13.07.2015 Views

at madhuband washery, bccl tender specfication document - CMPDI

at madhuband washery, bccl tender specfication document - CMPDI

at madhuband washery, bccl tender specfication document - CMPDI

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

INSTALLATION OF DEMONSTRATION PLANT OFCOAL DRY BENEFICIATION SYSTEM USINGRADIOMETRIC TECHNIQUES (ARDEESORT)ATMADHUBAND WASHERY, BCCLTENDER SPECFICATION DOCUMENTDecember 2011


INSTALLATION OFDEMONSTRATION PLANT OF COAL DRY BENEFICIATIONSYSTEM USING RADIOMETRIC TECHNIQUES(ARDEESORT)AT MADHUBAND WASHERY, BCCLTENDER SPECIFICATION DOCUMENT!December 2011Central Mine Planning & Design Institute Limited(A Subsidiary of Coal India Limited)Gondwana Place, Kanke RoadRanchi, JHARKHAND


<strong>CMPDI</strong>CONTENTSCLAUSE NO. PARTICULARS PAGENO.Tender Notice for public<strong>at</strong>ion 1SECTION – I (Tender Notice)1.0 Name and Description of work I-12.0 Earnest Money I-13.0 Applic<strong>at</strong>ion Fee for Tender Specific<strong>at</strong>ion Document I-24.0 Availability of Tender Document I-25.0 General Instruction for Submission of Tender I-26.0 Instruction for Opening of Part-II & III I-37.0 Validity Period of Offer I-38.0 Receipt of Tenders I-49.0 Opening of Tenders I-410.0 Deput<strong>at</strong>ion of Represent<strong>at</strong>ive for Negoti<strong>at</strong>ion I-411.0 Right to reject the <strong>tender</strong> I-412.0 Down loading of <strong>tender</strong> 1-413.0 Pre bid meeting 1-514.0 Amendments/clarific<strong>at</strong>ion 1-515.0 Completion period 1-516.0 Integrity pact 1-6SECTION – II (Instruction to Bidders)1.0 Scope of Tenderer II-12.0 Eligible Tenderers II-13.0 Qualific<strong>at</strong>ion of the Tenderer II-24.0 One Bid per Bidder II-55.0 Cost of Bidding II-56.0 Site Visit II-57.0 Content of Bidding Documents II-68.0 Clarific<strong>at</strong>ion of Bidding Documents II-69.0 Amendment of Bidding Documents II-710.0 Language of Bid II-711.0 Documents Comprising the Bid II-712.0 Bid Prices II-813.0 Currencies of Bid and Payment II-914.0 Bid Validity II-915.0 Bid Security / Earnest Money Deposit II-916.0 Altern<strong>at</strong>ive proposals by Bidders II-1017.0 Form<strong>at</strong> and Signing of Bid II-1018.0 Sealing, Marking and submission of Bid II-1119.0 Dead line for Submission of Bids II-1220.0 L<strong>at</strong>e Bids II-1221.0 Modific<strong>at</strong>ion and Withdrawal of Bids II-13311410168 iSign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


<strong>CMPDI</strong>CLAUSE NO. PARTICULARS PAGENO.22.0 Bid Opening II-1323.0 Process to be Confidential II-1424.0 Clarific<strong>at</strong>ion of Bids II-1425.0 Examin<strong>at</strong>ion of Bids and Determin<strong>at</strong>ion ofII-14Responsiveness26.0 Corrections of Errors II-1527.0 Evalu<strong>at</strong>ion and Comparison of Bids II-1628.0 Award Criteria II-1629.0 Employer’s Right to Accept any Bid and to Reject any II-17or all Bids30.0 Notific<strong>at</strong>ion of Award and Signing of Agreement II-1731.0 Performance Security / Security Deposit /II-17Performance Guarantee32.0 Employment of Local Labour II-1933.0 Legal Jurisdiction II-2034.0 Deemed Exports II-2035.0 Consultants not to Bid and Vice Versa II-2036.0 Sub Contractor / Sub Vendor II-20SECTION – III (Forms of Bid and Qualific<strong>at</strong>ion inform<strong>at</strong>ion)Forms of Bid and Qualific<strong>at</strong>ion Inform<strong>at</strong>ionIII-1 toIII-9Exhibit – 1 Contractor’s Bid III-1Exhibit – 2 Qualific<strong>at</strong>ion Inform<strong>at</strong>ion III-3Annexure – A AffidavitIII-9SECTION – IV (A) (General Terms & Condition of Contract)1.0 Definitions IV(A)-12.0 Contract Documents IV(A)-63.0 Contract Performance Guarantee / Security Deposit IV(A)-84.0 Assignment and Subletting of Contract IV(A)-105.0 P<strong>at</strong>ent Rights & Royalties IV(A)-116.0 Time – The Essence of Contract IV(A)-127.0 Contract Price IV(A)-128.0 Changed Quantity IV(A)-139.0 Deductions from Contract Price IV(A)-1310.0 Contract Price Adjustment IV(A)-1311.0 Packing, Forwarding & Shipment IV(A)-1512.0 Demurrage, Wharfage, <strong>at</strong> etc. IV(A)-1613.0 Insurance IV(A)-1614.0 Liability for Accident & Damages IV(A)-1715.0 Liquid<strong>at</strong>ed Damages for Delay in Completion IV(A)-1716.0 Contractors Default IV(A)-1917.0 Force Majeure IV(A)-2018.0 Delays by Owner or his Authorised Agent IV(A)-2119.0 Extension of D<strong>at</strong>e of Completion IV(A)-22311410168 iiSign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


