPDISECTION – 7SAMPLE CONTRACT <strong>FOR</strong>M(For Setting up of the Washery and subsequent Operation & Maintenance )Contract No. …………….THIS CONTRACT is made on ------------------ day of ------------------------------between <strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Limited (<strong>BCCL</strong>), a Government of India Undertaking,established and existing under the laws of India, and having its Registered Office atKoyla Bhawan-826005, Dhanbad, in the state of Jharkhand, India (hereinafterreferred to as Owner/ Company), which expression shall unless repugnant to thecontext or meaning thereof, include its successors-in-interest, administrators andassigns as ONE PART AND M/s ------------------------------, a proprietary firm/ registeredpartnership firm/ body corporate/ joint stock company* or equivalent in case offoreign bidder(s) having its ……………………… (registered/ principal/ head etc.*)office at ……………… (address of the Bidder), hereinafter referred to as the“Selected Bidder/ BOMO” which expression shall unless repugnant to the context ormeaning thereof, include its successors-in-interest, administrators and permittedassigns as the OTHER PART.WHEREAS <strong>BCCL</strong> invited bids vide Bid Notice No./ Bid Document No. --------------------------------------------------- dated--------------- for Madhuband Washery forNLW coal (5.0 Mtpa raw coal input capacity) on BUILD-OPERATE-MAINTAINconcept.WHEREAS the Selected Bidder/ BOMO submitted the Bid in response tothe said invitation of <strong>BCCL</strong>.concept.WHEREAS <strong>BCCL</strong> accepted the Bid of the Bidder for Washery on BOMNow this Contract witnessth as follows:310208112 (Madh NLW Jan ‘09) 7 - 1 Signature of Bidderwith Seal & Date


CMPDI1) In this Contract, words and expressions shall have the same meaning asare respectively assigned to them in the following documents and shall be deemed toform and be read and construed as integral part of the Contract.(i) Bid Notice,(ii) Letter of Acceptance of Bid indicating deviations, if any, from theconditions of contract incorporated in the Bid Document issued to the bidder and theBid submitted by the bidder alongwith Integrity Pact,(iii) Conditions of Contract for the entire contract period, both for set-up andoperation & maintenance including General Terms & Conditions, General TechnicalConditions for Setting up of the Washery, Erection Conditions, General Conditions forOperation & Maintenance etc. forming part of the Contract.(iv)Specifications (i.e. Mechanical, Electrical & Civil Engineering Worksand Performance Guarantees of Plant & Equipment), where it is part of BidDocuments,(v) Scope of Works/ Bills of Quantities/ Schedule of Works/ Quantities(vi)Contract Drawings/ Finalized Work Programme(vii) Proforma of applications for payment to BOMO for setting up of thewashery2) Scope and Conditions of the ContractThe scope and conditions of the Contract shall be in accordance with theContract Documents specified and as provided in the LoA.Notwithstanding anything stated elsewhere in the Bid Documents, thecontract to be entered into will consist of two parts i) contract for setting up ofwashery plant (which will include an indivisible supply & erection) with two years’critical spares and ii) contract for operation & maintenance of washery plant.3) Construction of Washery plant (with 2 years’ critical spares) andcommercial operation & maintenance thereof for a period of ten (10) years.Performance of the contract shall be reviewed during the period of 10 th year by theOwner and based on the performance of the BOMO, the contract may be renewedfor a further period of five (05) years initially, from the date of expiry of 10 th year with310208112 (Madh NLW Jan ‘09) 7 - 2 Signature of Bidderwith Seal & Date


CMPDIthe option of further renewal after reviewing of the contract for further five (05) yearsafter the end of such extended period of five (05) years on the basis of same terms &conditions.4) Contract PriceSubject to the Contract Documents mentioned above, Contract Price shallmean price payable to the ‘BOM’ operator under the contract towards the costs ofsetting up of the washery (including cost of critical spares for two years) and washingcharges (including operation & maintenance) for the 1 st year of commercial operationafter successful completion of PGT.5) Terms of Paymenti) Payment to Operator for Setting up of the WasheryThe payment to the BOM Operator for the performance of the worksunder the contract shall be governed in pursuance to Cl. No. 4(A).36 of Section 4 ofRFP. All payment made during the contract shall be on account payments only. Thefinal payment will be made at the end of one year of Guaranteed Period oncompletion of all the works and on fulfillment by the BOM Operator of all his liabilitiesunder the contract.ii) Payment Terms of Washing ChargesThe payment of the washing charges shall be based on the quantityand quality of washed coal & middlings delivered into the loading hoppers of the fastloading system (provided by <strong>BCCL</strong>) at existing railway siding of Madhuband Washeryduring the month and duly converted to the equivalent quantity of raw coalprocessed. As such, the washing charges to be paid will be in terms of per tonne ofraw coal processed. The other terms & conditions for payment of washing charges tothe BOM operator shall be in accordance with the provisions made under Clause4(D).4 of Section 4 of RFP.6) Time schedule for completion towards set up of WasheryThe time schedule for installation & commissioning under the Contract(including various clearances from concerned agencies) shall be according to310208112 (Madh NLW Jan ‘09) 7 - 3 Signature of Bidderwith Seal & Date


CMPDIimplementation scheme as furnished in the offer and agreed subsequently by theOwner.7) Effective Date of ContractPreferred Bidder.This Contract shall come into effect upon signing of the contract by the8) In consideration of the payment to be made by <strong>BCCL</strong> to the………………… (name of the Selected Bidder) as mentioned herein above, the…………………(name of the Selected Bidder) hereby covenants with <strong>BCCL</strong> toperform the Contract in conformity in all respect and in accordance with the terms &conditions of this Contract.9) <strong>BCCL</strong> hereby covenants to pay the …………………(name of the SelectedBidder) in consideration of the setting up of Washery Plant and subsequent operation& maintenance in BOM concept in accordance with the terms and conditions of theContract, the Contract price at the time and in the manner, as provided herein above.IN WITNESSTH WHEREOF the parties hereto set their hands on the daywritten herein above.For and on behalf of : ……………… For and on behalf of : ………..(BHART COKING <strong>COAL</strong> LTD.)(Name of the Selected Bidder)Signature : ……………… Signature : ………..(Authorised Signatory of the Owner)(Authorised Signatory of the SoleBidder or Lead Member of Associate/Consortium))Name of the Signatory : Name of the Signatory :Designation : Designation :310208112 (Madh NLW Jan ‘09) 7 - 4 Signature of Bidderwith Seal & Date


CMPDICompany’s Stamp/ Seal : Company’s Stamp/ Seal :Date : Date :Place : Place :Witness: Witness :1 (Signature with full name, Designation & address) 1 (Signature with full name, Designation & address)2 (Signature with full name, Designation & address) 2 (Signature with full name, Designation & address)* Strike out whichever is not applicable.310208112 (Madh NLW Jan ‘09) 7 - 5 Signature of Bidderwith Seal & Date


SECTION – 8(APPENDICES)310208112 (Madh NLW Jan ‘09) Signature of Bidderwith Seal & Date


CMPDIAPPENDIX – 1 A<strong>FOR</strong>MAT <strong>FOR</strong> FURNISHING SCREEN ANALYSISOF RAW <strong>COAL</strong> FEED TO <strong>WASHERY</strong>Size fraction(mm)Wt% Ash% Moisture%-0.5Total 100.0N. B. Ash & Moisture % on ‘as received’ basisAPPENDIX – 1 B<strong>FOR</strong>MAT <strong>FOR</strong> FURNISHING FLOAT & SINK TESTS OF RAW <strong>COAL</strong> FEED(For different fractions)Size(mm)Sp.Gr. Wt% Ash% Wt% Ash% Wt% Ash% Wt% Ash% Wt% Ash% Wt% Ash%-1.401.40-1.501.50-1.601.60-1.701.70-1.801.80-1.901.90-2.0>2.0Total310208112 (Madh NLW Jan ‘ 09) A - 1Signature of Bidderwith Seal and Date


CMPDIAPPENDIX - 2<strong>FOR</strong>MAT <strong>FOR</strong> FURNISHING BALANCE OF WASHED-PRODUCTS(As Produced Basis)Productsa) Washed coalb) Middlingsc) RejectsYield%(Theoretical)Yield%(Practical)Total (a+b+c) 100.0 100.0Ash% Moisture %18.0Less than 40.0---- (as high aspossible,preferablymore than 60%)310208112 (Madh NLW Jan ‘ 09) A - 2Signature of Bidderwith Seal and Date


CMPDIAPPENDIX-2AGraph showing Guaranteed Yield% of washed <strong>Coal</strong> at A 1 % ash(on dry basis) vis-a-vis Monthly Raw <strong>Coal</strong> Ash% (on dry basis)Washed coal yield % (dry basis)(Indicative)100908070605040302036 37 38 39 40 41 42 43 44 45 46 47 48Monthly Raw <strong>Coal</strong> Ash% (dry basis)(Indicative )Graph showing Guaranteed Yield% of Middlings at B 1 % ash (on dry basis)vis-a-vis Monthly Raw <strong>Coal</strong> Ash% (on dry basis)Middlings Yield% (dry basis)(Indicative)100908070605040302036 37 38 39 40 41 42 43 44 45 46 47 48Monthly Raw <strong>Coal</strong> Ash%(dry basis)(Indicative)Note: The graphs shown above are indicative only but the bidder shall have to give Graphsshowing guaranteed values.310208112 (Madh NLW Jan ‘ 09) A - 3Signature of Bidderwith Seal and Date


CMPDIAPPENDIX-2BYIELD % OF WASHED <strong>COAL</strong> <strong>FOR</strong> RAW <strong>COAL</strong> OF DIFFERENT ASH%(ON DRY BASIS)1. Dry Yield % of Washed <strong>Coal</strong> = ……….(Dry Wt. of Washed <strong>Coal</strong>/Dry Wt.of Raw <strong>Coal</strong>)*100(to be quoted by the Bidder)2. Organic efficiency (%) = ……… (to be quoted by the Bidder)3. Yield Reduction Factor = ……… (to be quoted by the Bidder)4. Total Moisture in Washed <strong>Coal</strong> (apb) = ……… (Maximum total moisture shall notexceed 9.5 %) to be quoted by the Bidder.5. Raw <strong>Coal</strong> Moisture% (As Received Basis) = ……… (considered by the Bidder)RANGE OF MINIMUM GUARANTEED YIELD OF WASHED <strong>COAL</strong> AT DIFFERENTMONTHLY AVERAGE RAW <strong>COAL</strong> ASH %Monthly Average Raw <strong>Coal</strong> Ash% (arb) XMonthly Average Raw <strong>Coal</strong> Ash% (dry) X 1Monthly Targeted Washed <strong>Coal</strong> Ash% (apb) 18.0 (A)Monthly Washed <strong>Coal</strong> ash% (dry) A 1Raw <strong>Coal</strong> Ash% (arb) Raw <strong>Coal</strong> Ash% (dry) Yield% (dry) atA 1 % ash ofWashed <strong>Coal</strong>38 i.e. (X 1 – 4) Y 139 i.e. (X 1 – 3) Y 240 i.e. (X 1 – 2) Y 341 i.e. (X 1 – 1) Y 442 say X 1 (mid point) Y 543 i.e. (X 1 + 1) Y 644 i.e. (X 1 + 2) Y 745 i.e. (X 1 + 3) Y 846 i.e. (X 1 + 4) Y 9Note: 1. The above elaboration has been given for guidance and for consideration of<strong>BCCL</strong> for evaluation of Bid and other related purpose as required.2. In actual operation, raw coal moisture% (arb) and washed coal moisture%(apb) may vary. In such case yield etc. wherever required shall be calculatedon dry basis.310208112 (Madh NLW Jan ‘ 09) A - 4Signature of Bidderwith Seal and Date


APPENDIX-2B(Contd.)YIELD % OF MIDDLINGS <strong>FOR</strong> RAW <strong>COAL</strong> OF DIFFERENT ASH%(ON DRY BASIS)CMPDI1. Dry Yield % of Middlings = ……….(Dry Wt. of Middlings/ Dry Wt. ofRaw <strong>Coal</strong>)*100(to be quoted by the Bidder)2. Organic efficiency (%) = ……… (to be quoted by the Bidder)3. Yield Reduction Factor = ……… (to be quoted by the Bidder)4. Total Moisture in Middlings (apb) = ……… (Maximum total moisture shall notexceed 9.0 %) to be quoted by the Bidder5. Raw <strong>Coal</strong> Moisture% (As Received Basis) = ……… (considered by the Bidder)RANGE OF MINIMUM GUARANTEED YIELD OF MIDDLINGS AT DIFFERENTMONTHLY AVERAGE RAW <strong>COAL</strong> ASH %Monthly Average Raw <strong>Coal</strong> Ash% (arb) XMonthly Average Raw <strong>Coal</strong> Ash% (dry) X 1Monthly Targeted Middlings Ash% (apb) Less than40.0 % (B)Monthly Middlings ash% (dry) B 1Raw <strong>Coal</strong> Ash% (arb) Raw <strong>Coal</strong> Ash% (dry) Yield% (dry) atB 1 % ash ofMiddlings38 i.e. (X 1 – 4) Z 139 i.e. (X 1 – 3) Z 240 i.e. (X 1 – 2) Z 341 i.e. (X 1 – 1) Z 442 say X 1 (mid point) Z 543 i.e. (X 1 + 1) Z 644 i.e. (X 1 + 2) Z 745 i.e. (X 1 + 3) Z 846 i.e. (X 1 + 4) Z 9Note: 1. The above elaboration has been given for guidance and for consideration of<strong>BCCL</strong> for evaluation of Bid and other related purpose as required.2. In actual operation, raw coal moisture% (arb) and middlings moisture%(apb) may vary. In such case yield etc. wherever required shall be calculatedon dry basis.310208112 (Madh NLW Jan ‘ 09) A - 5Signature of Bidderwith Seal and Date


<strong>FOR</strong>MAT <strong>FOR</strong> FURNISHING THE REQUIREMENT OFWATER AND POWER (<strong>FOR</strong> OPERATION & MAINTENANCE)CMPDIAPPENDIX - 3Sl.ParticularsNo.1 * Water1.1 Source with distance from washery site1.2 Consumption during operation inm 3 / day (at normal capacity of 1000 tph)m 3 / t of raw coal (at normal capacity of1000 tph)2 * Power2.1 Tapping point with distance from washerysite2.2 Consumption during operation in kWh/ t ofraw coal (at normal capacity of 1000 tph)Details* Bidders are requested to furnish the details as considered by them whilepreparing their offers.310208112 (Madh NLW Jan ‘09) A - 6Signature of Bidderwith Seal and Date


CMPDIAPPENDIX – 4DESCRIPTION OF PROCESS FLOW(To be furnished by the Bidder elaborating various provisions such asdescription of plant(s) including storage facilities for raw coal equivalent tohalf day capacity & covered washed coal & middlings storage equivalentto one day capacity with suitable reclamation arrangement within thewashery premises, technology indicating name of the plant(s) wheresimilar washing equipment/ technology are already in operation along withperformance certificate of plant(s) including environmental managementmeasures covering complete scope of work)310208112 (Madh NLW Jan ‘09) A - 7Signature of Bidderwith Seal and Date


CMPDIAPPENDIX – 5 (A, B & C)DIAGRAMS TO BE FURNISHEDAPPENDIX – 5 (A) -APPENDIX – 5 (B) -APPENDIX – 5 (C) -Process Flowsheet in block diagramEquipment Flowsheet, indicating complete list ofequipment with capacity and specifications thereofSolid - Liquid Balance310208112 (Madh NLW Jan ‘09) A - 8Signature of Bidderwith Seal and Date


CMPDIAPPENDIX - 6<strong>FOR</strong>MAT <strong>FOR</strong> FURNISHING TECHNICAL DETAILS OFMAIN MECHANICAL & ELECTRICAL EQUIPMENTSl.No.Name of the Equipment Type No. Capacity Tech.Specifications1. Screens2. Crushers3. Main washing equipment(Viz. Jig/ HM Bath/ HMDrum Separator/ HMCyclone/ SpiralConcentrator/ FrothFlotation) andDewatering Equipmentetc.4. Thickener5. Delivery system (at thedesignated deliveryplaces)6. Power transformer7. Automatic Sampler8. On-line Ash & MoistureAnalyser9. Weigh Bridge/ WeighingSystem10. Others, if any310208112 (Madh NLW Jan ‘09) A - 9Signature of Bidderwith Seal and Date


CMPDIAPPENDIX - 7TECHNICAL DETAILS OFINSTRUMNTATIONS, AUTOMATION & CONTROL(To be furnished by the Bidder elaborating various provisions such asSolid- Liquid Level Sensors, Density Meters, Flow Meters, Belt Weighers,Ash & Moisture Monitor with Recorder, PLC system etc. covering completescope of work)310208112 (Madh NLW Jan ‘09) A - 10Signature of Bidderwith Seal and Date


CMPDIAPPENDIX - 8<strong>FOR</strong>MAT <strong>FOR</strong> FURNISHING DETAILSOF CIVIL BUILDINGS / STRUCTURALSSl.No.Name of Building/Structures1 a) Raw coal receivingbunker/ hopperb) Raw <strong>Coal</strong> groundstorage2 Platform & ramp aroundreceiving pit3 RCC tunnel4 Conveyor Gantries5 Crusher House6 Raw <strong>Coal</strong> storage7 Transfer stations8 Washery Building9 Thickener10 Covered Storage Dumpwith suitable reclamationarrangement for washedcoal & middlings11 Reject hopper etc.12 Slime pond13 Fresh water storagetank14 Fire fighting waterstorage tank.15 Effluent Treatment Plant16 Service Buildings17 Roads18 Boundary Wall19 Any other itemType ofConstruction # Nos. Cap. &otherTech.details,Size,Length etc.Any otherinformation# Indicate whether RCC or Steel Structure wherever applicable310208112 (Madh NLW Jan ‘09) A - 11Signature of Bidderwith Seal and Date


CMPDIAPPENDIX - 9DETAILS OF PROVISIONS ENVISAGED <strong>FOR</strong> FIRE FIGHTING(To be furnished by the Bidder elaborating various provisions coveringcomplete scope of work as per BIS norms)310208112 (Madh NLW Jan ‘09) A - 12Signature of Bidderwith Seal and Date


CMPDIAPPENDIX – 10A<strong>FOR</strong>MAT <strong>FOR</strong> FURNISHING THE PER<strong>FOR</strong>MANCEGUARANTEE PARAMETERS OF THE PLANTSl.P A R T I C U L A R SNo.1. A) OVERALL SYSTEM GUARANTEEi) Annual throughput capacity (on thebasis of 5000 annual operation hrs.)ii) Hourly throughput capacity in terms ofraw coaliii) Cushion in Design : All equipment aswell as overall system of washery shallhave provision of cushion in design for +20% intermittent fluctuation with safemechanical operation.iv) Guaranteed yield% of washed coal (onthe basis of monthly average raw coal ash% of 42 + 4 i.e. at 38,39……..46) attargeted ash (18.0 %) of washed coal bothon ‘apb’ & dry basisv) Guaranteed yield% of middlings (onthe basis of monthly average raw coal ash% of 42 + 4 i.e. at 38,39……..46) attargeted ash (less than 40.0 %) ofMiddlings both on ‘apb’ & dry basisGUARANTEEDPARAMETERS5.0 Mt of raw coal (asreceived basis)1000 tonnesProvided/ Not provided *…………….(To be indicatedseparately by the bidderfor varying ash% of rawcoal)…………….(To be indicatedseparately by the bidderfor varying ash% of rawcoal)vi) Reject ash %vii) Power consumptionviii) Water consumption……..(As high aspossible, preferablymore than 60%)…… kWhr/ tonne of rawcoal input to the plant (atnormal capacity of 1000tph).…….m 3 / tonne of rawcoal input to the plant& .… m 3 / hour (at normalcapacity of 1000 tph)ix) Capacity and Operating Conditions of310208112 (Madh NLW Jan ‘09) A - 13Signature of Bidderwith Seal and Date