<strong>CMPDI</strong>CLAUSE NO. PARTICULARS PAGENO.20.0 Termin<strong>at</strong>ion, Suspension, Cancell<strong>at</strong>ion & Foreclosure IV(A)-23of Contract21.0 No Waiver of Rights IV(A)-2822.0 Certific<strong>at</strong>e not to Affect Right of Owner and Liability of IV(A)-28Contractor23.0 Grafts & Commissions etc. IV(A)-2924.0 Language & Measures IV(A)-2925.0 Release of Inform<strong>at</strong>ion IV(A)-2926.0 Construction of the Contract IV(A)-3027.0 Completion of the Contract IV(A)-3028.0 Enforcement of Terms IV(A)-3029.0 Engineers Decisions IV(A)-3130.0 Co-oper<strong>at</strong>ion with Other Contractors & Consulting IV(A)-31Engineers31.0 Training of Owners Personnel IV(A)-3132.0 Power to Vary or Omit work IV(A)-3233.0 Guarantee IV(A)-3334.0 Replacement of Defective Parts & M<strong>at</strong>erials IV(A)-3435.0 Defence of Suits IV(A)-3536.0 Limit<strong>at</strong>ion of Liabilities IV(A)-3537.0 Marginal Notes IV(A)-3538.0 Taxes, Permits & Licences IV(A)-3539.0 Progress Reports & Photographs IV(A)-3640.0 Long Term Availability of Spares IV(A)-3641.0 Payment IV(A)-3742.0 Spares IV(A)-4143.0 Consignee IV(A)-4144.0 Settlement of Disputes IV(A)-4145.0 Sales Tax on Works Contracts IV(A)-4246.0 Payment of wages to the contractor workers IV(A)-42SECTION – IV (B) (Additional Terms & Conditions ofContract)1.0 Mobiliz<strong>at</strong>ion Advance IV(B)-12.0 Price Vari<strong>at</strong>ion Clause IV(B)-2SECTION – IV (C) (General Technical Conditions)1.0 General IV(C)-12.0 Limit of Contract IV(C)-13.0 Equipment Performance Guarantee IV(C)-14.0 Engineering D<strong>at</strong>a IV(C)-25.0 Drawing IV(C)-26.0 Instructions Manuals IV(C)-47.0 First Feel of Consumables, Oils & Lubricants IV(C)-58.0 Manufacturing Schedule IV(C)-59.0 Reference Standards IV(C)-510.0 Design Improvement IV(C)-611.0 Quality Assurance IV(C)-6311410168 iiiSign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


311410168 ivSign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e<strong>CMPDI</strong>CLAUSE NO. PARTICULARS PAGENO.12.0 Engineers Supervision IV(C)-813.0 Inspection, Testing & Inspection Certific<strong>at</strong>e IV(C)-914.0 Test IV(C)-1015.0 Packing IV(C)-1316.0 Protection IV(C)-1317.0 Preserv<strong>at</strong>ive Shop Co<strong>at</strong>ing IV(C)-1318.0 Protective Guards IV(C)-1419.0 Design Co-ordin<strong>at</strong>ion IV(C)-1420.0 Design Co-ordin<strong>at</strong>ion Meeting IV(C)-1521.0 Tools & Tackles IV(C)-1522.0 Noise Level IV(C)-1523.0 Taking Over IV(C)-1524.0 Indian Standards IV(C)-1625.0 Welding IV(C)-1626.0 Lubric<strong>at</strong>ion IV(C)-1627.0 Equipment Bases IV(C)-1628.0 R<strong>at</strong>ing Pl<strong>at</strong>es, Main Pl<strong>at</strong>es & Lables IV(C)-1629.0 Colour Co<strong>at</strong> for Pipe Services IV(C)-1730.0 Service by the Owner IV(C)-17SECTION – IV (D) (Erection Conditions of Contract)1.0 General IV(D)-12.0 Regul<strong>at</strong>ion of Local Authorities & St<strong>at</strong>utes IV(D)-13.0 Onwer’s Lien on Equipment IV(D)-24.0 Inspection, Testing & Inspection Certific<strong>at</strong>e IV(D)-25.0 Access to Site & Works on Site IV(D)-26.0 Contractor Site Office Establishment IV(D)-37.0 Co-oper<strong>at</strong>ion with Other Contractors IV(D)-38.0 Discipline of Workman IV(D)-49.0 Contractors Field Oper<strong>at</strong>ion IV(D)-410.0 Photographs & Progress Report IV(D)-411.0 Manpower Report IV(D)-512.0 Protection Work IV(D)-513.0 Employment of Labour IV(D)-614.0 Facilities to be Provided by the Owner IV(D)-615.0 Facilities to be Provided by the Contractor IV(D)-716.0 Lines & Grades IV(D)-817.0 Fire Protection IV(D)-918.0 Security IV(D)-919.0 Contractors Area Limits IV(D)-1020.0 Contractors co-oper<strong>at</strong>ion with the Owner IV(D)-1021.0 Pre-commissioning Trials & Initial Oper<strong>at</strong>ion IV(D)-1022.0 M<strong>at</strong>erial Handling & Storage IV(D)-1123.0 Construction Management IV(D)-1224.0 Field Office Records IV(D)-1325.0 Contractor’s M<strong>at</strong>erials Brought on to Site IV(D)-14


311410168 vSign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e<strong>CMPDI</strong>CLAUSE NO. PARTICULARS PAGENO.26.0 Protection of Property and Contractors Liability IV(D)-1427.0 Painting IV(D)-1528.0 Insurance IV(D)-1529.0 Unfavorable Working Conditions IV(D)-1730.0 Protection of Monuments and Reference Points IV(D)-1731.0 Work and Safety Regul<strong>at</strong>ions IV(D)-1732.0 Code Requirements IV(D)-2233.0 Found<strong>at</strong>ion Dressing & Grouting IV(D)-2334.0 Shaft Alignment IV(D)-2535.0 Doweling IV(D)-2536.0 Check out of Control Systems/Power Supply IV(D)-2537.0 Commissioning Spares IV(D)-2538.0 Cabling IV(D)-25SECTION – V (A) (Introduction)1.0 Objective V(A)-12.0 Loc<strong>at</strong>ion & Communic<strong>at</strong>ion V(A)-13.0 Clim<strong>at</strong>ic conditions V(A)-14.0 Scope of work V(A)-15.0 Completion period V(A)--2SECTION – V (B) (Raw Coal Characteristics)Test resultV(B)-1SECTION – V (C) (Original Process Flow ofMadhuband Washery)1.0 Original process flow of <strong>madhuband</strong> <strong>washery</strong> V(C)-1SECTION – V (D) (Scheme for proposed demonstr<strong>at</strong>ionplant)1.0 Salient fe<strong>at</strong>ures of proposed coal dry benefici<strong>at</strong>ionsystemV(D)-12.0 Capacity and Oper<strong>at</strong>ing Condition of the Proposed V(D)-2Plant3.0 Scope of Work V(D)-34.0 Pollution control arrangement V(D)-35.0 Maintenance facilities V(D)-46.0 Equipment V(D)-47.0 Communic<strong>at</strong>ion System V(D)-48.0 Fire Fighting Arrangement V(D)-4SECTION – V (E) (Mechanical Engineering Works)1.0 Scope of Work V(E)-12.0 Belt conveyor V(E)-23.0 Screens V(E)-124.0 Chutes and liners V(E)-135.0 Electric hoist, chain pulley block and lifting beams V(E)-136.0 Painting V(E)-147.0 Lubric<strong>at</strong>ion V(E)-148.0 Fire fighting system V(E)-149.0 Make of equipment (Mechanical) V(E)-15