Sl.No.P A R T I C U L A R Sdifferent sections of the Washery:a) Raw <strong>Coal</strong> Section- Hourly Capacity- No. of shifts per dayb)Washing Section- Hourly CapacityGUARANTEEDPARAMETERS……… tonnes31000 tonnesCMPDI- No. of shifts per day- Effective working hrs. per year350002. B) PRODUCT QUALITYi) Target Ash% (monthly averagebasis) of Washed <strong>Coal</strong>ii) Total moisture percentage ofWashed <strong>Coal</strong> (apb)18.0 (as produced basis)…….. (shall not exceed9.5 % )iii)Target Ash% (monthly averagebasis) of MiddlingsLess than 40.0 % (asproduced basis)iv) Total moisture percentage ofMiddlings (apb)v) Ash percentage of the rejects…….. (shall not exceed9.0 %)…….. (as high aspossible, preferablymore than 60% on apb)vi)Moisture% of Rejects…….. (as indicated bythe bidder on apb)310208112 (Madh NLW Jan ‘09) A - 14Signature of Bidderwith Seal and Date


CMPDIAPPENDIX – 10B<strong>FOR</strong>MAT <strong>FOR</strong> FURNISHING THE PER<strong>FOR</strong>MANCEGUARANTEE PARAMETERS OF MAIN EQUIPMENT(Bidder to confirm & furnish the details as per Cl. No. 5(D).2.2 & 5(D).4.2.10under Section – 5 (D) of RFP Document)310208112 (Madh NLW Jan ‘09) A - 15Signature of Bidderwith Seal and Date


CMPDIAPPENDIX - 11<strong>FOR</strong>MAT <strong>FOR</strong> FURNISHING STATEMENT OF DEVIATIONS, IF ANYSl. No.As per RFP DocumentClause No. StipulationDeviationsJustifications310208112 (Madh NLW Jan ‘09) A - 16Signature of Bidderwith Seal and Date


CMPDIAPPENDIX – 12(A)Bidder i.e. Lead Member seeking Qualification having its own strengthunder Cl. 5.1.1 & 5.2 of RFQ Document and bidding as per Cl. No. 5.1.4(b) ii of Associate/ Consortium RoutePRO<strong>FOR</strong>MA OF JOINT DEED OF UNDERTAKING (JDU) TO BE JOINTLYEXECUTED BY THE BIDDER i.e. LEAD MEMBER AND HISASSOCIATE(S)(on the strength of other associate(s) collectively meeting both the TQR i.e. set up andoperation as per Cl. No. 5.1.4 (b) (ii) of RFQ. The bidder i.e Lead Member has to meetCl.No.5.2 of RFQ.)(TO BE FURNISHED IN NON-JUDICIAL STAMP PAPER OFAPPROPRIATE VALUE IN ACCORDANCE WITH STAMP ACT)[To be submitted before signing of the Contract by the Bidder i.e. LeadMember]This JOINT DEED OF UNDERTAKING (JDU) executed on this ................ dayof ................ (month) two thousand ……… (year) by M/s....................................a Company incorporated under the law of ......................... havingits ......................... (registered/ principal/ head etc.*) officeat ................................................(address of the Bidder) hereinafter called “theBidder" i.e. Lead Member (LM), which expression shall unless repugnant tothe context or meaning thereof, include its successors-in-interest,administrators, executors and permitted assigns and (1) M/s .........................,(2) M/s ......................... & (3) M/s .........................* a Company/ Companiesregistered under the ........................... Act, ............................ having its/their ......................... (registered/ principal/ head etc.*) office at(1) ....................., (2) ..................... & (3) .....................* (address of theAssociates) respectively hereinafter called “the Associate 1, 2 & 3*respectively” which expression shall unless repugnant to the context ormeaning thereof, include its successors-in-interest, administrators, executorsand permitted assigns in favour of <strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Limited, a companyincorporated under the Companies Act, 1956, having its Registered Office atKoyla Bhawan-826005, Dhanbad, in the state of Jharkhand (hereinafter called“Owner”/ “Company” which expression shall unless repugnant to the contextor meaning thereof, include its successors-in-interest, administrators,310208112 (Madh NLW Jan ‘09) A - 17Signature of Bidderwith Seal and Date


executors and assigns).CMPDIWHEREAS the Owner has invited Proposal for Madhuband <strong>Coal</strong> Washery forNLW coal in the vicinity of existing Madhuband Washery of <strong>BCCL</strong>, on“Build–Operate-Maintain” (BOM) concept, vide its Bid Notice No./ BidDocument No. …………AND WHEREAS, M/s ...................................................... (the Bidder/ LM) hassubmitted its Proposal bearing Ref. No. ...................... dated ................. basedon MoU dated ……….. in association with (1) M/s ........................., (2)M/s ......................... & (3) M/s .........................* (the Associate 1, 2 & 3*respectively) and this Deed of Joint Undertaking under these presents and theproposal, in accordance with the requirements of Cl. No. 6.4.1 of RFQDocument, have been signed jointly by us.AND WHEREAS M/s...................................................... (the Bidder/ LM) haveminimum two (2) years experience of operating <strong>Coal</strong> Washery/ OreBeneficiation Plant of capacity not less than 2.5 Mtpa meeting the requirementof Clause 5.1.1 of Technical Qualifying Requirements as well as 5.2 ofFinancial Qualification Requirements, Chapter-5 of RFQ of Bid Document andis entitled to bid under Clause 5.1.4(b) (ii) of Associate/ Consortium Route,Chapter-5 of RFQ of the Bid Document, as the Bidder associates with (1)M/s ........................., (2) M/s ......................... & (3) M/s ......................... *. M/s………………. (Associate 1) has experience of Set-up/ Operation/ None*, M/s………………. (Associate 2) has experience of Set-up/ Operation/ None * andM/s ………………. (Associate 3) has experience of Set-up/ Operation/ None*and thus after association, the Bidder & his Associate(s) collectively meet therequirements of plant set up as per Cl. No. 5.1.1 and plant operation underCl. No. 5.1.2 as well as Cl. No.5.2 of Qualifying Requirements, Chapter-5 ofRFQ of Bid Document. The said Bidder (LM) and its Associate(s) herebyfurnish an undertaking that they shall be held jointly and severally responsibleand bound unto Owner for Setting up of <strong>Coal</strong> Washery as well as performanceof the Contract for the period for which the association has entered into thisJDU, fully meeting the parameters guaranteed for the <strong>Coal</strong> Washery as per310208112 (Madh NLW Jan ‘09) A - 18Signature of Bidderwith Seal and Date


CMPDIthe Bid Documents/ specifications including furnishing Financial Securities, inthe event the Proposal is accepted by the Owner, resulting in a Contract(hereinafter called the "Contract").The role, tenure & % stake of the members of the Association/ Consortium isas given hereafter :Sl.Name of BidderRole of Bidder/Tenure of% Stake inNo.(LM) & Associate/Associate/Association**AssociationConsortiumConsortiumpartnerspartners(set up/ operation/FinancialQualification(FQ)/None)M/s………..(Bidder/ LM)Set up & FQEntire ContractPeriodM/s………..(Associate 1)Set up/Operation/None*…………………M/s………..(Associate 2)Set up/ Operation/…………………M/s………..(Associate 3)None*…………………Set up/ Operation/None*NOW THERE<strong>FOR</strong>E, THIS DEED Witnesseth as Under :1.0 That in consideration of the Award of the Contract by the Owner toM/s............. ......................................... (the Bidder i.e. LM), we, theaforesaid Bidder (LM) and the Associate(s), will jointly and severally be310208112 (Madh NLW Jan ‘09) A - 19Signature of Bidderwith Seal and Date


CMPDIresponsible in accordance with the Contract to the Owner forsuccessful Setting up of <strong>Coal</strong> Washery as well as performance of theContract for the entire term, fully meeting the guaranteed parametersrequired as per the Contract Specification.2.0 Without prejudice to the generality of the undertaking in paragraph 1.0above, the manner of achieving the objective set-forth in paragraph 1.0above shall be as given hereafter.2.1 The Bidder (LM) alongwith the Associate(s) having the experience ofset up shall have exclusive responsibility of setting up of the saidwashery and also have responsibility in general for operation &maintenance of the plant for entire term of the contract.2.2 The Associate(s) shall have exclusive responsibility of operation &maintenance of the said washery for entire term of the contract andalso responsibility in general for setting up of the said coal washery.2.3 We, the Bidder (LM) and the Associate(s) are fully aware that fornon-fulfillment of any of the obligations either towards “set up” and/ ortowards “operation & maintenance”, the Owner is free to take up thematter either with the Lead Member and/ or any or all of theAssociate(s) as per the Owner’s convenience.3.0 This Joint Deed of Undertaking shall be construed and interpreted inaccordance with the Laws of India. The Courts of Dhanbad, JharkhandState shall have exclusive jurisdiction in all matters arising thereunder.4.0 We, the Bidder (LM) and the Associate(s), undertake not to revoke thisUndertaking for the full term of the Contract and further stipulate thatthe undertaking herein contained shall terminate upon satisfactorycompletion of such period. We further agree that this Undertaking shallbe without prejudice to the various liabilities including the Bid Security &Financial Security as well as other obligations in terms of the Contract.5.0 In case of award, the Bidder (LM) & his Associate(s) shall furnish aFinancial Security in proportion to their respective stakes (in INR) infavour of the Owner from any reputed commercial Bank @ acceptable to310208112 (Madh NLW Jan ‘09) A - 20Signature of Bidderwith Seal and Date


CMPDIthe Owner. The value of such Financial Security for DevelopmentGuarantee or Contract Performance Guarantee shall be guaranteedtowards the faithful performance/ compliance of this JDU in accordancewith the terms and conditions specified herein. These FinancialSecurities shall be unconditional, irrevocable and valid as stipulatedunder the Contract. The guarantee amount shall be payable to theOwner on demand without any demur, reservation, protest or contest.6.0 That this Deed will form an integral part of the Contract awarded to theBidder on acceptance of its Proposal and shall be operative from thedate of the Contract coming into force.IN WITNESS WHEREOF, the Bidder and the Associate(s) have,through their authorised representatives, set their hands and seal on the day,month and year first mentioned above.BIDDERFor and on behalf of M/s ………………………………………… (name of the Bidder/ LM)Signature …………………………………. (the Authorised Signatory)Name of the Signatory ………………………………………..Designation ……………………………Company’s ………………………….Stamp / SealWITNEESS (1)Signature …………………………..Name ………………………………..Official Address …………………………WITNESS (2)Signature ………………………..Name ………………………………Official Address ……………………….ASSOCIATE(S)For and on behalf of (1) M/s ……………… (2) M/s ……………… (3) M/s ……………*(Name of the Associates)Signature (1) M/s ……………… (2) M/s ……………… (3) M/s ……………*(Authorised Signatory)Name of the Signatory (1) .………………. (2) …………………… (3) …………………*Designation (1) .………………. (2) …………………… (3) …………………*Company’s (1) .………………. (2) …………………… (3) ………………...*Stamp / Seal310208112 (Madh NLW Jan ‘09) A - 21Signature of Bidderwith Seal and Date


WITNEESS (1)Signature …………………………..Name ………………………………..Official Address …………………………CMPDIWITNESS (2)Signature ………………………..Name ………………………………Official Address ……………………….@ The Bank Guarantee shall be from any of the Bank listed in Bid Document(Annexure -1 of RFQ)* Strike out whichever is not applicable.**Association/ Consortium formed for execution of this subject work will beeffective from the date of signing of the Contract. However, so far as its tenureafter commercial operation is concerned, it will be as follows:Bidder i.e. Lead Member : Entire Contract periodAssociate with experience of set up : Two years/ None OrAssociate with experience of operation :More than two years butless than 10 years (no. ofyears to be specified)OrEntire Contract periodAs per Cl. No. 5.1.4(b)of RFQ document310208112 (Madh NLW Jan ‘09) A - 22Signature of Bidderwith Seal and Date


CMPDIAPPENDIX – 12(B)Bidder i.e. Lead Member seeking Qualification having its own strengthunder Cl. 5.1.2 & 5.2 of RFQ Document and bidding as per Cl.No.5.1.4(b)(i) of Associate/ Consortium RoutePRO<strong>FOR</strong>MA OF JOINT DEED OF UNDERTAKING (JDU) TO BE JOINTLYEXECUTED BY THE BIDDER i.e. LEAD MEMBER AND HISASSOCIATE(S)(on the strength of other associate(s) collectively meeting both the TQR i.e. set up andoperation as per Cl. No. 5.1.4 (b) (i) of RFQ. The Bidder i.e. Lead Member has to meet Cl. No.5.2 of RFQ)(TO BE FURNISHED IN NON-JUDICIAL STAMP PAPER OFAPPROPRIATE VALUE IN ACCORDANCE WITH STAMP ACT)[To be submitted before signing of the Contract by the Bidder i.e. LeadMember]This JOINT DEED OF UNDERTAKING (JDU) executed on this................. dayof ............ (month) two thousand ……… (year) by M/s....................................,a Company incorporated under the law of ......................... havingits ......................... (registered/ principal/ head etc.*) officeat ................................................ (address of the Bidder) hereinafter called“the Bidder" i.e. Lead Member (LM), which expression shall unless repugnantto the context or meaning thereof, include its successors-in-interest,administrators, executors and permitted assigns and (1) M/s .........................,(2) M/s ......................... & (3) M/s .........................,* a Company/ Companiesregistered under the ........................... Act, ............................ having its/their ......................... (registered/ principal/ head etc.*) office at(1) ....................., (2) ..................... & (3) .....................* (address of theAssociates) respectively hereinafter called “the Associate 1, 2 & 3*respectively”which expression shall unless repugnant to the context ormeaning thereof, include its/ their successors-in-interest, administrators,executors and permitted assigns in favour of <strong>BCCL</strong>, a company incorporatedunder the Companies Act, 1956, having its Registered Office at KoylaBhawan-826005, Dhanbad, in the state of Jharkhand (hereinafter called“Owner”/ “Company” which expression shall unless repugnant to thecontext or meaning thereof, include its successors-in-interest, administrators,executors and assigns).310208112 (Madh NLW Jan ‘09) A - 23Signature of Bidderwith Seal and Date


CMPDIWHEREAS the Owner has invited Proposal for <strong>Coal</strong> Washery at……….(Place), on “Build–Operate-Maintain” (BOM) concept, vide its BidNotice No./ Bid Document No.……AND WHEREAS, M/s ...................................................... (the Bidder/ LM) hassubmitted its Proposal bearing Ref. No. ...................... dated ................. basedon MoU dated ……….. in association with (1) M/s ........................., (2)M/s ......................... & (3) M/s .........................*, (the Associate 1, 2 & 3respectively) and this Deed of Joint Undertaking under these presents and theproposal, in accordance with the requirements of cl. no. 6.4.1 of RFQDocument, have been signed jointly by us.AND WHEREAS M/s...................................................... (the Bidder/ LM) haveminimum two (2) years experience of operating <strong>Coal</strong> Washery/ OreBeneficiation Plant of capacity not less than 2.5 Mtpa meeting the requirementof Clause 5.1.2 of Technical Qualifying Requirements as well as 5.2 of FQR,Chapter-5 of RFQ of Bid Document and is entitled to bid under Clause5.1.4(b) (i) of Associate/ Consortium Route, Chapter-5 of RFQ of the BidDocument, as the Bidder associates with (1) M/s ........................., (2)M/s ......................... & (3) M/s ......................... *. M/s ……………….(Associate 1) has experience of Set-up/ Operation/ None*, M/s ……………….(Associate 2) has experience of Set-up/ Operation/ None * and M/s………………. (Associate 3) has experience of Set-up/ Operation/ None* andthus after association, the Bidder & his Associate(s) collectively meet therequirements of plant operation as per Cl. No. 5.1.2 and plant set-up under Cl.No. 5.1.1 as well as Cl. No. 5.2 of Qualifying Requirements, Chapter-5 of RFQof Bid Document. The said Bidder (LM) and its Associate(s) hereby furnish anundertaking that they shall be held jointly and severally responsible and boundunto Owner for Setting up of <strong>Coal</strong> Washery as well as performance of theContract for the period for which the association has entered into this JDU,fully meeting the parameters guaranteed for the <strong>Coal</strong> Washery as per the BidDocuments/ specifications including furnishing Financial Securities, in theevent the Proposal is accepted by the Owner, resulting in a Contract(hereinafter called the "Contract").310208112 (Madh NLW Jan ‘09) A - 24Signature of Bidderwith Seal and Date


CMPDIThe role, tenure & % stake of the members of the Association/ Consortium isas given hereafter :Sl.Name of BidderRole of Bidder/Tenure of% Stake inNo.(LM) & Associate/Associate/Association**AssociationConsortiumConsortiumpartnerspartners(set up/ operation/FinancialQualification(FQ)/None)M/s………..(Bidder/ LM)Operation & FQEntire ContractPeriodM/s………..(Associate 1)Set up/Operation/None*…………………M/s………..(Associate 2)Set up/ Operation/…………………M/s………..(Associate 3)None*…………………Set up/ Operation/None*NOW THERE<strong>FOR</strong>E, THIS DEED Witnesseth as Under :1.0 That in consideration of the Award of the Contract by the Owner toM/s .................................................. (the Bidder i.e. LM), we, theaforesaid Bidder (LM) and the Associate(s), will jointly and severally beresponsible in accordance with the Contract to Owner for successfulSetting up of <strong>Coal</strong> Washery as well as performance of the Contract,310208112 (Madh NLW Jan ‘09) A - 25Signature of Bidderwith Seal and Date


CMPDIfully meeting the guaranteed parameters required as per the ContractSpecification.2.0 Without prejudice to the generality of the undertaking in paragraph 1.0above, the manner of achieving the objective set-forth in paragraph 1.0above shall be as follows:a) M/s ………………… (name of the Associate(s) having TechnicalQualification Requirement as per Cl. No. 5.1.1 of RFQ Document)shall be required to furnish the design and to advise and providenecessary technical assistance to M/s ..............................................(the Bidder i.e. LM) for the design of the <strong>Coal</strong> Washery, their qualitysurveillance during manufacture, erection & commissioning andperformance testing both at the works site. All such Associate(s)further shall depute their technical experts from time to time to theproject site to facilitate successful performance of the <strong>Coal</strong>Washery, as stipulated in the aforesaid Bidding Documents. OtherAssociate(s) shall also render all the assistance during the periodof set up other than their assistance during operation of the plantfor performance of the contract.b) The Associate(s) will be responsible to make detailed drawings,supply, erect, commission and carry out the performance tests ofthe <strong>Coal</strong> Washery, in accordance with the Bidder’s consent.c) In the event, the Associate(s) and the Bidder (LM) fail todemonstrate successful performance of the <strong>Coal</strong> Washery, as setforth in the Bid Documents, the Associate(s) and the Bidder (LM)will be jointly responsible for taking proper corrective measures.d) Implementation of the corrected design and all other necessarycorrective repairs, replacements or modifications to the <strong>Coal</strong>Washery, if required, shall be the joint responsibility of theAssociate(s) & the Bidder (LM).e) The Associate(s) will be fully responsible for the quality of all theequipment/ main assemblies/ components manufactured at its310208112 (Madh NLW Jan ‘09) A - 26Signature of Bidderwith Seal and Date


CMPDIworks or at its Vendor's works and, if necessary, their repair orreplacement, for incorporation in the <strong>Coal</strong> Washery, and timelycompletion as per the Contract.f) However, the Associate(s) having experience of set up as per Cl.No. 5.1.1 of the RFQ Document shall have exclusive responsibilityof setting up of the said washery and also have responsibility ingeneral for operation & maintenance of the plant as per the tenurespecified in this JDU. The Bidder (LM) shall have exclusiveresponsibility of operation & maintenance of the said washery forentire term of the contract and also responsibility in general forsetting up of the said coal washery.g) We, the Bidder (LM) and the Associate(s) are fully aware that fornon-fulfillment of any of the obligations either towards “set up” and/or towards “operation & maintenance”, the Owner is free to take upthe matter either with the Lead Member and/ or any or all of theAssociate(s) as per the Owner’s convenience.3.0 This Joint Deed of Undertaking shall be construed and interpreted inaccordance with the Laws of India. The Courts of Dhanbad, JharkhandState shall have exclusive jurisdiction in all matters arising thereunder.4.0 We, the Bidder (LM) and the Associate(s), undertake not to revoke thisUndertaking for the full term of the Contract or until a minimum periodas stipulated in this JDU and further stipulate that the undertakingherein contained shall terminate upon satisfactory completion of suchperiod. We further agree that this Undertaking shall be withoutprejudice to the various liabilities of the Bidder (LM), including theFinancial Security as well as other obligations of the Bidder (LM) interms of the Contract.310208112 (Madh NLW Jan ‘09) A - 27Signature of Bidderwith Seal and Date


CMPDI5.0 In case of award, the Bidder (LM) & his Associate(s) shall furnish aFinancial Security in proportion to their respective stakes (in INR) infavour of the Owner from any reputed commercial bank @ acceptable toOwner. The value of such Financial Security for DevelopmentGuarantee and/ or Contract Performance Guarantee shall beguaranteed towards the faithful performance/ compliance of this JointDeed of Undertaking in accordance with the terms & conditionsspecified herein. The guarantee shall be unconditional, irrevocable andvalid as stipulated under the Contract. The guarantee amount shall bepayable to Owner on demand without any demur, reservation, protestor contest.6.0 That this Deed will form an integral part of the Contract awarded to theBidder (LM) on acceptance of its Proposal and shall be operative fromthe date of the Contract coming into force.IN WITNESS WHEREOF, the Associate(s) and the Bidder (LM) have,through their authorised representatives, set their hands and seal onthe day, month and year first mentioned above.BIDDERFor and on behalf of M/s ………………………………………… (name of the Bidder/ LM)Signature …………………………………. (the Authorised Signatory)Name of the Signatory ………………………………………..Designation ……………………………Company’s ………………………….Stamp / SealWITNEESS (1)Signature …………………………..Name ………………………………..Official Address …………………………WITNESS (2)Signature ………………………..Name ………………………………Official Address ……………………….310208112 (Madh NLW Jan ‘09) A - 28Signature of Bidderwith Seal and Date


ASSOCIATE(S)CMPDIFor and on behalf of (1) M/s ……………… (2) M/s ……………… (3) M/s ……………*(Name of the Associates)Signature (1) M/s ……………… (2) M/s ……………… (3) M/s ……………*(Authorised Signatory)Name of the Signatory (1) .………………. (2) …………………… (3) …………………*Designation (1) .………………. (2) …………………… (3) …………………*Company’s (1) .………………. (2) …………………… (3) ………………...*Stamp / SealWITNEESS (1)WITNESS (2)Signature …………………………..Name ………………………………..Official Address …………………………Signature ………………………..Name ………………………………Official Address ……………………….@ The Bank Guarantee shall be from any of the Bank listed in Bid Document(Annexure-1 of RFQ)* Strike out whichever is not applicable.** Association/ Consortium formed for execution of this subject work willbe effective from the date of signing of the Contract. However, so far as itstenure after commercial operation is concerned, it will be as follows:Bidder i.e. Lead Member : Entire Contract periodAssociate with experience of set up/ : Two yearsNoneOrMore than two years butless than 10 years (no. ofyears to be specified)OrEntire Contract periodAssociate with experience of operation : As per Cl. No.5.1.4(b)of RFQ document310208112 (Madh NLW Jan ‘09) A - 29Signature of Bidderwith Seal and Date


CMPDIAPPENDIX – 13Bidder i.e. Lead Member seeking Qualification having its own strengthunder Cl. 5.2 of RFQ Document and bidding as per Cl. No. 5.1.4 (b) (iii) ofRFQ DocumentPRO<strong>FOR</strong>MA OF JOINT DEED OF UNDERTAKING (JDU) TO BE JOINTLYEXECUTED BY THE BIDDER i.e. LEAD MEMBER AND HISASSOCIATE(S)(on the strength of other associate(s) collectively meeting both the TQR i.e. set up andoperation as per Cl. No. 5.1.4 (b) (iii) of RFQ. The Bidder i.e. Lead Member has to meet Cl.No. 5.2 of RFQ)(TO BE FURNISHED IN NON-JUDICIAL STAMP PAPER OFAPPROPRIATE VALUE IN ACCORDANCE WITH STAMP ACT)[To be submitted before signing of the Contract by the Bidder i.e. LeadMember]This JOINT DEED OF UNDERTAKING (JDU) executed on this................. dayof ............ (month) two thousand ……… (year) by M/s....................................,a Company incorporated under the law of ......................... havingits ......................... (registered/ principal/ head etc.*) officeat ................................................ (address of the Bidder) hereinafter called“the Bidder" i.e. Lead Member (LM), which expression shall unless repugnantto the context or meaning thereof, include its successors-in-interest,administrators, executors and permitted assigns and (1) M/s .........................,(2) M/s ......................... & (3) M/s .........................,* a Company/ Companiesregistered under the ........................... Act, ............................ having its/their ......................... (registered/ principal/ head etc.*) office at(1) ....................., (2) ..................... & (3) .....................* (address of theAssociates) respectively hereinafter called “the Associate 1, 2 & 3*respectively”which expression shall unless repugnant to the context ormeaning thereof, include its/ their successors-in-interest, administrators,executors and permitted assigns in favour of <strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Limited, acompany incorporated under the Companies Act, 1956, having its RegisteredOffice at Koyla Bhawan, Dhanbad - 826005, in the state of Jharkhand(hereinafter called “Owner”/ “Company” which expression shall unlessrepugnant to the context or meaning thereof, include its successors-in-interest,310208112 (Madh NLW Jan ‘09) A - 30Signature of Bidderwith Seal and Date


administrators, executors and assigns).CMPDIWHEREAS the Owner has invited Proposal for Madhuband <strong>Coal</strong> Washery forNLW coal in the vicinity of existing Madhuband Washery of <strong>BCCL</strong>, on“Build–Operate-Maintain” (BOM) concept, vide its Bid Notice No./ BidDocument No.……AND WHEREAS, M/s ...................................................... (the Bidder/ LM) hassubmitted its Proposal bearing Ref. No. ...................... dated ................. basedon MoU dated ……….. in association with (1) M/s ........................., (2)M/s ......................... & (3) M/s .........................*, (the Associate 1, 2 & 3respectively) and this Deed of Joint Undertaking under these presents and theproposal, in accordance with the requirements of cl. no. 6.4.1 of RFQDocument, have been signed jointly by us.AND WHEREAS M/s...................................................... (the Bidder/ LM) haverequisite FQR of Clause 5.2 of Qualifying Requirements, Chapter-5 of RFQ ofBid Document and is entitled to bid under Clause 5.1.4 (b) (iii) of Associate/Consortium Route of Chapter-5 of RFQ of the Bid Document, as the Bidderassociates with (1) M/s ........................., (2) M/s ......................... & (3)M/s ......................... *. M/s ………………. (Associate 1) has experience ofSet-up/ Operation/ None*, M/s ………………. (Associate 2) has experience ofSet-up/ Operation/ None * and M/s ………………. (Associate 3) hasexperience of Set-up/ Operation/ None * and thus after association, the Bidder& his Associate(s) collectively meet the requirements of plant set up underCl. No. 5.1.1 and of plant operation under Cl. No. 5.1.2 of QualifyingRequirements, Chapter-5 of RFQ of Bid Document. The said Bidder (LM) andits Associate(s) hereby furnish an undertaking that they shall be held jointlyand severally responsible and bound unto Owner for Setting up of <strong>Coal</strong>Washery as well as performance of the Contract for the period for which theassociation has entered into this JDU, fully meeting the parametersguaranteed for the <strong>Coal</strong> Washery as per the bidding documents/specifications including furnishing Financial Securities, in the event theProposal is accepted by the Owner, resulting in a Contract (hereinafter called310208112 (Madh NLW Jan ‘09) A - 31Signature of Bidderwith Seal and Date


the "Contract").CMPDIThe role, tenure & % stake of the members of the Association/ Consortium isas given hereafter :Sl.Name of Bidder (LM) &Role of Bidder/ Associate/Tenure of% Stake inNo.Associate/ ConsortiumConsortium partnersAssociation**associationpartners(set up/ operation/ FinancialQualification(FQ)/ None)M/s……….. (Bidder i.e. LM)FQEntire Contract PeriodM/s……….. (Associate 1)Set up/ Operation/ None*…………………M/s……….. (Associate 2)Set up/ Operation/ None*…………………M/s……….. (Associate 3)Set up/ Operation/ None*…………………NOW THERE<strong>FOR</strong>E, THIS DEED WITNESSETH AS UNDER :1.0 That in consideration of the Award of the Contract by the Owner toM/s .................................................. (the Bidder i.e. LM), we, theaforesaid Bidder (LM) and the Associate(s), will jointly and severally beresponsible in accordance with the Contract to Owner for successfulSetting up of <strong>Coal</strong> Washery as well as performance of the Contract,fully meeting the guaranteed parameters required as per the ContractSpecification.2.0 The Bidder (LM) alongwith the Associate(s) having the experience ofset up and associate(s) having the experience of operation shall haveresponsibility of set up and operation & maintenance of the plant forentire term of the contract.2.1 Without prejudice to the generality of the undertaking in paragraph 1.0above, the manner of achieving the objective set-forth in paragraph 1.0above shall be as follows:a) M/s ………………… (name of the Associate(s) having TechnicalQualification Requirement as per Cl. No. 5.1.1 of RFQ Document)310208112 (Madh NLW Jan ‘09) A - 32Signature of Bidderwith Seal and Date


CMPDIshall be required to furnish the design and to advise and providenecessary technical assistance to M/s ..............................................(the Bidder i.e. LM) for the design of the <strong>Coal</strong> Washery, their qualitysurveillance during manufacture, erection & commissioning andperformance testing both at the works site. All such Associate(s)further shall depute their technical experts from time to time to theproject site to facilitate successful performance of the <strong>Coal</strong>Washery, as stipulated in the aforesaid Bidding Documents. OtherAssociate(s) shall also render all the assistance during the periodof set up other than their assistance during operation of the plantfor performance of the contract.b) The Associate(s) will be responsible to make detailed drawings,supply, erect, commission and carry out the performance tests ofthe <strong>Coal</strong> Washery, in accordance with the Bidder’s consent.c) In the event, the Associate(s) and the Bidder (LM) fail todemonstrate successful performance of the <strong>Coal</strong> Washery, as setforth in the Bidding Documents, the Associate(s) and the Bidder(LM) will be jointly responsible for taking proper correctivemeasures.d) Implementation of the corrected design and all other necessarycorrective repairs, replacements or modifications to the <strong>Coal</strong>Washery, if required, shall be the joint responsibility of theAssociate(s) & the Bidder (LM).e) The Associate(s) will be fully responsible for the quality of all theequipment/ main assemblies/ components manufactured at itsworks or at its Vendor's works and, if necessary, their repair orreplacement, for incorporation in the <strong>Coal</strong> Washery, and timelycompletion as per the Contract.f) However, the Associate(s) having experience of set up as per Cl.No. 5.1.1 of the RFQ Document shall have exclusive responsibilityof setting up of the said washery and also have responsibility ingeneral for operation & maintenance of the plant as per the tenure310208112 (Madh NLW Jan ‘09) A - 33Signature of Bidderwith Seal and Date


specified in this JDU.CMPDI2.2 We, the Bidder (LM) and the Associate(s) are fully aware that fornon-fulfillment of any of the obligations either towards “set up” and/ ortowards “operation & maintenance”, the Owner is free to take up thematter either with the Lead Member and/ or any or all of theAssociate(s) as per the Owner’s convenience.3.0 This Joint Deed of Undertaking shall be construed and interpreted inaccordance with the Laws of India. The Courts of Dhanbad, JharkhandState shall have exclusive jurisdiction in all matters arising thereunder.4.0 We, the Bidder (LM) and the Associate(s), undertake not to revoke thisUndertaking for the full term of the Contract or until a minimum periodas stipulated in this JDU and further stipulate that the undertakingherein contained shall terminate upon satisfactory completion of suchperiod. We further agree that this Undertaking shall be withoutprejudice to the various liabilities of the Bidder (LM), including theFinancial Security as well as other obligations of the Bidder (LM) interms of the Contract.5.0 In case of award, the Bidder (LM) & his Associate(s) shall furnish aFinancial Security in proportion to their respective stakes (in INR) infavour of the Owner from any reputed commercial bank @ acceptable toOwner. The value of such Financial Security for DevelopmentGuarantee and/ or Contract Performance Guarantee shall beguaranteed towards the faithful performance/ compliance of this JointDeed of Undertaking in accordance with the terms & conditionsspecified herein. The guarantee shall be unconditional, irrevocable andvalid as stipulated under the Contract. The guarantee amount shall bepayable to Owner on demand without any demur, reservation, protestor contest.310208112 (Madh NLW Jan ‘09) A - 34Signature of Bidderwith Seal and Date


CMPDI6.0That this Deed will form an integral part of the Contract awarded to theBidder (LM) on acceptance of its Proposal and shall be operative from thedate of the Contract coming into force.IN WITNESS WHEREOF, the Associate(s) and the Bidder (LM) have,through their authorised representatives, set their hands and seal onthe day, month and year first mentioned above.BIDDERFor and on behalf of M/s ………………………………………… (name of the Bidder/ LM)Signature …………………………………. (the Authorised Signatory)Name of the Signatory ………………………………………..Designation ……………………………Company’s ………………………….Stamp / SealWITNEESS (1)Signature …………………………..Name ………………………………..Official Address …………………………WITNESS (2)Signature ………………………..Name ………………………………Official Address ……………………….ASSOCIATE(S)For and on behalf of (1) M/s ……………… (2) M/s ……………… (3) M/s ……………*(Name of the Associates)Signature (1) M/s ……………… (2) M/s ……………… (3) M/s ……………*(Authorised Signatory)Name of the Signatory (1) .………………. (2) …………………… (3) …………………*Designation (1) .………………. (2) …………………… (3) …………………*Company’s (1) .………………. (2) …………………… (3) ………………...*Stamp / SealWITNEESS (1)WITNESS (2)Signature …………………………..Name ………………………………..Official Address …………………………Signature ………………………..Name ………………………………Official Address ……………………….310208112 (Madh NLW Jan ‘09) A - 35Signature of Bidderwith Seal and Date


CMPDI@ The Bank Guarantee shall be from any of the Bank listed in Bid Document(Annexure-1 of RFQ).* Strike out whichever is not applicable.**Association/ Consortium formed for execution of this subject work will beeffective from the date of signing of the Contract. However, so far as its tenureafter commercial operation is concerned, it will be as follows:Bidder i.e. Lead Member : Entire Contract periodAssociate with experience of set up : Two years/ None OrMore than two years butless than 10 years (no. ofyears to be specified)OrEntire Contract periodAssociate with experience of operation : As per Cl. No.5.1.4(b)of RFQ document310208112 (Madh NLW Jan ‘09) A - 36Signature of Bidderwith Seal and Date


CMPDIAPPENDIX – 14Bidder seeking Qualification under Cl. 5.1.3 of RFQ Document(in capacity of ‘Sole-Bidder’)PROR<strong>FOR</strong>MA <strong>FOR</strong> BANK GUARANTEE <strong>FOR</strong> DEVELOPMENTGUARANTEE TO BE FURNISHED BY THE SOLE BIDDER(TO BE FURNISHED IN NON-JUDICIAL STAMP PAPER OFAPPROPRIATE VALUE IN ACCORDANCE WITH STAMP ACT)To,<strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> LimitedKoyla BhawanP.O: <strong>BCCL</strong> TownshipDhanbad-826005In consideration of <strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Limited (hereinafter referred to as‘Owner’/ ‘Company’ which expression shall unless repugnant to the context ormeaning thereof, include its successors-in-interest, administrators andassigns) having awarded to M/s ............................ (the Bidder) withits ............................ (registered/ principal/ head* etc.) Officeat .................................... (address of the Bidder) hereinafter referred to as“the Bidder” which expression shall unless repugnant to the context ormeaning thereof, include its successors-in-interest, administrators andpermitted assigns a Contract for Madhuband <strong>Coal</strong> Washery for NLW coal inthe vicinity of existing Madhuband Washery of <strong>BCCL</strong> on BOM concept videits Letter of Acceptance no. ...................... dated ......................... and thesame having been unequivocally accepted by the Bidder to enter into a“Contract” and having agreed to provide a Development Guarantee amountingto Rs. --- Million (INR) for a plant of capacity 5.0 Mtpa:1. We, ............................. (name of the Bank), having its Head Officeat ..................... (hereinafter referred to as the “Bank” which expression shall,unless repugnant to the context of meaning thereof, include itssuccessors-in-interest, administrators, executors and assigns) do hereby310208112 (Madh NLW Jan ‘09) A - 37Signature of Bidderwith Seal and Date


CMPDIguarantee on behalf of M/s ………….… (the Bidder) and undertake to pay toOwner on demand any and all moneys to the extent of Rs. ---- Million (INR)only for a plant of capacity 5.0 Mtpa as aforesaid at any time upto ..……... (i.e.,the date, which will be one year after expiry of Guarantee period of thewashery) without any demur, reservation, contest recourse or protest and/ orwithout any reference to M/s ................................ (the Bidder). Any suchdemand made by Owner on the Bank shall be conclusive and binding,notwithstanding any difference between Owner and M/s ................................(the Bidder) pending before any Court, Tribunal, Arbitrator or any otherAuthority. The Bank do hereby undertakes not to revoke this guarantee duringits currency without previous written consent to Owner and further agrees thatthe guarantee herein contained shall continue to remain enforceable till Ownerdischarges this guarantee.2. Owner shall have the fullest liberty, without affecting in any way theliability of the Bank under this Guarantee from time to time to extend the timefor performance of the Contract beyond …………. (i.e., the date, which will beone year after the expiry of Guarantee Period). Owner shall also have thefullest liberty, without affecting this Guarantee, to postpone from time to timethe exercise of any powers vested in them or of any right which they mighthave against the Bidder and to exercise the same at any time in any manner,and either to enforce or to forebear or to enforce any covenants, contained orimplied, in the Contract, between Owner and the Bidder or any other course orremedy or security available to Owner. The Bank shall not be released of itsobligations under these presents by an exercise by the Owner of its libertywith reference to matter aforesaid or any of them or by reason of any other actof forbearance or other acts of omission or commission on the part of Owneror any other indulgence shown by Owner or any other matter or thingwhatsoever which under law would, but for this provision, have the effect ofrelieving the Bank from its obligations.3. The Bank also agrees that Owner at its option shall be entitled toenforce this Guarantee against the Bank as a principal debtor, in the firstinstance without proceeding against Bidder and not withstanding any security310208112 (Madh NLW Jan ‘09) A - 38Signature of Bidderwith Seal and Date


CMPDIor other guarantee that Owner may have in relation to Bidder’s liabilities.4. We, the said Bank, lastly undertake not to revoke this Guarantee duringthe currency except with the previous consent of the Owner in writing andagree that any change in the constitution of the said Bidder or the said Bankshall not discharge our liability hereunder.5. Notwithstanding anything contained hereinabove our liability under thisGuarantee is restricted to Rs. ---- Million (INR) for a plant of capacity 5.0 Mtpaand shall remain in force upto and including ………. (the date, which will beone year after the expiry of Guarantee period of the washery) and shall beextended from time to time for such period, as may be desired byM/s ........................... (the Bidder) on whose behalf this guarantee has beengiven.Dated this ....... day of .............. (month) 200 ....... (year) at ............ (place)For and on behalf of the Bank(Authorised Signatories of Bank)(Signature)……………………………..Name & Designation ……………………(Bank’s Seal)WITNEESS (1)Signature …………………………..Name ………………………………..Official Address …………………………Notes :Attorney as per power ofAttorney No…………………………..……………………………………….WITNESS (2)Signature ………………………..Name ………………………………Official Address ……………………….1. The Non-judicial Stamp paper(s) of appropriate value shall be in thename of guarantee issuing bank.2. The Bank Guarantee shall be from any of the Bank listed in BidDocument (Annexure-1 of RFQ).3. * Strike out whichever is not applicable310208112 (Madh NLW Jan ‘09) A - 39Signature of Bidderwith Seal and Date