311410168 viSign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e<strong>CMPDI</strong>CLAUSE NO. PARTICULARS PAGENO.10.0 Install<strong>at</strong>ion & erection V(E)-1711.0 Equipment component details V(E)-17SECTION – V (F) (Electrical Engineering Works)1.0 Scope of Work V(F)-12.0 Proposed power supply scheme V(F)-23.0 Selection of Equipment V(F)-24.0 Specific<strong>at</strong>ion of transformer V(F)-25.0 Motor control center (MCC) V(F)-56.0 Control deck V(F)-87.0 Cables V(F)-98.0 Local push button st<strong>at</strong>ion V(F)119.0 Indic<strong>at</strong>ing lamps V(F)-1210.0 Moulded case circuit breaker (MCCB) V(F)1311.0 Mini<strong>at</strong>ure circuit breaker (MCD) V(F)-1412.0 Switch fuse unit V(F)- 1513.0 Specific<strong>at</strong>ion for capacitors bank V(F)-1614.0 Plant control system V(F)1715.0 Instrument<strong>at</strong>ion V(F)-1716.0 communic<strong>at</strong>ion V(F)1717.0 Power points for welding V(F)-1818.0 General earthing V(F)- 1819.0 Illumin<strong>at</strong>ion V(F)-1920.0 Steel tubular poles for lighting V(F)2021.0 General V(F)-2122.0 Make of equipment V(F)-22SECTION – V (G) (Civil Engineering Works)1.0 Scope of work V(G)-12.0 Survey <strong>at</strong> site V(G)-23.0 Site prepar<strong>at</strong>ion V(G)-34.0 Civil engineering work specific<strong>at</strong>ion V(G)-45.0 Additional safety measures to be taken by the V(G)-62contractorSECTION – V (H) (Performance Guarantee)1.0 Objective V(H)-12.0 Performance Guarantee V(H)-13.0 Performance Guarantee Tests (PGT) V(H)-24.0 Liquid<strong>at</strong>ed Damage V(H)-45.0 General Guarantee for Warranty V(H)-4SECTION – VI (Price Bid)1.0 Scope of work VI-12.0 Proforma for Price Bid VI-1SECTION – VII (Forms of Bid)1.0 Contractors’ Bid VII-12.0 Bank Guarantee Proforma for EMD/Bid security VII-(2)3.0 Bank Guarantee Proforma for Mobiliz<strong>at</strong>ion Advance VII-(5)


<strong>CMPDI</strong>CLAUSE NO. PARTICULARS PAGENO.4.0 Bank Guarantee Proforma for PerformanceVII-(7)security/guarantee5.0 Form<strong>at</strong> for Contract Agreement VII-(10)6.0 Integrity pact VII-(13)SECTION – VIII (Drawings)1. Drg No. :Single Line DiagramHQ/311410168/ 04/012. Drg No. :Equipment Flow DiagramBCCL/00/EFD/001 R-13. Drg No. :Total Plant PlanBCCL/BE/00/TPL-001 R-04. Drg No. :System LayoutBCCL/BE/SDP-002 R-05. Drg No. :BCCL/BE/SDP-003 R-0Sectional Views & FloorPlan6. Drg No. :BCCL/DE/01/FDN-001 R-0Column CL Plan of TotalPlant7. Drg No. :BCCL/BE/02/RBC/00 R-0GA of All Conveyors toExiting Structures8. Drg No. :BCCL/BE/02/RBC-1&2/01 R-0GA of RBC-1 & RBC-2Conveyors9. Drg No. :GA of RBC-3 ConveyorsBCCL/BE/02/RBC-3/02 R-010. Drg No. :GA of RBC-4 ConveyorsBCCL/BE/02/RBC-4/03 R-011 Drg No. :GA of RBC-5 ConveyorsBCCL/BE/02/RBC-5/04 R-012. Drg No. :BCCL/BE/02/TRUSS R-0General View of AllConveyor GantriesANNEXURES1 Annexure-1 : List of Equipment to be Supplied by 1<strong>CMPDI</strong> to the Tenderer2 Annexure-2 : List of Equipment to be Supplied byTenderer1-3311410168 viiSign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – ITender Notice