To,CMPDIAPPENDIX – 15 (A)Bidder (Lead Member) seeking Qualification along with Associate(s)PROR<strong>FOR</strong>MA <strong>FOR</strong> BANK GUARANTEE <strong>FOR</strong> DEVELOPMENTGUARANTEE TO BE FURNISHED BY THE BIDDER (LEAD MEMBER)(TO BE FURNISHED IN NON-JUDICIAL STAMP PAPER OFAPPROPRIATE VALUE IN ACCORDANCE WITH STAMP ACT)<strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> LimitedKoyla BhawanP.O: <strong>BCCL</strong> TownshipDhanbad-826005In consideration of <strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Limited (hereinafter referred to as‘Owner’/ ‘Company’ which expression shall unless repugnant to the context ormeaning thereof, include its successors-in-interest, administrators andassigns) having awarded to M/s .................................. (the Bidder) with its……………….. (registered/ principal/ head* etc.) Officeat .................................... (address of the Bidder) hereinafter referred to as“the Bidder” which expression shall unless repugnant to the context ormeaning thereof, include its successors-in-interest, administrators andpermitted assigns a Contract for Madhuband <strong>Coal</strong> Washery for NLW coal inthe vicinity of existing Madhuband Washery of <strong>BCCL</strong> on BOM concept videits Letter of Acceptance no. ...................... dated ......................... and thesame having been unequivocally accepted by the Bidder and the Associate toenter into a “Contract” which award is on the strength of Joint Deed ofUndertaking dated ................. (hereinafter referred to as “JDU”) given byM/s ................. (Bidder) and by (1) M/s ...................... , (2) M/s .........................& (3) M/s ...........................* (hereinafter called Associate 1, 2 & 3*respectively). The Bidder has agreed to provide a Development Guaranteeamounting to Rs. ---- Million INR being ……………% (according to Bidder’sstake) of the Total Financial Security for a plant of capacity 5.0 Mtpa or on theterms and conditions specified in the JDU :310208112 (Madh NLW Jan ‘09) A - 40Signature of Bidderwith Seal and Date


CMPDI1 We, .......................... (name of the Bank), having its Head Officeat .................. (hereinafter referred to as the “Bank” which expression shall,unless repugnant to the context of meaning thereof, include itssuccessors-in-interest, administrators, executors and assigns) do herebyguarantee on behalf of M/s ………… (the Bidder) and undertake to pay toOwner on demand any and all money to the extent of Rs. ----- Million INRbeing ……………% (according to Bidder’s stake) of the Total FinancialSecurity for a plant of capacity 5.0 Mtpa as aforesaid at any time upto ..……...(i.e., the date, which will be one year after expiry of Guarantee period of thewashery) without any demur, reservation, contest recourse or protest and/ orwithout any reference to M/s ................. (the Bidder). Any such demand madeby Owner on the Bank shall be conclusive and binding, notwithstanding anydifference between Owner and M/s …..... (the Bidder) pending before anyCourt, Tribunal, Arbitrator or any other Authority. The Bank do herebyundertakes not to revoke this guarantee during its currency without previouswritten consent to Owner and further agrees that the guarantee hereincontained shall continue to remain enforceable till Owner discharges thisguarantee.2 Owner shall have the fullest liberty, without affecting in any way theliability of the Bank under this Guarantee from time to time to extend the timefor performance of the Contract beyond ……. (i.e., the date, which will be oneyear after the expiry of guarantee period of the washery). Owner shall alsohave the fullest liberty, without affecting this Guarantee, to postpone from timeto time the exercise of any power vested in them or of any right which theymight have against the Bidder and to exercise the same at any time in anymanner, and either to enforce or to forebear or to enforce any covenants,contained or implied, in the Contract, between Owner and the Bidder or anyother course or remedy or security available to Owner. The Bank shall not bereleased of its obligations under these presents by an exercise by Owner of itsliberty with reference to matter aforesaid or any of them or by reason of anyother act of forbearance or other acts of omission or commission on the partof Owner or any other indulgence shown by Owner or any other matter orthing whatsoever which under law would, but for this provision, have the effect310208112 (Madh NLW Jan ‘09) A - 41Signature of Bidderwith Seal and Date


of relieving the Bank from its obligations.CMPDI3 The Bank also agrees that Owner at its option shall be entitled toenforce this Guarantee against the Bank as a principal debtor, in the firstinstance without proceeding against Bidder and not withstanding any securityor other guarantee that Owner may have in relation to Bidder’s liabilities.4. We, the said Bank, lastly undertake not to revoke this Guarantee duringthe currency except with the previous consent of the Owner in writing andagree that any change in the constitution of the said Bidder or the said Bankshall not discharge our liability hereunder.5. Notwithstanding anything contained hereinabove our liability under thisGuarantee is restricted to Rs. ---- Million INR being ……………% (accordingto Bidder’s stake) of the Total Development Guarantee (Financial Security) fora plant of capacity 5.0 Mtpa and shall remain in force upto and including………. (the date, which will be one year after expiry of guarantee period ofthe washery) and shall be extended from time to time for such period, as maybe desired by M/s ........................... (the Bidder) on whose behalf thisguarantee has been given.Dated this ....... day of .............. (month) 200 ....... (year) at ............ (place)For and on behalf of the Bank(Authorised Signatories of Bank)Attorney as per power ofAttorney No…………………………..……………………………………….(Signature)……………………………..Name & Designation ……………………(Bank’s Seal)WITNEESS (1)Signature …………………………..Name ………………………………..WITNESS (2)Signature ………………………..Name ………………………………Official Address …………………………Notes :Official Address ……………………….1. The Non-judicial Stamp paper(s) of appropriate value shall be in the name of guaranteeissuing bank.2. The Bank Guarantee shall be from any of the Bank listed in Bid Document (Annexure-1of RFQ).3. * Strike out whichever is not applicable310208112 (Madh NLW Jan ‘09) A - 42Signature of Bidderwith Seal and Date


CMPDIAPPENDIX – 15 (B)Bidder (Lead Member) seeking Qualification along with Associate(s)PROR<strong>FOR</strong>MA <strong>FOR</strong> BANK GUARANTEE <strong>FOR</strong> DEVELOPMENTGUARANTEE TO BE FURNISHED BY EACH ‘ASSOCIATE’ SEPARATELYTo,(TO BE FURNISHED IN NON-JUDICIAL STAMP PAPER OFAPPROPRIATE VALUE IN ACCORDANCE WITH STAMP ACT)<strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> LimitedKoyla BhawanP.O: <strong>BCCL</strong> TownshipDhanbad-826005In consideration of <strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Limited (hereinafter referred to as‘Owner’/ ‘Company’ which expression shall unless repugnant to the context ormeaning thereof, include its successors-in-interest, administrators andassigns) having awarded to M/s .................................. (the Bidder) with its…………….. (registered/ principal/ head* etc.) office at ........................(address of the Bidder) hereinafter referred to as “the Bidder” whichexpression shall unless repugnant to the context or meaning thereof, includeits successors-in-interest, administrators and permitted assigns a Contract forMadhuband <strong>Coal</strong> Washery for NLW coal in the vicinity of existing MadhubandWashery of <strong>BCCL</strong> on BOM concept vide its Letter of Acceptanceno. ...................... dated ......................... and the same having beenunequivocally accepted by the Bidder & the Associate to enter into a“Contract” which award is on the strength of Joint Deed of Undertakingdated ................. (hereinafter referred to as “JDU”) given by M/s ....................(Bidder) and by (1) M/s ...................., (2) M/s ......................... & (3)M/s ...........................* (hereinafter called Associate 1, 2 & 3 respectively). M/s………………. (Associate 1/ 2/ 3*) has agreed to provide a DevelopmentGuarantee amounting to Rs. ---- Million INR being …….% (according to theAssociate’s stake) of the Total Financial Security for a plant of capacity 5.0Mtpa on the terms & conditions specified in the JDU :310208112 (Madh NLW Jan ‘09) A - 43Signature of Bidderwith Seal and Date


CMPDI1. We, .......................... (name of the Bank), having its Head Officeat .................. (hereinafter referred to as the “Bank” which expression shall,unless repugnant to the context of meaning thereof, include itssuccessors-in-interest, administrators, executors and assigns) do herebyguarantee on behalf of M/s ………… (the Associate 1/ 2/ 3*) and undertake topay to the Owner on demand any and all money to the extent of Rs. ----Million INR being …….% (according to the Associate’s 1/ 2/ 3* stake) of theTotal Financial Security for a plant of capacity 5.0 Mtpa as aforesaid at anytime upto ..……... (i.e., the date, which will be one year after expiry ofGuarantee Period of the washery) without any demur, reservation, contestrecourse or protest and/ or without any reference to M/s ....................... (theAssociate 1/ 2/ 3*). Any such demand made by Owner on the Bank shall beconclusive and binding, notwithstanding any difference between Owner andM/s …………..... (the Associate 1/ 2/ 3*) pending before any Court, Tribunal,Arbitrator or any other Authority. The Bank do hereby undertakes not torevoke this guarantee during its currency without previous written consent toOwner and further agrees that the guarantee herein contained shall continueto remain enforceable till Owner discharges this guarantee.2. Owner shall also have the fullest liberty, without affecting thisGuarantee, to postpone from time to time the exercise of any power vested inthem or of any right which they might have against the Bidder or the Associateand to exercise the same at any time in any manner, and either to enforce orto forebear or to enforce any covenants, contained or implied, in the Contract,or any other course or remedy or security available to Owner. The Bank shallnot be released of its obligations under these presents by an exercise byOwner of its liberty with reference to matter aforesaid or any of them or byreason of any other act of forbearance or other acts of omission orcommission on the part of Owner or any other indulgence shown by Owner orany other matter or thing whatsoever which under law would, but for thisprovision, have the effect of relieving the Bank from its obligations.3. The Bank also agrees that Owner at its option shall be entitled toenforce this Guarantee against the Bank as a principal debtor, in the firstinstance without proceeding against the Associate 1/ 2/ 3* and not310208112 (Madh NLW Jan ‘09) A - 44Signature of Bidderwith Seal and Date


CMPDIwithstanding any security or other guarantee that Owner may have in relationto Associate’s 1/ 2/ 3* liabilities.4. We, the said Bank, lastly undertake not to revoke this Guarantee duringthe currency except with the previous consent of the Owner in writing andagree that any change in the constitution of the said Associate 1/ 2/ 3* or thesaid Bank shall not discharge our liability hereunder.5. Notwithstanding anything contained hereinabove our liability under thisGuarantee is restricted to Rs. ---- Million INR being …….% (according to theAssociate’s 1/ 2/ 3* stake) of the Total Development Guarantee (FinancialSecurity) for a plant of capacity 5.0 Mtpa and shall remain in force upto andincluding ………. (the date, which will be one year after the expiry ofguarantee period of the washery) and shall be extended from time to time forsuch period, as may be desired by M/s ........................... (the Associate 1/ 2/3*) on whose behalf this guarantee has been given.Dated this ....... day of .............. (month) 200 ....... (year) at ............ (place)For and on behalf of the Bank(Authorised Signatories of Bank)Attorney as per power ofAttorney No…………………………..……………………………………….(Signature)……………………………..Name & Designation ……………………(Bank’s Seal) …………………..WITNEESS (1)Signature …………………………..Name ………………………………..Official Address …………………………Notes :WITNESS (2)Signature ………………………..Name ………………………………Official Address ……………………….1. The Non-judicial Stamp paper(s) of appropriate value shall be in the name ofguarantee issuing bank.2. The Bank Guarantee shall be from any of the Bank listed in Bid Document(Annexure-1 of RFQ).3. * Strike out whichever is not applicable310208112 (Madh NLW Jan ‘09) A - 45Signature of Bidderwith Seal and Date


To,CMPDIAPPENDIX – 16Bidder seeking Qualification under Cl. 5.1.3 of RFQ Document(in the capacity of ‘Sole-Bidder’)PROR<strong>FOR</strong>MA <strong>FOR</strong> BANK GUARANTEE <strong>FOR</strong> CONTRACTPER<strong>FOR</strong>MANCE GUARANTEE TO BE FURNISHED BY SOLE BIDDER(TO BE FURNISHED IN NON-JUDICIAL STAMP PAPER OFAPPROPRIATE VALUE IN ACCORDANCE WITH STAMP ACT)<strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> LimitedKoyla BhawanP.O: <strong>BCCL</strong> TownshipDhanbad-826005In consideration of <strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> limited (hereinafter referred to as‘Owner’/ ‘Company’ which expression shall unless repugnant to the context ormeaning thereof, include its successors-in-interest, administrators andassigns) having been unequivocally entered into a “Contract” between Ownerand M/s .................................. (Sole Bidder) with its …………….. (registered/principal/ head* etc.) office at ................................... (address of the SoleBidder) hereinafter referred to as “BOMO” which expression shall unlessrepugnant to the context or meaning thereof, include its successors-in-interest,administrators and permitted assigns vide Contract No. …………. dated………… for Madhuband <strong>Coal</strong> Washery for NLW coal in the vicinity of existingMadhuband Washery of <strong>BCCL</strong> on ‘Build-Operate-Maintain’ concept andhaving agreed to substitute the Development Guarantee by a CONTRACTPER<strong>FOR</strong>MANCE GUARANTEE of value equivalent to 10% of annual washingcharges amounting to Rs. ---- Million (INR) for a plant of capacity 5.0 Mtpawithin before thirty (30) days from expiry of one year after the guaranteeperiod of the washery, and also having agreed that the Contract PerformanceGuarantee will be operational for contract period of operation & maintenance,in the form of Bank Guarantee. The CPG will be valid for one year andessentially required to be replaced every year on the basis of revised washingcharges, till the completion of contract period :310208112 (Madh NLW Jan ‘09) A - 46Signature of Bidderwith Seal and Date


CMPDI1. We, ............................. (name of the Bank), having its Head Officeat ..................... (hereinafter referred to as the “Bank” which expressionshall, unless repugnant to the context of meaning thereof, include itssuccessors-in-interest, administrators, executors and assigns) do herebyguarantee on behalf of M/s ………… (the BOMO) and undertake to pay toOwner on demand any and all money to the extent of Rs. ---- Million (INR) fora plant of capacity 5.0 Mtpa only as aforesaid at any time upto ..……... (i.e.,the date, which will be thirty days after the completion of every two years fromthe date of issue of this guarantee) without any demur, reservation, contestrecourse or protest and/ or without any reference to M/s ................................(BOMO). Any such demand made by Owner on the Bank shall be conclusiveand binding, notwithstanding any difference between Owner andM/s ................................ (the BOMO) pending before any Court, Tribunal,Arbitrator or any other Authority. The Bank do hereby undertakes not torevoke this guarantee during its currency without previous written consent toOwner and further agrees that the guarantee herein contained shall continueto remain enforceable till Owner discharges this guarantee.2. The Owner shall also have the fullest liberty, without affecting thisGuarantee, to postpone from time to time the exercise of any powers vestedin them or of any right which they might have against the BOMO and toexercise the same at any time in any manner, and either to enforce or toforebear or to enforce any covenants, contained or implied, in the Contract,between Owner and the BOMO or any other course or remedy or securityavailable to Owner. The Bank shall not be released of its obligations underthese presents by an exercise by Owner of its liberty with reference to matteraforesaid or any of them or by reason of any other act of forbearance or otheracts of omission or commission on the part of Owner or any other indulgenceshown by Owner or any other matter or thing whatsoever which under lawwould, but for this provision, have the effect of relieving the Bank from itsobligations.3. The Bank also agrees that Owner at its option shall be entitled toenforce this Guarantee against the Bank as a principal debtor, in the first310208112 (Madh NLW Jan ‘09) A - 47Signature of Bidderwith Seal and Date


CMPDIinstance without proceeding against BOMO and not withstanding any securityor other guarantee that Owner may have in relation to BOMO’s liabilities.4. We, the said Bank, lastly undertake not to revoke this Guarantee duringthe currency except with the previous consent of the Owner in writing andagree that any change in the constitution of the said BOMO or the said Bankshall not discharge our liability hereunder.5. Notwithstanding anything contained hereinabove our liability under thisGuarantee is restricted to Rs. ---- Million (INR) for a plant of capacity 5.0 Mtpaand shall remain in force upto and including ………. (the date) and shall besuitably replaced from time to time for the period, as may be desired byM/s ........................... (BOMO) on whose behalf this guarantee has beengiven.Dated this ....... day of .............. (month) 200 ....... (year) at ............ (place)For and on behalf of the Bank(Authorised Signatories of Bank)(Signature)……………………………..Attorney as per power ofAttorney No…………………………..……………………………………….Name & Designation ……………………(Bank’s Seal) …………………..WITNEESS (1)Signature …………………………..Name ………………………………..WITNESS (2)Signature ………………………..Name ………………………………Official Address …………………………Notes :Official Address ……………………….1. The Non-judicial Stamp paper(s) of appropriate value shall be in the name ofguarantee issuing bank.2. The Bank Guarantee shall be from any of the Bank listed in Bid Document(Annexure-1 of RFQ).3. * Strike out whichever is not applicable310208112 (Madh NLW Jan ‘09) A - 48Signature of Bidderwith Seal and Date


To,CMPDIAPPENDIX – 17 (A)Bidder (Lead Member) seeking Qualification along with Associate(s)PROR<strong>FOR</strong>MA <strong>FOR</strong> BANK GUARANTEE <strong>FOR</strong> CONTRACTPER<strong>FOR</strong>MANCE GUARANTEE TO BE FURNISHEDBY THE BIDDER (LEAD MEMBER)(TO BE FURNISHED IN NON-JUDICIAL STAMP PAPER OFAPPROPRIATE VALUE IN ACCORDANCE WITH STAMP ACT)<strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> LimitedKoyla BhawanP.O: <strong>BCCL</strong> TownshipDhanbad-826005In consideration of <strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Limited (hereinafter referred to as‘Owner’/ ‘Company’ which expression shall unless repugnant to the context ormeaning thereof, include its successors-in-interest, administrators andassigns) having been unequivocally entered into a “Contract” between Ownerand M/s ............................... (the Bidder) with its ……………. (registered/principal/ head* etc.) office at ............................. (address of the Bidder)hereinafter referred to as “Bidder” which expression shall unless repugnant tothe context or meaning thereof, include its successors-in-interest,administrators and permitted assigns vide Contract No. …………. dated………… for Madhuband <strong>Coal</strong> Washery for NLW coal in the vicinity of existingMadhuband Washery of <strong>BCCL</strong> on ‘Build-Operate-Maintain’ concept whichaward is on the strength of Deed of Joint Undertaking dated .................(hereinafter referred to as “JDU”) given by M/s ................... (Bidder) and by (1)M/s .................... , (2) M/s ......................... & (3) M/s ...........................*(hereinafter called Associate 1, 2 & 3 respectively) and having agreed tosubstitute the Development Guarantee by a CONTRACT PER<strong>FOR</strong>MANCEGUARANTEE of value equivalent to 10% of annual washing chargesamounting to Rs. ---- Million INR (for a plant of capacity 5.0 Mtpa). The Bidderhas agreed to provide Contract Performance Guarantee (CPG) amounting toRs. ---- Million (INR) being ……..% in proportion to the Bidder’s stake for a310208112 (Madh NLW Jan ‘09) A - 49Signature of Bidderwith Seal and Date


CMPDIplant of capacity 5.0 Mtpa or Rs. ……… Million (INR) for a plant of capacity5.0 Mtpa on the basis of revised stake of the Bidder (as the Associate 1/ 2/ 3*retires and gets relieved off liabilities pertaining to operation & maintenance ofthe said washery along with Development Guarantee) within before thirty (30)days from expiry of one year after the expiry of Guarantee Period of thewashery, and also having agreed that the Contract Performance Guaranteewill be operational for the contract period in the form of Bank Guarantee,which may initially be valid for one year and essentially required to bereplaced every year on the basis of revised washing charges till thecompletion of contract period. After two years of commercial operation, anyAssociate may have the liberty to leave the association as per Cl. No. 5.1.4(b)/ i, ii & iii of RFQ document. In that case the Bidder and the remainingAssociate will share the total CPG in proportion to their revised stakes. This isalso setforth here that the washing charges which will be paid by <strong>BCCL</strong> shallbe distributed amongst the Bidder and the existing Associate(s) in proportionto their present stakes:1. We, .......................... (name of the Bank), having its Head Officeat .................. (hereinafter referred to as the “Bank” which expression shall,unless repugnant to the context of meaning thereof, include itssuccessors-in-interest, administrators, executors and assigns) do herebyguarantee on behalf of M/s ………… (the Bidder) and undertake to pay toOwner on demand any and all money to the extent of Rs. ……… Million INRbeing …..% (according to Bidder’s stake) of the CPG for a plant of capacity5.0 Mtpa or Rs. ….. Million (INR) for a plant of capacity 5.0 Mtpa on the basisof revised stake of the Bidder (as the Associate 1/ 2/ 3* retires and getsrelieved off liabilities pertaining to operation & maintenance of the saidwashery alongwith Development Guarantee) only as aforesaid at any timeupto ..……... (i.e., the date, which will be thirty days after the completion ofevery two years from the date of issue of this guarantee) without any demur,reservation, contest, recourse or protest and/ or without any reference toM/s ....................... (the Bidder). Any such demand made by Owner on theBank shall be conclusive and binding, notwithstanding any difference betweenOwner and M/s …..... (the Bidder) pending before any Court, Tribunal,310208112 (Madh NLW Jan ‘09) A - 50Signature of Bidderwith Seal and Date


CMPDIArbitrator or any other Authority. The Bank do hereby undertakes not torevoke this guarantee during its currency without previous written consent toOwner and further agrees that the guarantee herein contained shall continueto remain enforceable till Owner discharges this guarantee.2. Owner shall also have the fullest liberty, without affecting thisGuarantee, to postpone from time to time the exercise of any powers vestedin them or of any right which they might have against the Bidder and toexercise the same at any time in any manner, and either to enforce or toforebear or to enforce any covenants, contained or implied, in the Contract,between Owner and the Bidder or any other course or remedy or securityavailable to Owner. The Bank shall not be released of its obligations underthese presents by an exercise by Owner of its liberty with reference to matteraforesaid or any of them or by reason of any other act of forbearance or otheracts of omission or commission on the part of Owner or any other indulgenceshown by Owner or any other matter or thing whatsoever which under lawwould, but for this provision, have the effect of relieving the Bank from itsobligations.3. The Bank also agrees that Owner at its option shall be entitled toenforce this Guarantee against the Bank as a principal debtor, in the firstinstance without proceeding against Bidder and not withstanding any securityor other guarantee that Owner may have in relation to Bidder’s liabilities.4. We, the said Bank, lastly undertake not to revoke this Guarantee duringthe currency except with the previous consent of the Owner in writing andagree that any change in the constitution of the said Bidder or the said Bankshall not discharge our liability hereunder.5. Notwithstanding anything contained hereinabove our liability under thisGuarantee is restricted to Rs. ….. Million INR being …….% (according toBidder’s stake) of the Total Contract Performance Guarantee (FinancialSecurity) for a plant of capacity 5.0 Mtpa or Rs. …… Million (INR) for a plantof capacity 5.0 Mtpa on the basis of revised stake of the Bidder (as theAssociate 1/ 2/ 3* retires and gets relieved off liabilities pertaining to operation310208112 (Madh NLW Jan ‘09) A - 51Signature of Bidderwith Seal and Date


CMPDI& maintenance of the said washery alongwith Development Guarantee) andshall remain in force upto and including ………. (the date) and shall besuitably replaced from time to time for such period, as may be desired byM/s ........................... (the Bidder) on whose behalf this guarantee has beengiven.Dated this ....... day of .............. (month) 200 ....... (year) at ............ (place)For and on behalf of the Bank(Authorised Signatories of Bank)Attorney as per power ofAttorney No…………………………..……………………………………….(Signature)……………………………..Name & Designation ……………………(Bank’s Seal)……………………………WITNEESS (1)Signature …………………………..Name ………………………………..Official Address …………………………WITNESS (2)Signature ………………………..Name ………………………………Official Address ……………………….Notes :1. The Non-judicial Stamp paper(s) of appropriate value shall be in thename of guarantee issuing bank.2. The Bank Guarantee shall be from any of the Bank listed in BidDocument (Annexure-1 of RFQ).3. * Strike out whichever is not applicable310208112 (Madh NLW Jan ‘09) A - 52Signature of Bidderwith Seal and Date


To,CMPDIAPPENDIX – 17 (B)Bidder (Lead Member) seeking Qualification along with Associate(s)PROR<strong>FOR</strong>MA <strong>FOR</strong> BANK GUARANTEE <strong>FOR</strong> CONTRACTPER<strong>FOR</strong>MANCE GUARANTEE TO BE FURNISHEDBY EACH ‘ASSOCIATE’ SEPARATELY(TO BE FURNISHED IN NON-JUDICIAL STAMP PAPER OFAPPROPRIATE VALUE IN ACCORDANCE WITH STAMP ACT)<strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> LimitedKoyla BhawanP.O: <strong>BCCL</strong> TownshipDhanbad-826005In consideration of <strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Limited (hereinafter referred to as‘Owner’/ ‘Company’ which expression shall unless repugnant to the context ormeaning thereof, include its successors-in-interest, administrators andassigns) having been unequivocally entered into a “Contract” between Ownerand M/s ............... .................. with its ……………… (registered/ principal/head* etc.) office at ............................. (address of the Bidder) hereinafterreferred to as “the Bidder” which expression shall unless repugnant to thecontext or meaning thereof, include its successors-in-interests, administratorsand permitted assigns vide Contract No. …………. dated ………… forMadhuband <strong>Coal</strong> Washery for NLW coal in the vicinity of existing MadhubandWashery of <strong>BCCL</strong> on ‘Build-Operate-Maintain’ concept which award is on thestrength of Joint Deed of Undertaking dated ................. (hereinafter referred toas “JDU”) given by M/s ........................ (Bidder) and by (1) M/s ............... , (2)M/s ......................... & (3) M/s ...........................* (hereinafter called Associate1, 2 & 3* respectively) and having agreed to substitute the DevelopmentGuarantee by a CONTRACT PER<strong>FOR</strong>MANCE GUARANTEE of valueequivalent to 10% of annual washing charges amounting to Rs. …… MillionINR for a plant of capacity 5.0 Mtpa. The Associate 1/ 2/ 3* has agreed toprovide CPG amounting to Rs. …….. Million (INR) being ……..% in proportionthe Associate’s 1/ 2/ 3* stake for a plant of capacity 5.0 Mtpa or Rs. ……..310208112 (Madh NLW Jan ‘09) A - 53Signature of Bidderwith Seal and Date


CMPDIMillion (INR) for a plant of capacity 5.0 Mtpa on the basis of revised stake ofthe Associate 1/ 2/ 3* (as the Associate 1/ 2/ 3* retires and gets relieved offliabilities pertaining to operation & maintenance of the said washery alongwiththe DG) within before thirty (30) days from expiry of one year after theGuarantee Period of the washery, and also having agreed that the ContractPerformance Guarantee will be operational for the contract period in the formof Bank Guarantee, which may initially be valid for one year and essentiallyrequired to be replaced every year till the completion of contract period:1. We, .......................... (name of the Bank), having its Head Officeat .................. (hereinafter referred to as the “Bank” which expression shall,unless repugnant to the context of meaning thereof, include itssuccessors-in-interest, administrators, executors and assigns) do herebyguarantee on behalf of M/s ………… (the Associate 1/ 2/ 3*) and undertake topay to Owner on demand any and all money to the extent of Rs. …. MillionINR being ……% of the CPG (according to the stakes of Associate 1/ 2/ 3*)for a plant of capacity 5.0 Mtpa as aforesaid at any time upto ..……... (i.e., thedate, which will be thirty days after the completion of every year from the dateof issue of this guarantee) without any demur, reservation, contest recourse orprotest and/ or without any reference to M/s ....................... (the Associate 1/2/ 3*). Any such demand made by Owner on the Bank shall be conclusive andbinding, notwithstanding any difference between Owner and M/s ………….....(the Associate 1/ 2/ 3*) pending before any Court, Tribunal, Arbitrator or anyother Authority. The Bank do hereby undertakes not to revoke this guaranteeduring its currency without previous written consent to Owner and furtheragrees that the guarantee herein contained shall continue to remainenforceable till Owner discharges this guarantee.2. Owner shall also have the fullest liberty, without affecting thisGuarantee, to postpone from time to time the exercise of any power vested inthem or of any right which they might have against the Bidder or theAssociate(s) and to exercise the same at any time in any manner, and eitherto enforce or to forebear or to enforce any covenants, contained or implied, inthe Contract, or any other course or remedy or security available to Owner.310208112 (Madh NLW Jan ‘09) A - 54Signature of Bidderwith Seal and Date


CMPDIThe Bank shall not be released of its obligations under these presents by anexercise by Owner of its liberty with reference to matter aforesaid or any ofthem or by reason of any other act of forbearance or other acts of omission orcommission on the part of Owner or any other indulgence shown by Owner orany other matter or thing whatsoever which under law would, but for thisprovision, have the effect of relieving the Bank from its obligations.3. The Bank also agrees that Owner at its option shall be entitled toenforce this Guarantee against the Bank as a principal debtor, in the firstinstance without proceeding against Associate 1/ 2/ 3* and not withstandingany security or other guarantee that Owner may have in relation toAssociate’s liabilities.4. We, the said Bank, lastly undertake not to revoke this Guarantee duringthe currency except with the previous consent of the Owner in writing andagree that any change in the constitution of the said Associate or the saidBank shall not discharge our liability hereunder.5. Notwithstanding anything contained hereinabove our liability under thisGuarantee is restricted to Rs. …. Million INR being ……….% (according to thestakes of Associate 1/ 2/ 3*) of the Total Contract Performance Guarantee(Financial Security) for a plant of capacity 5.0 Mtpa or Rs. ……. Million (INR)for a plant of capacity 5.0 Mtpa capacity on the basis of revised stakes of theAssociate 1/ 2/ 3* (as the Associate 1/ 2/ 3* retires and gets relieved offliabilities pertaining to operation & maintenance of the said washery alongwiththe DG) and shall remain in force upto and including ………. (the date) andshall be suitably replaced from time to time for such period, as may be desiredby M/s ........................... (the Associate 1/ 2/ 3*) on whose behalf thisguarantee has been given.310208112 (Madh NLW Jan ‘09) A - 55Signature of Bidderwith Seal and Date


Dated this ....... day of .............. (month) 200 ....... (year) at ............ (place)CMPDIFor and on behalf of the Bank(Authorised Signatories of Bank)(Signature)……………………………..Attorney as per power ofAttorney No…………………………..……………………………………….Name & Designation ……………………(Bank’s Seal)……………………………WITNEESS (1)Signature …………………………..Name ………………………………..WITNESS (2)Signature ………………………..Name ………………………………Official Address …………………………Official Address ……………………….Notes :1. The Non-judicial Stamp paper(s) of appropriate value shall be in thename of guarantee issuing bank.2. The Bank Guarantee shall be from any of the Bank listed in BidDocument (Annexure-1 of RFQ).3. * Strike out whichever is not applicable310208112 (Madh NLW Jan ‘09) A - 56Signature of Bidderwith Seal and Date


CMPDIAPPENDIX – 18<strong>FOR</strong>MAT <strong>FOR</strong> DETAILED IMPLEMENTATION PLAN INDICATING MAJORMILESTONE (IN THE <strong>FOR</strong>M OF BAR CHART)Sl.No.Project Execution – Major Milestone (Task)Duration(18 Months)1 Signing of Contract ……….(Zero Date)2 Basic Design & Engineering3 Procurement of Equipment4 Detail Design & Engineering5 Erection & Commissioning6 Performance Guarantee Test7 Commencement of Commercial Operation (i.e.Regular Despatch of Washed coal)……….(Base Date)Note :1. Zero date reckon from Signing of Contract2. Period of Guarantee of the Washery from ………. to ……..310208112 (Madh NLW Jan ‘09) A - 57Signature of Bidderwith Seal and Date


CMPDIAPPENDIX – 19BREAK-UP OF PROJECT CAPITAL COSTA. SURVEY, SOIL TESTING & DESIGN ENGINEERING COSTItemNo.Sub-heads/ Item Description Quantum ofworks1 Site survey within the battery limit, Completesub-soil exploration, field & works as perlaboratory testing & submission of Bidreport.Document2 Design Engineering Costa) Preparation of system engineering As persystemrequirementb) G.A. & detailed engineering Completedesigns and drawings of all civil works forand structural included in system & systemscope of workc) G.A. & detailed engineering Completedesigns and drawings including works forworking and maintenance manuals systemof plant equipment :i) Key Plan and detail systemdrawings.ii) Dimensional GA drawing of thePlant & Equipment.iii) Systematic Drawing of all power& control wiring and interlockdiagram.iv) Process flowsheet, EquipmentFlowsheet showing Solid Liquidbalancev) Composite Layout drawing ofthe complete Plant.vi) Assembly and Sub-assemblydrawings for all Equipments &Unit PriceAmount(INR)310208112 (Madh NLW Jan ‘09) A - 58Signature of Bidderwith Seal and Date


ItemNo.Sub-heads/ Item DescriptionQuantum ofworksUnit PriceCMPDIAmount(INR)Machinesvii) Detail layout of Pipe & Valvesviii) Single line diagram with feederratings, cable sizes, protection,metering etc.ix) Layout & systematic controlcircuit diagramx) Cable roots & alignmentsxi) Fabrication drawingsof allnon-standard items for e.g. chutes,launders, tanks, pipes etc.xii) Fire Fighting systemxiii) Communication systemxiv) Illumination systemxv) Plant control systemxvi) Any other works.3 Documentation as per BidDocumentSub- Total of AB. PRICE BREAK-UP <strong>FOR</strong> CIVIL AND STRUCTURAL WORKS1ItemNo.i)ii)iii)iv)v)vi)Sub-section/ Sub-head/ Sub-system/ Item DescriptionCivil Works including site developmentAmount(INR)310208112 (Madh NLW Jan ‘09) A - 59Signature of Bidderwith Seal and Date


CMPDIAppendix – 19 (contd.)Item Sub-section/ Sub-head/ Sub-system/ Item DescriptionNo.2 Structural Steel Work ( Supply & Fabrication )i)ii)iii)iv)3 Structural Steel Work (Erection)i)ii)iii)iv)Sub-Total of BAmount(INR)310208112 (Madh NLW Jan ‘09) A - 60Signature of Bidderwith Seal and Date


C. PRICE BREAK UP OF PLANT & MACHINERYCMPDIC.1 – SUPPLY OF PLANT & MACHINERY :Sl. NoSub-head Qty. Price /unit1.0MECHANICAL (List of Equipments) Indigenous1.1 Process Equipmenti)ii)iii)1.2 Crushing Equipmenti)ii)iii)1.3 Sizing / Classifying Screeni)ii)iii)1.4 Conveyors and Accessoriesi)ii)iii)1.5 Pumpsi)ii)iii)1.6 Dewatering Equipmenti)ii)iii)ExcisedutySalestaxPacking&InsuranceTransportationAnyotherdutyTotal(INR)310208112 (Madh NLW Jan ‘09) A - 61 Signature of Bidderwith Seal & Date


C.1 – SUPPLY OF PLANT & MACHINERY :Sl. NoSub-head Qty. Price /unitExcisedutySalestaxPacking&InsuranceTransportationAnyotherdutyTotal(INR)CMPDI1.7 Feedersi)ii)iii)1.8 Media Recovery Systemi)ii)iii)1.9 Technological Structuresi)ii)iii)1.10 Work Shop Equipmenti)ii)iii)1.11 Lab Equipmenti)ii)iii)1.12 Critical Spares for 2 years’ operationi)ii)iii)1.13 Any other itemi)ii)iii)310208112 (Madh NLW Jan ‘09) A - 62 Signature of Bidderwith Seal & Date


C.1 – SUPPLY OF PLANT & MACHINERY :Sl. NoSub-head Qty. Price /unitSub- total (1)ExcisedutySalestaxPacking&InsuranceAnyotherdutyTotal(INR)CMPDISl.No.Sub-head Qty. Price /unitExcisedutySalestaxPacking&Insurance2.0 ELECTRICAL (List of Equipments)2.1 Renovation of existing 33.0 kV OH transmission line including its all accessoriesi)ii)iii)2.2 Transformersi)ii)iii)2.3 -------- Switching stations with VCB/SF6 including other accessoriesi)ii)iii)2.4 Motor Control Centre including ACB and other accessoriesi)ii)iii)2.5 HT, LT & Control Cables along with Accessoriesi)ii)iii)2.6 HT & LT Capacitor Banks with control Panelsi)TransportationTransportationAnyotherdutyTotal(INR)310208112 (Madh NLW Jan ‘09) A - 63 Signature of Bidderwith Seal & Date


C.1 – SUPPLY OF PLANT & MACHINERY :Sl. NoSub-head Qty. Price /unit3.04.05.0Excisedutyii)iii)2.7 Earthing & Lightning Protection Systemi)ii)iii)2.8 HT & LT Motorsi)ii)iii)2.9 Any other itemi)ii)iii)Sub-Total (2)PLC based Plant Sequence Control, Automation & Instrumentationi)ii)iii)Sub-Total (3)Communication Systemi)ii)iii)Sub-Total (4)Illumination Systemi)ii)iii)SalestaxPacking&InsuranceTransportationAnyotherdutyTotal(INR)CMPDI310208112 (Madh NLW Jan ‘09) A - 64 Signature of Bidderwith Seal & Date


C.1 – SUPPLY OF PLANT & MACHINERY :Sl. NoSub-head Qty. Price /unit6.0Sub-Total (5)Auxiliaryi)ii)iii)Sub-Total (6)ExcisedutySalestaxPacking&InsuranceTransportationAnyotherdutyTotal(INR)CMPDIC.1 – SUPPLY OF PLANT & MACHINERY :Sl. No.Sub-head Qty. FOB CIF Totalcustomduty7.0Imported EquipmentPort handling,inlandtransportation &other misc.chargesAnyotherduty<strong>FOR</strong>Destinationi)ii)iii)iv) Critical Spares for 2years’ operationSub-total (7)TOTAL P&M SUPPLY (1 to 7)310208112 (Madh NLW Jan ‘09) A - 65 Signature of Bidderwith Seal & Date


CMPDIC.2 – ERECTION, INSTALLATION & COMMISSIONING OF PLANT & MACHINERY :Sl.Sub-head Qty. Price / Any TotalNo.unit otherDuty1.0 MECHANICAL (List of Equipment)i)ii)iii)iv)v)vi)vii)viii)ix)x)xi)xii)xiii)xiv)xv)xvi)xvii)xviii)xix)xx)xxi)xxii)xxiii)xxiv)Sub-Total of 1.0310208112 (Madh NLW Jan ‘09) A - 66 Signature of Bidderwith Seal & Date


CMPDIC.2 – ERECTION, INSTALLATION & COMMISSIONING OF PLANT & MACHINERY :Sl.Sub-head Qty. Price / Any TotalNo.unit otherDuty2.0 ELECTRICAL (List of Equipment)i)ii)iii)iv)v)vi)vii)viii)ix)x)xi)xii)xiii)xiv)xv)Sub-Total of 2.03.0 PLC based plant sequence control, Automation & Instrumentation-Indigenousi)ii)iii)iv)Sub-Total of 3.04.0 COMMUNICATION SYSTEM - Indigenousi)ii) Any other itemSub-Total of 4.0310208112 (Madh NLW Jan ‘09) A - 67 Signature of Bidderwith Seal & Date


CMPDIC.2 – ERECTION, INSTALLATION & COMMISSIONING OF PLANT & MACHINERY :Sl.No.5.0Sub-head Qty. Price /ILLUMINATION SYSTEM - Indigenousi)ii)iii)iv)v)vi)vii) Any other itemSub-Total of 5.06.0 AUXILIARYi)ii)iii)Sub-Total of -6.07.0 Service of Foreign Experts, if anyi)ii)iii)Sub-Total of 7.0Grand Total (1.0 to 7.0)unitAnyotherDutyTotalC.3 – FURNITURE & FITTINGS :Sl.No.1.0 i)ii)iii)Sub-Total of 1.0Grand Total (1.0)Sub-head Qty. Price /unitAnyotherDutyTotal310208112 (Madh NLW Jan ‘09) A - 68 Signature of Bidderwith Seal & Date


CMPDID. WEIGHT & VOLUME <strong>FOR</strong> CIVIL & STRUCTURAL WORKSAppendix – 19 (contd.)D.1 Civil & Structural Works (Broad quantities within a limit of + 10% of actuals oncompletion)Item No. Sub-head/ Item Description Quantity1 Earth work in cutting in all types of soil & rock. Cu m2 Earth work in filling. Cu m3 P.C.C. at all level and as per systemCu mrequirement:i) In 1:2:4ii) In 1:4:8iii) Any other proportion ( to be specified)4 R.C.C. (excluding reinforcement)Cu mi) M-20ii) M-25iii) Any other Grade ( to be specified)At all level and as per system requirement5 Reinforcing Steel in all RCC in the System Tonne6 Structural steelworks at all level and as per Tonnescope of work and system requirementexcluding equipment frame work, chutes andliners7 Painting of structural steelworks as mentioned in Tonneitem no. 6 above.8 22 Gauge CGI Sheeting at all level Sq.m9 Masonry Works Cu m10 Ironite Flooring Sq.m11 Steel doors & Windows Sq.m12 MS Grills Kg.Note: The quantities of individual items as covered in D.1 shall not include thequantities required for D.2310208112 (Madh NLW Jan ‘09) A - 69 Signature of Bidderwith Seal & Date


CMPDIAppendix – 19 (contd.)D.2 Development Works and Infrastructure (Broad quantities within a limit of +10% of actual on completion)Item No. Sub-head/ Item Description Quantity1 Roads :i) 32m wide……mii) 15m wide……. miii) 7.5m wide……. miv) 3.75m wide……. mv) Any other width (to be specified)……. m2 Different types of drains ……. m3 Site Preparation including leveling dressing, grading etc. …… Sq.m4 Boundary Wall ……. m5 C.I.Pipe :150mm dia200mm dia……. m……. m……. mAny other dia (pl. specify)6 Water Reservoir ……. cu.m7 Service Buildings (Plinth Area)7.1 Administrative building-cum-first aid center ……. Sq.m7.2 Laboratory Building ……. Sq.m7.3 Outdoor Electrical Sub-station ……. Sq.m7.4 Generator Room ……. Sq.m7.5 Store ……. Sq.m7.6 Workshop ……. Sq.m7.7 Canteen ……. Sq.m7.8 Pump House ……. Sq.m7.9 Security Check Post ……. Sq.mNote: 1. + 10 % clause based on civil and structural quantities of works as given bythe bidder in sub head D of this Proforma ; the shortfall in total quantity of all civil &structural works shall be allowed up to 10 % only to every individual items. Forshortfall of quantities exceeding 10%, there shall be proportional reduction in theprice of the individual items resulting the reduction in the award value by the sameamount. Upward variation in quantity of individual items for civil & structural worksshould be absorbed by bidder unless specifically stated otherwise in the document.310208112 (Madh NLW Jan ‘09) A - 70 Signature of Bidderwith Seal & Date


<strong>FOR</strong>MAT <strong>FOR</strong> FURNISHING SUMMARY OF CAPITAL COSTCMPDIAPPENDIX - 20SLItemsA Survey, Soil testing & Design EngineeringCostB Civil & Structural WorksC Plant & MachineryC1 Supply of Plant & Machinery1.0 Mechanical Equipment- Indigenous2.0 Electrical Equipment- Indigenous3.0 PLC based Plant Sequence Control,Automation & Instrumentation - Indigenous4.0 Communication System- Indigenous5.0 Illumination System- Indigenous6.0 Auxiliary- Indigenous7.0 Imported EquipmentTotal P&M C1 (1.0 to 7.0)C2 Erection, Installation & Commissioning ofPlant & Machinery1.0 Mechanical Equipment2.0 Electrical Equipment3.0 PLC based Plant Sequence Control,Automation & Instrumentation4.0 Communication System5.0 Illumination System6.0 Auxiliary7.0 Service of Foreign Experts, if anyTotal P&M C2 (1.0 to 7.0)TOTAL PLANT & MACHINERY (C1 + C2)C3 Furniture & FittingsSub-total (C1+C2+C3)GRAND TOTAL (A+B+C)INRTOTALAny SingleConvertibleFCTotal Value of the offer Towards Set Up Cost of the Washery (in Words) : …………………………………………………………………………………………..310208112 (Madh NLW Jan ‘09) A - 71 Signature of Bidderwith Seal & Date


<strong>BCCL</strong> will make periodic payment as per the indication offered in the Biddocument in accordance with the following rates:Break up of Cost towards Washing ChargesOn per tonne of Raw <strong>Coal</strong> basisCMPDIAPPENDIX - 21% Break-upIndices forTotal in1 st Year (CommercialSL.No.Items1 Salary & Wagesfor each ItemEscalationINROperation)Any SingleConvertibleFCINR2 Maintenance includingSparesa) Preventiveb) Breakdownc) Others3 All Consumables:a) Indigenousb) Imported4 Major Overhauling ofWashery Plant, if any5 Taxes & Dutiesi)ii)6 Administrative Overhead7 Cost of Transportation &Handling of Rejects8 Any Others (notattracting escalation)9 TOTAL ( 1 to 8) 100.00It is advised for the Bidder to furnish the detail calculation for arriving atthe variability factor for each element of cost.310208112 (Madh NLW Jan ‘09) A - 72 Signature of Bidderwith Seal & Date


CMPDIIt is preferred for the bidder to indicate a Replacement Schedule, if any,during the initial contract period of ten (10) years for the applicable items towardsthe equipment in respect of Washery set-up in order to maintain routinereplacement apart from its rated capacity & specified quality of washed coal on asustainable basis and to be submitted alongwith the Price offer.In case bidder finds any inconvenience while filling in the prescribedformat, it is suggested to make minimum necessary changes according to theirsuitability without impairing the essence thereof.310208112 (Madh NLW Jan ‘09) A - 73 Signature of Bidderwith Seal & Date


SECTION – 9(PLATES & DRAWING)310208112 (Madh NLW Jan ‘09) Signature of Bidderwith Seal & Date


PLATE NO. : 1Colliery/ Mine : Muraidih OCPSeam : V, VI, VII (Combined);VIIIA & VIIB<strong>Coal</strong> tested :Part-I(uncrushed Raw <strong>Coal</strong>)Job No. : 310208112 (Madh NLW)


PLATE NO .2Job No.310208112 (Madh NLW)


PLATE NO. : 3Colliery/ Mine : Block- II, OCPSeam : V, VI, VII (Combined);VIIIA & VIIB<strong>Coal</strong> tested :Part-I(uncrushed Raw <strong>Coal</strong>)Job No. : 310208112 (Madh NLW)


PLATE NO.4Customer :BHARAT COKING <strong>COAL</strong> LIMITEDJob Title: Block-II OCPSeam V, VI, VII (Combined);VIIIA & VIIIBJob No310208112 Job (Madh No. NLW)310208112 (Madh NLW)Subject: Washability CurvesSize: 13-0.5 mm


PLATE NO. : 5Colliery/ Mine : Muraidih & Block- II,OCPSeam : V, VI, VII (Combined);VIIIA & VIIB<strong>Coal</strong> tested :Part-I(uncrushed Raw <strong>Coal</strong>)Job No. : 310208112 (Madh NLW)


PLATE NO. 6.Customer :BHARAT COKING <strong>COAL</strong> LIMITEDJob Title: Muraidih & Block-IIOCPSeam V, Vi, VII(Comb),VIIIA & VIIIBSubject: Washability CurvesSize: 13-0.5 mmJob No.310208112 (Madh NLW)


SITE PLAN SHOWING LAND USE OF EXISTING & PROPOSEDINFRASTRUCTURES WITH DETAILS OF DIFFERENT FACILITIESPower at Single Pointin the Washery(During Construction)Dugda Sub station asSource of Power(During Operation)Jamunia River asSource of Water(During Operation)Water at Single Point(During Construction)X 1 X 2X 3Reject Stacking SiteReject Dumping SiteX 4X 5PROPOSED <strong>WASHERY</strong>SITE(including space for half daycap. of Raw <strong>Coal</strong> & one day cap.of Washed <strong>Coal</strong> & Middlingsproduction)Approximate area : 23 HaX 6Designated DeliveryPlaces for Deliveryof Washed <strong>Coal</strong> &Middlings byBOMO ( i.eLoading hoppers ofRapid Loadingsystem at existingrailway siding ofMadhubandwashery )Approach RoadX 7Bypass Hirak Road/ Pandrabad/ BhimkanaliLEGENDParticularsX 1X 2X 3X 4X 5X 6X 7ApproximateDistance fromthe ProposedWashery Site10.0 km7.0 km100.0 m8.0 km8.0 km1.6 km2.0 kmCustomer: BHARAT COKING <strong>COAL</strong> LIMITEDJob Title: SITE PLAN SHOWING LAND USE OF EXISTING &PROPOSED INFRASTRUCTURES WITH DETAILSOF DIFFERENT FACILITIESDrg. No. : HQ/CMP/310208112 (Madh NLW)/04/001Job No.: 310208112 (Madh NLW)


SECTION – 10(ENCLOSURE)310208112 (Madh NLW Jan ‘09) Signature of Bidderwith Seal & Date


CMPDIENCLOSURE - 1<strong>FOR</strong>MAT <strong>FOR</strong> DCF ANALYSIS TO BE CARRIED OUT <strong>FOR</strong> FINANCIALEVALUATION OF THE PRICE BIDLIBOR Rate for FC 6.65% (Assuming)bps 1.50%Total Rate ofDiscount 8.15%FinancialYearSet UpCostWashingChargesAnyotherItemsTotalOutflowDiscountTablePresentValueAll figures in Foreign Currency Components1 2 3 4 5=(2+3+4) 6 7 = (5 * 6)I Firm Price1.00000IIquoted bythe bidder 0.92464IIIFirmPrice 0.85496IV 0.79053V 0.73096To beVI 0.67588ProjectedVII 0.62494usingVIII 0.57785applicableIX 0.53430Index forXescalation0.49404XI 0.45681XII0.42238TotalATotal of Column 7 above will be converted into INR using the prevailing SBI bill selling rate ofconcerned FC on the date of opening of Price Bid ( Let it be B )Note:(a) The Evaluation will be done for a period of 11.5 years (i.e. 1.5 years for set-upand 10 years for operation).(b) The initial period of eighteen months required (for evaluation of the bid & forobtaining various clearances etc.) will not be taken into consideration.(c) The phasing of Firm quoted price for set up will be taken from the date of signingof the contract and accordingly the other components of the cash flow will follow.(d) In the matter of phasing of Set up cost, it is proposed to consider mobilizationadvance to the extent of 10% of the Set up cost in the 1 st year & balance of such costin the 2 nd year of Cash flow Statement after signing of the Contract.310208112 (Madh NLW Jan ‘09) EN (1) -1Signature of Bidderwith Seal & Date


CMPDIENCLOSURE – 1 (contd.)YTM rate for GoI Bond 7.47% (Assuming)bps 1.50%Total Rate of Discount 8.97%FinancialYearSet Up CostWashingChargesAnnualCosttowardsSupplyofPower& WaterAny otherItemsTotalOutflowAll figures in INR ComponentsDiscountTable1 2 3 4 5 6=(2+3+4+5) 7I Firm Price quoted1.00000by the bidderII0.91768III Firm Price 0.84214IV 0.77282V 0.70921VI To be0.65083ProjectedVII 0.59725usingVIIIapplicable0.54809IX Index for0.50297X escalation0.46157XI 0.42358XII0.38871TotalPresentValue8 = (6 *7)CDValue of notional Loss of revenue for 1 st ten (10) years of commercial operation to becalculated in INR at the <strong>Coal</strong> Selling Price prevailing on the date of opening of price Bidtowards the deficit quantity of washed coal & middlings as compared to `Reference Bidder'at minimum guaranteed Ash%.Total Cash Outflow (TCO) for Each Bidder ( Other than Reference Bidder)will be as under:1 Item B2 Item C3 Item DTOTAL YNote :In case of Reference Bidder, item D will be considered as NIL"Y" having the least value will be considered as L1 (LowestBidder) Party.310208112 (Madh NLW Jan ‘09) EN (1) -2Signature of Bidderwith Seal & Date


CMPDIENCLOSURE – 2The soil investigation work was carried out by P K DE & Associates PVT. LTD.Kolkata at the proposed site on behalf of <strong>BCCL</strong>. The report of the same is appendedbelow.SOIL INVESTIGATION REPORT1.0 INTRODUCTIONA sub soil investigation work was taken up at the proposed site of Madhuband<strong>Coal</strong> washery for NLW coal, <strong>BCCL</strong>, Dhanbad. The work consists of 4 (four)boreholes, all of 10.0 m depth from normal ground level or upto 3.00m into hard rockwhichever is earlier. The test locations are shown in Drg. No.HQ/CMP/310208112(Madh NLW)/04/002 and their coordinates are as given hereunder:Sl.No. Drill East North1 DR-1 69451.822 106327.2662 DR-2 69326.648 106124.2853 DR-3 69360.535 106523.1534 DR-4 69610.139 106498.851In the end of field work, soil and rock samples were collected for laboratorytesting purpose. All the laboratory tests were carried out as per general provision ofengineering as applicable for civil engineering structures.310208112 (Madh NLW Jan ‘ 09) EN (2) - 1Signature of bidderWith Seal & Date


2.0 OBJECTCMPDIThe primary objective of the said investigation work was to investigate the subsoilcharacteristics of the proposed Washery site at Madhuband by sub-surfaceboring at 4 (four) locations as shown in Drg. No.HQ/CMP/310208112 (MadhNLW)/04/002. It was being followed by a detailed schedule of laboratory tests onsoil, disturbed including of SPT sample) and undisturbed soil samples, and followedthereby towards preparation and submission of recommendations for suitable typesof foundations that may be necessary for the proposed construction of foundations.In arriving at the above, the investigation was scheduled to include following:-1. Determination of depth of filled up soil at borehole locations, if applicable.2. Ground water movement, if any during the period of boring works.3. Safe and/or allowable bearing capacities for various types and sizes ofshallow foundations including determination of minimum and maximumdepth of such shallow foundations.4. Allowable load carrying capacities of various types of deep foundations, ifneeded.5. Estimation of total settlement as well as comments on possible nature ofdifferent settlements in shallow foundations.6. Estimation of liquification potentials and anticipated problem associatedwith foundation construction, if any.7. General observations towards effects of various stratifications, itsengineering properties and the effect of stratifications in terms ofconstruction problems associated with foundation constructions.An attempt was made in this report to draw technical observations of the above,in addition to as detailed field and laboratory findings.310208112 (Madh NLW Jan ‘ 09) EN (2) - 2Signature of bidderWith Seal & Date


CMPDI3.0 THE GEOLOGYcategories:-The stratigraphy of Indian Sub-continent is normally divided into three1. Extra – peninsula2. Indo-Gangetic Alluvial Plain &3. PeninsulaThe present sites at Madhuband Area, Dhanbad, Jharkhand falls underPeninsula of Indian Stratigraphy.The peninsula is a triangular plateau lying to south of Vindhyan Ranges – thepresent site in concern belongs to Upper Purana succession of upper vindhyansubgroup from the point of view of paleogeographical consideration. In fact, fromstratigraphical consideration, the peninsula is made up primarily of very ancient rocksof Archaean & pre-Cambrian age.In General, Archaean rocks have been metamorphosed to varying extent. Inaddition, there exis the Deccan Traps and Rajmahal Lava – flows of Jurassic toEocene age. Further, post Cambrian sedimentary formations occur in the Gondwanabasins and occasionally along the Coastal tracks of the peninsular shield.The physiographic perspective reveals that, the peninsula is a very ancienttable land, which has been eroded continuously since its formation. The peninsulamountains are, therefore, the remnants of the ancient plateau and the rivers haveattained their base level of erosion.In so far as its geological structure is concerned the peninsula may beregarded as a very stable landmass. It has not affected by the tectonic revolutions ofpost – Cambrian Diastrophism, in the peninsula, have been restricted to the mere310208112 (Madh NLW Jan ‘ 09) EN (2) - 3Signature of bidderWith Seal & Date


CMPDIdevelopment of a number of faults and occasional advancement or retreat of the sea,along the coasts.Paleographically the present site belongs to Upper Purana Succession ofupper Vindhyan subgroup. The upper Vindhya succession rests over the semri groupwith a well marked unconformity in son valley and Dhar forest areas. It exhibits afairly uniform characteristic of predominantly arenaceous succession withsubordinate shales, limestone & sandstone. Shales often contain carbonaceousmatter & microscopic plant remains. The sandstone constituting large open plateaufrequently shows shallow water structures characteristic of flood plains and deltaicdeposits. Grain textures & red colours of sandstone suggest eolian origin of thesediments under dry climatic conditions.The upper Vindhyan succession further divided under three heads:-a. Kaimar Groupb. Rewa Group &c. Bhander GroupThe present site belongs to the Bhander group of upper Vindhyan Succession.The Bhander group comprising the most widely distributed group of upperVindhyans consisting of about a 1000m thick succession of sandstones, shale,limestone & delomites. The succession is generally found in five formation – upperBhander sandstone, sirbu shale, lower Bhander sandstone, Bhander limestone &Ganargarh shales. The upper Bhander sandstone having a uniformly fine formation –may be utilized for several civil engineering purpose. It has a lithological resemblancewith the purple sandstone of salt range that has been assigned an Early Cambrianage.310208112 (Madh NLW Jan ‘ 09) EN (2) - 4Signature of bidderWith Seal & Date


CMPDI4.0 THE FIELD WORK AND SUB-SURFACE EXPLORATIONThe intelligent design for safe and economical construction requires thoroughknowledge of sub-surface condition. The characteristics of soil and rock are primeimportance in the selection of any civil engineering structure to be commenced andits selection for the site. The general method of subsurface exploration over the soilto drive the exploration boreholes by hand auger, followed by bentonite mud circularsystem. The initial diameter of the borehole was 150mm and flush-jointed steelcasing were used to prevent caving of; the subsoil inside the boreholes during theboring operation as and when needed.During the boring operation, the disturbed soil samples were collected at aregular intervals and whenever the stratum changed those were collected from thecutting shoe of the undisturbed sampler as well as the same of SPT tests, and theSPT split-spoon samplers, All these samples were labeled depth wise and wereused in the preparation of bore logs, the general identification and classificationpurposed as per IS:1498-1970 and the laboratory tests on remoulded conditions.The undisturbed samples were 100mm diameter x 450mm long. Theundisturbed soil samples were labeled depth wise, waxed at both ends, anddispatched to laboratory for immediate testings.The Standard penetration Test (SPT) were conducted as per IS:2131-1981at regular intervals, The penetration resistance, commonly known as ‘N’ values wererecorded in the Borelog Data Sheets and were plotted depth wise accordingly.The base on the theory of RMR value (Rock Mass Rating) value, in case ofthe poor quality of rocks, minimum values of the SPT as allowed not more than 25.Under this circumstances whenever by SPT values reaches above 25 the strataencounter assume to be hard one and rock drilling may be expected.310208112 (Madh NLW Jan ‘ 09) EN (2) - 5Signature of bidderWith Seal & Date


CMPDIIn general, boring is the best method of subsurface exploration for both soiland rock, are classified under two heads – Core boring and Large diameter Calyxboles boring. The primary purpose core boring was samples penetration and to getinterferences about lower strata by the direct observation and preliminary testing ofthe core samples. The common equipment are drilling rigs, various types of drillingbits (TC, NX, AX, BX etc. ) remear shell, core barrels( single, double and triple), corecatcher etc. The diamond bits cuts more effective to hardest rocks but TC bits tend tosofter ones. The diameters of core for diamond bits ranges from 25mm to 100mm.Length of the core cuts depended on core barrels.In generally, method of boring is carried out with Rotary diamond drilling ineach case total Core Recovery(TCR) and Rock Quality Designation(RQD) isdetermined as per IS:11315(Part-11) -1987. The samples were dispatched to thelaboratory after marking by colour, depthwise and placed into the anti termiteprotected wooden or steel core box prepared as per specification of IS 4098 – 1980.This core samples are subjected to immediate testing as scheduled by the client.The water table in the bore hole was recorded 24 hours after the completion ofthe respective boreholes. At the time testing, water sample is collected from the eachof boreholes. The water samples were so collected marked and leveled boreholewise and also dispatched to the laboratory for immediate testings.All laboratory tests were carried out as per relevant IS Codes and as perspecification of the client.310208112 (Madh NLW Jan ‘ 09) EN (2) - 6Signature of bidderWith Seal & Date


CMPDI5.0 THE LABORATORY INVESTIGATION AND METHODOLOGYThe basis of infrastructural construction over the soil & rock strata requiresthrough determination and investigation of its physical, mechanical and chemicalproperties along with associated soil and water. The physical properties may bedesignated as index properties for the material with respect to their mode ofclassification, on the contrary the mechanical parameters reveals its strength andperformance information under the limit of its serviceability and collapse.For the land in the vicinity of power plant are mostly affect with hugegeneration of ash. The ash which mostly encountered is the fly ash exihibits typicalindex properties on the basis of extent of its ignition and thereby its carbon content.In fact, the deposition of fly ash, in passage of time in all the nearby zone of powerplant area plays significant effect to the subsurface profile as well as its environment.Fly ash material solidifies while suspended in the exhaust gases and iscollected by electrostatic precipitators or filter bags. The fly ash particle usuallyspherical in shape & range in size from 0.5 µm to 100 µm. They consist mostly ofSiO2, Al2o3 & Fe2O3. The fly ashes are generally highly heterogeneous, consistingof mixture of glass particles with various identifiable cyrstaline phases such as quartz,mullite etc.The soil material complex behavior and properties- the basis of its behavior isattributed by the constituent grain size by virtue of which the average specificsurface for the soil sample determined its overall nature under any circumstances.Soil may be classified under various standers, but in general the constituent particlesare boulder or cobble o gravel (above 4.75 mm), sand (coarse, medium or finewithinthe range of 4.75mm to 0.075 mm), Silt (0.075mm to 0.002mm) and clay(below 0.002mm). This classification indicates the presence of several sizes ofparticles that determines specific nature of soils by its proportion for instance thepresence of excess of sand and gravelly particles enhances the presences of morevoids, reduces specific surface value thereby affects some index properties such as310208112 (Madh NLW Jan ‘ 09) EN (2) - 7Signature of bidderWith Seal & Date


CMPDILL & PLs usually becomes non-plastic, in case of sandy soil. On the contrary, thepresence of fine particle such as silt and clay material reduces the voids within microstructures thereby enhances the Liquid Limits & Plastic limits consequently. Thisparticular feature definitely reveals that determination of index properties such grainsize distribution and other associated properties such as compression strength therecompressibility for the soil in both undisturbed state as well as remolded staterequires through investigation. Further the micro structural investigation of the soil(mostly for clayey silt) reveals the several chemical compositions also contributevarious index properties immensely. Under this circumstance, chemical investigationsuch as pH (by Hydrogen concentration determination), Chloride, Sulphite and otherassociates chemical composition analysis plays a significant role. If necessary, theground water chemical analysis also has to be made for the same.A rock material is an aggregate of mineral properties – individual mineralcrystals and grains that are not homogenous, isotropic and perfectly elastic bodiesdue to significant of formation of rock masses in their history of formation. The crystalhardness are influenced by several physical, mechanical properties such as cohesionbrittleness, grain size, tensile strength, uniaxial compressive strength, density,porosity etc., at the same time due to orientation of cleavage plans. Direction andapplication of loads also bear importance on the determining the rock properties.When acted upon by high stresses for a long period of time mineral crystal andcrystals grains show time – dependent strain which is known as creep deformationthat causes an internal rearrangement of atomic structure of mineral. Further,properties of rock also depends on the rock masses on the mega scale basis, thestructural properties of rock mass such as bedding, origination, roughness, cleavageplanes, discontinuities etc. plays significant role while on a macroscopic scalemechanical properties are important once on a microscopic scale the physicalproperties may be important.The physical properties of interest of fly ash are –1. NMC2. Bulk Density, Dry Density & other Density as applicable.3. Specific gravity4. Limits of consistencies – LL, PL, SL & PI310208112 (Madh NLW Jan ‘ 09) EN (2) - 8Signature of bidderWith Seal & Date


5. Direct Shear Test6. Chemical Analysis7. One dimension consolidation in oedometer8. Standard / Modified compaction test9. Permeability testCMPDIThe physical properties which are of most interest in soil mechanics are –1. NMC2. Bulk Density, Dry Density & other Density if required.3. Specific gravity4. Liquid Limit, Plastic Limit, Shrinkage Limit & Plasticity Index5. Grading analysis including determination of clay by hydrometer6. Unconfined compressive strength7. Unconsolidated undrained triaxial tests8. Direct shear test9. One dimensional consolidation test in oedometer10.Chemical analysis of soil samples and water samplesThe physical properties which are of most interest in rock mechanics are –1. Bulk density and dry density2. Water absorption / moisture content3. Specific gravity4. Porosity5. Unconfined compressive strength6. Unconsolidated undrained triaxial strength7. Point load indexed strength test8. Brazilian tensile strength test9. Deformation modulus and poisson’s ratio test10.Permeability testSAMPLING OF FLY ASH & ASSOCIATED METHODBy chemical composition, fly ash comprises silicon dioxide (Sio2)310208112 (Madh NLW Jan ‘ 09) EN (2) - 9Signature of bidderWith Seal & Date


CMPDI[For Bituminous (20-60%), sub bituminous (40-60%) & lignite (15-45%)], Aluminiumoxide[For Bituminous (3-35%), sub bituminous (20-30%) & lignite (20-25%)], iron oxide[For Bituminous (10-40%), sub bituminous (4-10%) & lignite (4-15%)]In general, two classes of fly ash are defined by ASTM C618 – Class F fly ash &Class C fly ash, The chief difference between these classes is the amount ofCalcium, Silica, alumina & iron content of coal burnt (i.e., anthracite, bituminous andlignite).The virtue of burning of harder, older anthracite and bituminous coal typicallyproduce class F fly ash. This fly ash is pozzolanic in nature and contains less than10% lime (Cao). Processing pozzolanic properties, the glassy silica and alumina ofclass F fly ash requires a cementing agent, such as Portland cement, quick lime orhydrated lime, with the presence of water in order to react & produce cementitiouscompounds. Alternatively, the addition of a chemical activation such sodium silicate(water glass) to a class F ash can lead the formation of a geo polymer.On contrary, fly ash produced from the burning of younger lignite or subbituminous coal, in addition to having puzzolanic properties, also has some selfcementingproperties. In the presence of water, class C fly ash will harden and gainstrength over time. Class C fly ash generally contains more than 20% lime (Cao).Unlike class F fly ash, self cementing class C fly ash does not require an activator.Alkali & sulphate (SO4) contents are generally higher in class C fly ashes.SOIL SAMPLING & ASSOCIATED METHODThe behavior of soil mass in situ is also determined by several associatedparameters such as geological location, climate, consolidation experience & traces(extent of pre-consolidated pressure), water table, chemical compositions, Rainfall,mode of erosion, if any and consequent transportation & several associates factors.To ascertain this several traces, the proper simulation of soil samples with respect toin-situ condition may be carried out by testing the undisturbed sample or a near tothe same mode arrived by testing the remoulded samples as the case may be. Thesoil sampling for a particular test whether for undisturbed or disturbed form required310208112 (Madh NLW Jan ‘ 09) EN (2) - 10Signature of bidderWith Seal & Date


CMPDIadequate simulation that provides most acceptable features in concern to the soilstructure interaction testifies the sub-structures to be commenced.Initially soil samples are collected from field – undisturbed are collected in sampletube of 100 mm dia x 450mm long, waxed both end and disturbed samples in anadequate quantity as per IS 9640-1980. The Standard Penetration Tests (SPT) wereconducted as per IS:2131-1981 at required intervals. The penetration resistancecommonly known as ‘N’ values was recorded in the bore log data sheets and wereplotted depth wise as shown in the associated logs.The water table in the bore hole was recorded 24 hours after completion ofrespective boreholes.For different type of soil testing that has been made in this report with sampling detailas maintained are enlisted below:-i) NMCa) Reference Code = IS: 2720b) By definition ratio of the weight of the water present to the weight of drysoil in a given soil mass expressed in percentage.ii) Unit Weight / Density -A) Bulk Unit Weighta) Reference Code = IS: 2720b) By definition are it is the ratio of the wet weight of the soil to the volumefor the amount of the soil for which weight has been taken.B) Dry Unit Weighta) Reference Code = IS: 2720b) Its ratio of the dry weight of the soil with the volume of the soil for whichfor the amount of the soil, the weight has been taken,C) Standard Unit Weight310208112 (Madh NLW Jan ‘ 09) EN (2) - 11Signature of bidderWith Seal & Date


a) Reference Code = IS: 2720b) It is the bulk unit weight under saturated state of soil.CMPDID) Submerged Unit Weighta) Reference Code = IS: 2720b) It is the unit weight of the soil in submerged state of the soil mass maybe evaluate by subtracting the unit weight of the water from saturated unit weight ofthe soil.iii) Specific Gravitya) Reference Code = IS: 2720b) It is the ratio of the weight of the given volume of soil particle in air tothe weight of equal volume of distilled water at a temperature of 4 0 C.The specificgravity of a soil is often used is relating a weight of soil to its volume. For fine particledensity bottle method is used, but have coarse material pycnometer method isemployed.iv)The Consistency LimitA) Liquid Limita) Reference Code = IS: 2720b) It is the water content at which the sol exhibit small shear strength thathave been close to Groove with standard width when jarred in a specific manners.B) Plastic Limita) Reference Code = IS: 2720b) It is the water content at which soil begin to crumble when rolled intothread (3mm of specified size, preferably).C) Shrinkage Limita) Reference Code = IS: 2720b) It is the maximum water content at which a reduction in water contentwill not cause decrease in volume of soil mass. It is thereafter a lowest water contentat which a soil can still be completely saturated. It is the boundary between semisolid to solid states.D) Plasticity Indexa) Reference Code = IS: 2720310208112 (Madh NLW Jan ‘ 09) EN (2) - 12Signature of bidderWith Seal & Date


CMPDIb) The amount of water which must be added to change of soil fromplasticity limit to its LL is a indication of the plasticity of soil. The plasticity ismeasured by “plasticity Index (PI)”, which is equals to difference between LL & PLvalues.v) Grading analysis & Hydrometer analysis.A) Grain size Analysisa) Reference Code = IS: 2720b) The grain size analysis of a soil plays a significant role to predict thenature, behavior of soil land its outcome. It may be dry sieving. For dry sieving thestudy of IS sieves are given 4.75mm, 2.00mm, 1.18mm, 425µ, 300 µ, 150 µ, 75 µ,and PAN usually used in sequential manure may be stacked manually or by sieveshaking machine. On the contrary, the weight sieving method employed only toidentify the coarse particles within the soil & commence the hydrometer analysis forfiner particles. In general sieving sample are oven dried & weighed in 75u sieveunder tap water gradually and the washed material is collected for hydrometer testand remaining materials in the sieve is considered to be coarse material.B) a) Reference Code = IS: 2720b) The basis of finding the finer particle percentage is generally impliedfrom hydrometer analysis by applying concepts of viscosity, based on Stocke’s lawfor the Terminal velocity and suspension concept of particles.vi) Unconfined Compressive Strengtha) Reference Code = IS: 2720b) This particular parameter of the shear is mostly applicable for clayeyand silty soil to some extent soil comprising clayey silt with fine sand may bedescribed as ratio of the failure load and cross sectional area of the specimen andfailure when it is not subjected to any confinement pressure. It is simple quickermethod commonly employed to measure shear strength for cohesive soil, collected inundisturbed state from the field.vii)Triaxial Tests310208112 (Madh NLW Jan ‘ 09) EN (2) - 13Signature of bidderWith Seal & Date


CMPDIa) Reference Code = IS: 2720b) It is versatile test as compared to any shear testing of soil. In thismethod of testing inclusive of vertical load & horizontal directional forces acts byvirtue of cell water pressure. Generally diameter to length ratio is maximum of 2 (two)and ration of diameter of specimen and maximum size of particle in the soil specimenshould not be less than 5 (five). The type of tests may be in unconsolidatedundrained (UU), consolidated undained (CU), & consolidated drained (CD) withadjustabl strain load or stress dependent as the case may be.viii) Direct Shear Testa) Reference Code = IS: 2720b) The shear strength of a soil mass in its property against sliding alongwith natural plains within itself. This may be attributed by direct shear test.The test requires adjustment of the specimen on predetermined failure plain though ahorizontal plain. The normal stress in this plain is exerted by external vertical load forthe soil sample. The shear stress at failure is the external load divided by correctedarea of the soil sample. The main advantage of this shear test is the simplicity of theoperation and rapidly achieving result but lateral pressue & traces on the other thanplain of shear are not known during the tests.ix) Consolidationa) Reference Code = IS: 2720b) The Consolidation of soil is the traces of compression by gradualreduction of pores under a steady applied pressure. The main purpose ofconsolidation test is to obtain soil data required for predicting the load and amount ofsettlement due to structures. The data can also be used to evaluate void ratio viz.pressure curve generally for cohesive soil. Several other features also associatedwith these parameters such as evaluation of pre-consolidation pressure, mode ofwater passages etc.x) Chemical test analysis of soil & watera) Reference Code = IS: 2720310208112 (Madh NLW Jan ‘ 09) EN (2) - 14Signature of bidderWith Seal & Date


CMPDIb) In general the chemical parameters for soil & water impliesdetermination of pH, Chloride Content, sulphite content, Nitrate content, organixmatters and other associated chemical matters that may effect the structures to becommenced.The Hydrogen Ion concentration of soil or water is designated as its pH value. ThepH value of a solution reveals its acidic or alkaline nature ad order of 7 (seven)suggests a neutral solution, less than 7 as acidic and more tha 7 as alkaline. pHvalue is determined by electrometic, calorimetric and indication methods – Withinthis electrometric method is more standard and accurate prescribed by Hansel(1964)For organic matter determination volumetric titration is mostly adopted for both soil &water. In this method, a suitable quantity of sample is digested with chromic andsuplhuric acids can do developed by dilution by acids (sulphuric) and some of thechromic acid is left under used by organic matter in the sample. This causes quantityof acids is estimated by titration with ferrous sulphate (Fe 2 So 4 , 7H 2 o) solution. Thisway “organic carbon content” can be estimated from which organic matter of soil isdeduced. The sulphite and chloride testing also estimated with adequate solution testanalysis as per codal reference and may be predicted from our structuralconsideration considering soil structure interaction by providing adequate cover tothe foundation system.ROCK SAMPLING & ASSOCIATED METHODThe behavior of rock mass in situ condition are not governed by the materialcomposition but by the difficulties existing in the rock mass. Due to application ofloads weakest plane of the rock mass i.e., joints, fissures, faults etc., along whichfailure will impend before progress of failure in the body of the rock materials. Toavoid this discrepancy of rock traces, the proper simulation of rock masses byadequate sampling through litho logical studies, denoting their bedding planes & theirorigination, marking the presence of plane of weakness (cleavage planes, joints,cracks, etc.) identifying the variation of rock properties under the presence of faults,dykes, folds, if any.310208112 (Madh NLW Jan ‘ 09) EN (2) - 15Signature of bidderWith Seal & Date


CMPDIIn general samples for the laboratory testings are collected in the form of largenumbers cores from the field test. Out of this samples tests specimens are preparedfor particular type of testing. In general specimens are as per IS Specifications maybe cylindrical, prismatic or cubical in practice. Most of the specimens for tests fordetermining physical & mechanical properties are cylindrical since they are collectedby drilling the boreholes at different depth. Typical diameter ranges used forcylindrical samples is 50mm to 65mm Diameter of specimens in general the diameterof core samples collected from the boreholes.Initially laboratory specimens are prepared as per IS 9179:1979 (reaffirmed 1996). Allthe cores has been cut as per their testing dimension as preferred by ISrecommendation with cut off machines with 200mm dia diamond blade along with450mm dia diamond saw and stored in core box in tagged manner in accordancewith preference of depth of respect to testing. For the specimens where requiredlathe grinding and surface grinding as and when required was applied on demand. Allthe specimen dimensions after sampling has been rechecked with venire caliperswith a tolerance of + 0.1mm.For the different type of tests has been made in this report to sampling detail asmaintained are enlisted below :-i) Unconfined compressive strengtha) code - IS 9143: 1979b) Length: depth = 2ii) Point load index strength test -a) Code reference - IS 8764:1998b) Type of test = Axial testc) Length : diameter = 0.3iii) Triaxial compressive strength test –a) Code reference = IS 13047 : 1991b) Length : diameter = 2310208112 (Madh NLW Jan ‘ 09) EN (2) - 16Signature of bidderWith Seal & Date


CMPDIiv) Porosity -a) Code reference = IS 13030 :1991b) Method employed = Saturation and caliber techniquesc) Sampling = Cubical 27 mm sideways, greater than 50 gm and 3 nos. ofspecimens testedv) Density -a) Code reference = IS 13030 :1991b) Method employed = Saturation and calibers techniquesc) Sampling = Cubical 27 mm sideways, greater than 50 gm and 3 nos. ofspecimens tested.vi) Water absorption / moisture content testing -a) Code reference = IS 13030 :1991b) Sampling = at last 10 lump sum each having either a mass at least 50 gmor a medium dimension of Ten times the maximum drain sizes whicheverhigher is selected for laboratory testingvii) Brazilian tensile test –a) Code reference = IS 10082 : 1981b) Length : diameter = 0.5viii) Deformation modulus and Poisson’s ratio -a) Code reference = IS 9221 : 1979b) Length : diameter = 2ix)Specific Gravitya)Code reference = IS 2720b) Sampling = For direct specific gravity of rock no specific method is generallyavailable. For this purpose some rock material is grinded and thereby grindedand dusted and finally tested to determine the specification by pychonometeras per specification of IS 2720 : 1986.310208112 (Madh NLW Jan ‘ 09) EN (2) - 17Signature of bidderWith Seal & Date


CMPDIFor point load testing in brief, the specimens were held horizontal between the twoloading platen correct to position of specimen so checked first by going properrecommendation as per IS specification. The best results are obtained as per ISspecification when the core axis is perpendicular to the planes of weakness so that,when possible the core should be drilled in preferably not exceed 30 0 . Formeasurement of point load index strength in the direction of least strength precautionshould be practiced to ensure the load is applied along with single weakness plans.Similarly, while testing for the point load index value in the direction of greateststrength here should be taken to assure that the load is applied perpendicularlyweakness plane. If the sample consists of blocks, it should be tested as two subsamples,with load applied firstly perpendicular to then along the observable planesof weakness. Again the minimum required value is obtain when the platens’ makesconduct along the single plane of weakness.The unconfined compressive strength is the one dimension properties – the test ismainly intended for field measurement on rock core and outcrop specimen.Generally, L/D = 2 to 3 is adopted and diameter of specimen shall be more than tentimes the largest mineral grain size in the rock preferably 45 mm but not in case lessthan 35 mm. The specimen is kept between two loading platens’ to the compressivemachine and load is applied duly notified in proving ring. Load is provided at a rate of0.5 to 1 Mpa/sec., so that, failure occurs in quick laps of time. Rate of loading bearsimportant factors for the testing because strength depends on the rate of loadingalso. The compressive strength of a rock determines its porosity. Watering rock poresreduces the mitigation internal may resulting in the decrease of its strength. The ratioof dry to wet strength of rock i.e., soften factors which is for most of the rock is foundto be near to the value of 3 or less will starts varying.Naturally, rock formation are in triaxially state of loading and strength characteristic ofrock under such a state plays significant role in calculation of bearing capacity ofborehole as well as in several particulars for the purpose of the calculation forstructure to be commence over the rock strata. In practice L/D = 2 to 3 with diameterof specimen shall not be less than the ten times large mineral grain in the rock andpreferably not sell than NX size (approximate 54 mm) as per IS specification isrecommended. In the laboratory, the test is evaluated the right steel cylinder with310208112 (Madh NLW Jan ‘ 09) EN (2) - 18Signature of bidderWith Seal & Date


CMPDIsteel platens and sorted out by flexible membrane with spherical seat accuratelyalign coaxially with others. The test is aimed to determine the shear strengthparameter of the material (cohesion and angle of shear resistance). In general threecylindrical samples of same rock material is subjected to three different cell pressuresand for which cell pressures the sample loaded to failure, thereby majored minorprinciple pressures are plotted to describe the Mohr’s circle and failure envelops andascertain the requisite.Tensional strength tests may be defined as the maximum stress developed in aspecimen in a tension test performed to rupture it. In the rock machines knowledge oftensile strength of rock is important in design of underground openings. Althoughrocks are weak in tension, and average tensile strength rock has been found to beone tenth of its compressive strength. In Brazilian tensional strength thin disc are cutout off cylindrical core with L/D = 0.5. The specimen is placed to loading patent of thecompressive testing machine radially. A compressive load is applied to the specimentill failure. The test may be strain control or stress control. If the loading frame is usedwhich works on an electric motor the test will be strain control. Because of lifting ofmachine speed of machine is controlled. Otherwise test was stress control.The porosity identifies the relative proportions of solids & voids where the densitydefined as the mass per unit volume of the rock. As per IS 13030 : 1991specification, there would be several method of laboratory testing of porosity anddensity among which saturation and caliper technique is widely employed due tosimplicity. The techniques requires three specimen of minimum 50 gm by weight –they are initially measured then oven dried, reweighed and then the dry specimen isimmersed in water under a vacuum pressure less than 0.8 kpa for one hour andthereby saturated mass and calculating the dry density and porosity.The density of rock solids per unit weight of water may be described as its specificgravity to be estimated in reference as IS 2720. To estimate the water content in arock sample /water absorption as a percentage of oven dried sample of rock massas per IS 13030 : 1991 generally 50 gm representative of sample is taken andanalogues water content determination methodology as described in IS specificationis also adopted for rock is employed.310208112 (Madh NLW Jan ‘ 09) EN (2) - 19Signature of bidderWith Seal & Date


CMPDIDeformability of rock implies capability of the rock to strain under applied load or inresponse to the removal of a load in case of excavation. For better performance ofthe structures made over rock mass it is necessary to know hw much deformation willtake place in the rock mass under the load to com. Deformability of rock massdepends on the type of a rock, mode of defects, degree of weathering, extents ofload, state of stresses, strain history, elastic & plastic as well as rheologicalproperties of rock etc. The parameter that describes extend formation for the rocksample more precisely known as deformation modulus. Another parameter that giveslateral deformability of the rock sample with respect to axial stressing known aspoison’s ratio is also counted for. In practice both parameters are measured andcalculated simultaneously in single test as per IS 9221 : 1979 using mechanical ordiametrically placed electrical gauges over the specimens. The L/D = 2, usually keptand compression load is gradually applied without any shock at a constant rate ofload or deformation such that failure will occur within 5 to 15 minute initiation loadingif carried to failure. Alternatively, the stress rate shall be within the limit of 0.5 and 1Mpa/Sec.For chemical testing several testing has been carried out such as PH, chloride,sulphate, mafic mineral identification tests, felsic mineral identification test etc. for theboth soil samples as well as water samples and the same of the rock samples for thepurpose of the identification of the rock as obtain from the site.310208112 (Madh NLW Jan ‘ 09) EN (2) - 20Signature of bidderWith Seal & Date


CMPDI6.0 SUBSURFACE PROFILEObserving the subsurface profile as shown in Plate No 7,8 & 9 in accordancewith the location map for the subsurface investigation for the proposed site inconcern for construction of proposed washery at Madhuband Area under <strong>Bharat</strong><strong>Coking</strong> <strong>Coal</strong> Ltd., Dhanbad, Jharkhand – for the scheduled nos of borehole, theessential profiles passing through the boreholes were presented. There are 4 (four)nos. of borehole were scheduled for investigation purpose and correspondingsubsurface profile has been represented therein. As a reference alongwith thesubsurface profile, the SPT plot was also presented therein with subsurface profilepresentationSuch sub-surface profile and established presence of 2 (two) nos. of soilstratifications as outlined below _LAYER I :LAYER II :Filled up soil sandy clayey silt with mica and kankars.Cemented, part calcareous, argillaceous siltstone with traces ofgrey wockeThe average engineering properties of each layer are presented below :-LAYER I :Medium Plastic StratificationNMC 29%LL 52%PL 24%BULK UNIT WEIGHT18.54 kN/cu.m.SPECIFIC GRAVITY 2.65GRAVEL CONTENT 9%SAND CONTENT 17%SILT CONTENT 53%CLAY CONTENT 21%COHESION17kPaANGLE OF FRICTION (degree) 11 0FIELD SPT VALUE 16THICKNESS 1.10mLAYER II :NON–PLASTIC STRATIFICATION WITHINCLUSION OF WEATHERED310208112 (Madh NLW Jan ‘ 09) EN (2) - 21Signature of bidderWith Seal & Date


SILTSTONESPECIFIC GRAVITY 2.67UNCONFINED COMPRESSION 32840 kPaSTRENGTHPOINT LOAD INDEX STRENGTH 1359 kPaTHICKNESSMore than 6.00 mCMPDIThe ground water table was found to be varying from 2.8 m to 4.2 m below thefounding level, in the month of September 2008.310208112 (Madh NLW Jan ‘ 09) EN (2) - 22Signature of bidderWith Seal & Date


CMPDI7.0 DISCUSSIONObserving the subsurface profile presented in Plate no 7,8 & 9 and theproperties of various stratifications as enlisted earlier, followings are consideredbetween the discussion for the sub-surface observation and design of the foundationfor the proposed civil structural construction at Madhuband Area at Dhanbad for<strong>Bharat</strong> <strong>Coking</strong> <strong>Coal</strong> Ltd., Dhanbad, Jharkhand.1. The top strata having thickness varying from 0.5m to 2.5m for variousboreholes as considered are mainly of silty clay with traces of fine sand,kankar etc. It is expected to have medium plastic stratification. Typicalshear resistance with angle of friction varying 10 0 to 11 0 .2. Layer II is basically weathered siltstone with traces of grey wockepossessing medium point load index strength at shallow depths. Due tohomogenous nature and acceptable shear capability, this layer may bewell suited for any mode of foundation.From the above discussion, followings are concluded –In the present site for the purpose of civil structural construction shallowfoundation may be considered on Layer II. A choice of depth may be effectedconsidering the acceptable fact, both geological, lithological as well as stratigraphicalconsideration. From the geological, lithological study and laboratory investigation, ithas been revealed that layer II comprises cemented, part calcareous argillaceoussiltstone with traces of grey wocke, extended apparently from 0.5 to 2.5m or moredepth over which any system of shallow foundation may be placed in the form ofeither individual or in the form of raft. For individual cases, differential settlementcannot be wiped out considering the occurrence of weathered rock. On the contraryraft foundation may be effectively placed assuming the fact that overall settlementbeing imposed will be nearly even, as well as incorelation with the superstructureexpected to be proposed (i.e., for coal storage, silos etc.).310208112 (Madh NLW Jan ‘ 09) EN (2) - 23Signature of bidderWith Seal & Date


CMPDISince geology and lithology of the land reveals the extent of encounteredstratifications that comprises weathered rock, it is preferable to have raft foundationfor civil structure under heavily loaded condition. However, provision of individualshallow foundation may also be taken into consideration, but there always exists apossibility of differential settlement, whereas raft foundation may provide tentativeequal settlement, but demand total soil structures interaction analysis.The table below provides safe bearing capacities for various types & sizes ofshallow foundation at various depths below the founding level, with respect to IS12070:1987 considering FOS = 3.0, as per codal provisions.Types & sizes of Shallow Depth of Foundations (m) Safe Bearing CapacitiesFoundation (m)(kPa)Square Foundation2.00x2.00 2.00 31192.50x2.50 2.00 30863.00x3.00 2.00 30543.50x3.50 2.00 30532.00x2.00 3.00 31092.50x2.50 3.00 30893.00x3.00 3.00 30713.50x3.50 3.00 30542.00x2.00 4.00 31342.50x2.50 4.00 31133.00x3.00 4.00 30953.50x3.50 4.00 3078Rectangular Foundation1.50x2.25 2.00 31362.00x3.00 2.00 30893.00x4.50 2.00 30501.50x2.25 3.00 31392.00x3.00 3.00 30913.00x4.50 3.00 30531.50x2.25 4.00 31612.00x3.00 4.00 31143.00x4.50 4.00 3074Square Raft Foundation25.0x25.0 2.00 2982310208112 (Madh NLW Jan ‘ 09) EN (2) - 24Signature of bidderWith Seal & Date


35.0x35.0 2.00 297940.0x40.0 2.00 297550.0x50.0 2.00 297760.0x60.0 2.00 297570.0x70.0 2.00 2974CMPDI25.0x25.0 3.00 299835.0x35.0 3.00 299540.0x40.0 3.00 299250.0x50.0 3.00 299360.0x60.0 3.00 299170.0x70.0 3.00 299025.0x25.0 4.00 300535.0x35.0 4.00 300240.0x40.0 4.00 299850.0x50.0 4.00 299960.0x60.0 4.00 299770.0x70.0 4.00 2996Circular Raft Foundation25.0 2.00 283235.0 2.00 282940.0 2.00 282550.0 2.00 282760.0 2.00 282470.0 2.00 282325.0 3.00 300235.0 3.00 299940.0 3.00 299750.0 3.00 299660.0 3.00 299570.0 3.00 299425.0 4.00 309235.0 4.00 308840.0 4.00 308650.0 4.00 308560.0 4.00 308470.0 4.00 3083Rectangular Raft Foundation20.0x30.0 2.00 283040.0x60.0 2.00 282750.0x75.0 2.00 282660.0x90.0 2.00 2825310208112 (Madh NLW Jan ‘ 09) EN (2) - 25Signature of bidderWith Seal & Date


CMPDI20.0x30.0 3.00 298340.0x60.0 3.00 297750.0x75.0 3.00 297560.0x90.0 3.00 297420.0x30.0 4.00 309340.0x60.0 4.00 308750.0x75.0 4.00 308460.0x90.0 4.00 3083For designing shallow foundation following precautionary measures should betaken into consideration that as to be arrived in course of construction, consideringthe settlement criteria as applicable by the theories established for the verticalstresses duly stipulated in IS:8009(Part-I) considering Ev/Eh ratio as a case may be.For square or rectangular foundation acceptable edge to edge clearancebetween foundations is 50% of average dimension of two adjacent of square orrectangular foundations.However, it is preferable to be load tested the bearing capacities in situ asrecommended in the report as per codal provisions.310208112 (Madh NLW Jan ‘ 09) EN (2) - 26Signature of bidderWith Seal & Date


BOREHOLE DATA SHEETLOCATION – <strong>MADHUBAND</strong>, DHANBADCMPDIBorehole 1 CoordinateCommencedon13.09.08 BoreholeDiameterCompleted on 14.09.08 PIT/DrillHole Size- RL ofFoundingLevel150mm TerminationDepthNX GroundWater Level216.270m S-SPT, C-CORE,U-UndisturbedSampleUnless otherwise stated, all depths are measured below founding levelSAMPLES Standard PenetrationtestElevation/Depth (m)LOG Thickness(m)0.00 to 0.50 0.50 Top Soil,consistingsoft to firm,brownishgrey, sandyclayey siltwith kankars.0.50 to 4.85 Siltstone withoccasionaltrace of greywocke.STRATA Type Depth (m) Blows 15cmSDCCCD 0.50D-Disturbed Sample,W-Water Sample211.42m Field Tests Nos Sample Nos212.47m SPT 1 Undisturbed 00.60-0.850.850.85-2.352.35-3.853.85-4.851 st 2 nd 3rdNValue40 105 - >100Permeability 0 Water 0Core 3 Disturbed 2TCR ROD% Colour ofReturnwater485641NilNilNilYellowishWaterLossPartialDRILLHOLE TERMINATED AT 4.85M DEPTH310208112 (Madh NLW Jan ‘ 09) EN (2) - 27Signature of bidderWith Seal & Date


CMPDIBorehole 2 CoordinateCommencedon14.09.08 BoreholeDiameterCompleted on 15.09.08 PIT/DrillHole Size- RL ofFoundingLevel150mm TerminationDepthNX GroundWater Level212.315m S-SPT, C-CORE,U-UndisturbedSampleUnless otherwise stated, all depths are measured below founding levelSAMPLES Standard PenetrationtestElevation/Depth (m)LOG Thickness(m)0.00 to 0.75 0.75 Filled up soil,sandy clayeysilt with mica& kankars0.75 to 4.15 Cemented,partcalcareousfine grained,argillaceousSTRATA Type Depth (m) Blows 15cmsiltstone withoccasiontrace of greywockeSDCCD 0.50D-Disturbed Sample,W-Water Sample208.165m Field Tests Nos Sample Nos209.115, SPT 1 Undisturbed 00.80-1.151.151.15-2.652.65-4.151 st 2 nd 3rdNValue57 112 - >100Permeability 0 Water 0Core 2 Disturbed 2TCR ROD% Colour ofReturnwater5259NilNilBlackBlackWaterLossPartialPartialDRILLHOLE TERMINATED AT 4.15M DEPTH310208112 (Madh NLW Jan ‘ 09) EN (2) - 28Signature of bidderWith Seal & Date


CMPDIBorehole 4 CoordinateCommencedon15.09.08 BoreholeDiameterCompleted on 17.09.08 PIT/DrillHole Size- RL ofFoundingLevel150mm TerminationDepthNX GroundWater Level224.139m S-SPT, C-CORE,U-UndisturbedSampleUnless otherwise stated, all depths are measured below founding levelSAMPLES Standard PenetrationtestElevation/Depth (m)LOG Thickness(m)0.00 to 0.50 0.50 Soft firm,brownishsandy clayeysilt/silty claywith kankars0.50 to 6.45 Cemented,STRATA Type Depth (m) Blows 15cmpartcalcareousfine grained,argillaceoussiltstone withoccasiontrace of greywockeD 0.50SDSDCCD-Disturbed Sample,W-Water Sample217.689m Field Tests Nos Sample Nos219.939m SPT 2 Undisturbed 01.50-1.951.953.00-3.453.453.45-4.954.95-6.451 st 2 nd 3rd3672816110NValue23>100Permeability 0 Water 0Core 2 Disturbed 3TCR ROD% Colour ofReturnwaterNilNilBlackBlackWaterLossPartialPartialDRILLHOLE TERMINATED AT 6.45M DEPTH310208112 (Madh NLW Jan ‘ 09) EN (2) - 29Signature of bidderWith Seal & Date


CMPDIBorehole 3 CoordinateCommencedon18.09.08 BoreholeDiameterCompleted on 19.09.08 PIT/DrillHole Size- RL ofFoundingLevel150mm TerminationDepthNX GroundWater Level216.3m S-SPT, C-CORE,U-UndisturbedSampleUnless otherwise stated, all depths are measured below founding levelSAMPLES Standard PenetrationtestElevation/Depth (m)LOG Thickness(m)0.00 to 2.50 2.50 Firm,yellowishsilty clay withtraces of finesand andkankars2.50 to 4.30 Siltstone withoccasiontrace of greywockeSTRATA Type Depth (m) Blows 15cmDSDSDCD-Disturbed Sample,W-Water Sample212.0m Field Tests Nos Sample Nos213.5m SPT 2 Undisturbed 00.501.50-1.951.952.50-2.802.802.80-4.301 st 2 nd 3rd3 7 9 16NValue45 113 - >100Permeability 0 Water 0Core 1 Disturbed 3TCR ROD% Colour ofReturnwaterWaterLoss32 Nil Black PartialDRILLHOLE TERMINATED AT 4.30M DEPTH310208112 (Madh NLW Jan ‘ 09) EN (2) - 30Signature of bidderWith Seal & Date


LABORATORY TEST RESULTSCMPDISl.No.BoreholeDepthOf samples(m)Description of samplesGrading AnalysisGravels%Sands%Silts%Clays%Bulk unitweight(kN/cu.m)Naturalwatercontent%Liquid limits%Plasticlimits%SpecificGravityInitial voidratio1 1 0.50(R) Top soil, consisting soft to firm, brownishgrey, sandy clayey silt with kankars2 1 0.85 (R) Siltstone with occasional trace of greywocke.3 1 2.35 to 3.85 Siltstone with occasional trace of greywocke4 2 0.50(R) Filled up soil, sandy clayey silt with micaand kankars.5 2 2.65 to 4.15 Cemented. Part clacareus fine grained,argillaceous siltstone with occasion trace ofgrey wocke.6 3 1.95(R) Firm , yellowish silty clay with trces of finesand and kankar.7 3 2.80 to 4.30 Siltstone with occasional trace of greywocke.8 4 0.50(R) Soft to firm, brownish sandy clayey silt/ siltyclay with kankars.9 4 3.45 to 4.95 Cemented part calcareous fine grained,argillaceous siltstone with occasion trace ofgrey wocke.9 17 52 22 18.30 28 48 24 2.66 0.8257 25 56 12 19.32 25 42 2221.12 3.62 2.658 19 51 22 18.54 29 52 24 2.67 0.82221.20 2.79 2.669 16 54 21 19.10 30 51 2222.72 2.97 2.669 16 57 18 18.20 30 55 24 2.6323.12 3.12 2.731.0 Kgf/sq.cm = 98.07 kPa P – Pore pressure CU – Consolidated undrained1.0 Kgf = 9.807 N R – Remoulded CD – Consolidated drained1.0kN = 101.64 kgf UU – Unconsolidated undrained SB – Shear Box1.0 Pa = 1.0 N/sq.m310208112 (Madh NLW Jan ‘ 09) EN (2) - 31Signature of bidderWith Seal & Date


LABORATORY TEST RESULTS (continued)CMPDISl.No.Triaxial compression/ unconfinedcompressionConsolidationCompressivestrength (kPa)Test notation &cell pre-ssures(kPa)Cohesion(kPa)Angle offriction (deg.)Point load indexstrength (kPa)Brazilian tensilestrength (kPa)Slake durabilityPressure range(kPa)Coefficient ofvolumedecrease(sq.cm/kN)Poisson’s ratioPermeability(cm/sec)Water absorption(%)Dry unit weight(Kn/.cu.m)Remarks1 UUR499814717 1000-4949-9898-196196-3922 1.2X10 -32.3322.9112.2131.9943 31190 1290 406 0.144 81 UUR 17 1149981475 34040 1396 446 0.12 Co-efficient ofsoftening 0.626 UUR 16 10 1.1x10 -449981477 33017 1372 431 0.138 UUR499814717 11 00-4949-9898-196196-3929 33097 1379 439 0.12 Co-efficient ofsoftening 0.662.4312.8212.3121.994310208112 (Madh NLW Jan ‘ 09) EN (2) - 32Signature of bidderWith Seal & Date


SOIL PROFILELAYER I Top soil, consisting soft to firm, brownish grey, sandy clayey silt with kankars.LAYER II Siltstone with occassional trace of grey wockeSCALE:1:50(V)/NTS(H)PLATE NO.7


SOIL PROFILELAYER I Filled up soil, sandy clayey silt with mica & kankars.LAYER I I Cemented, part calcareous fine grained, argillaceous siltstonewith occasional trace of grey wocke.SCALE:1:50(V)/NTS(H)1 ______________________________________ 1PLATE NO: 8


SOIL PROFILELAYER I Soft to firm,brownish sandy clayey silt /silty clay with kankars.LAYER I I Cemented, part calcareous fine grained, argillaceous siltstonewith occassional trace of grey wocke.S C A L E : 1 : 5 0 ( V ) / N T S ( H ) P L A T E N o . 9

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!