Tender Notice<strong>CMPDI</strong>SECTION – ITENDER NOTICECOMPANY PROJECT / AREA TENDER NOTICE NO. & DATE :Central Mine Planning &Design Institute LimitedMadhubandWashery ,BCCL,Dist.: Dhanbad<strong>CMPDI</strong>/CMP/ ……………….D<strong>at</strong>ed : ………….1.0 Sealed turn-key <strong>tender</strong>s are invited (in four copies) from reputed andexperienced contractors for the following works :Name and Description of Work Loc<strong>at</strong>ion Period of CompletionInstall<strong>at</strong>ion of 400 tph Demonstr<strong>at</strong>ionPlant of Coal Dry Benefici<strong>at</strong>ionSystem using Radiometric Technique(ArdeeSort) <strong>at</strong> Madhuband Washery,BCCLThe work includes supply,fabric<strong>at</strong>ion, erection of all P&M alongwith the items supplied by <strong>CMPDI</strong>(the company) as given inAnnexures-1 & 2 along with all civil& structural works, testing and trialruns, commissioning, performanceguarantee tests and handing over ins<strong>at</strong>isfactory oper<strong>at</strong>ional condition.(Note: The main technologicalequipment, i.e. ArdeeSort will besupplied separ<strong>at</strong>ely and is not in thescope of this <strong>tender</strong>. However,install<strong>at</strong>ion of ArdeeSort is in thescope of this <strong>tender</strong>.2.0 EARNEST MONEYMadhubandWashery, BCCLDist.: Dhanbad(In a separ<strong>at</strong>e<strong>washery</strong> building)09 months(zero d<strong>at</strong>e shall befrom the d<strong>at</strong>e of expiryof ten days from theissue of LOI/LOA orhanding over the sitewhich ever is l<strong>at</strong>er)The bidder shall furnish, as part of his bid, Bid Security/Earnest Money of Rs6,96,000/ (Rupees Six lakh Ninety-six Thousand) only. Bid Security/ EMD shall berequired to be deposited in the form of irrevocable Bank Guarantee (from scheduledbank/Branch acceptable to the owner) with validity 28 days beyond the validity of thebid in the form<strong>at</strong> given in the Bid Document. Certified cheques and Demand Draftsshall also be acceptable as Bid Security/ Earnest money drawn in favour of Central311410168 I - 1 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Tender Notice<strong>CMPDI</strong>Mine Planning & Design Institute Ltd. on any scheduled bank payable <strong>at</strong> its branch <strong>at</strong>Ranchi.Any bid not accompanied by an acceptable Bid Security/ EMD shall berejected by the Employer as non-responsive.The Bid Security/ EMD of the unsuccessful Bidder shall be refundable aspromptly as possible after opening of price bid and finaliz<strong>at</strong>ion of the <strong>tender</strong> and shallbear no interest.3.0 APPLICATION FEE FOR TENDER SPECIFICATIONDOCUMENTSThe price of <strong>tender</strong> <strong>document</strong>s shall be R 5,000/- (Rupees five thousand) onlypayable either by bank draft drawn in favour of Central Mine Planning & DesignInstitute Ltd on N<strong>at</strong>ionalised / Schedule Bank payable <strong>at</strong> its branch <strong>at</strong> Ranchi orthrough cash deposited with the company’s cash office between 10.0 AM to 12.0noon.4.0 AVAILABILITY OF TENDER DOCUMENTSTender <strong>document</strong>s including terms and conditions of work, shall be availableon payment on any working day between 10.00 hours to 17.00 hours, from thefollowing places, during the period as st<strong>at</strong>ed below:Place From d<strong>at</strong>e To d<strong>at</strong>eOffice of General Manager (CMP)Central Mine Planning & DesignInstitute Ltd.Gondwana Place, Kanke Road,Ranchi-834031, JHARKHAND12.12.2011 30.12.2011The Tender <strong>document</strong>s shall also be available on the website www.cmpdi.co.inand the same can be download as given in Cl. 12.0.5.0 GENERAL INSTRUCTIONS FOR SUBMISSION OF TENDERA Tenderer should strictly comply with the following instructions :311410168 I - 2 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Tender Notice<strong>CMPDI</strong>a) A <strong>tender</strong>er is required to submit his offers in sealed covers giving reference tothis Tender Notice No. and d<strong>at</strong>e, containing offers in three parts prominently superscribed as Part-I, Part II and Part - III respectively.b) Three Parts should contain the details of the offer as followsPart I - full details of the firm, inform<strong>at</strong>ion on the supplies of similar equipment todifferent parties in the country details of project handled, testimonials and<strong>document</strong>ary evidence in support of s<strong>at</strong>isfactory performance, financial capabilities,Earnest Money Deposit, Integrity pact and any other relevant inform<strong>at</strong>ion.Tenderer shall specifically confirm acceptance of all the terms and conditions of theTender Specific<strong>at</strong>ion Document (TSD); and each page of the TSD procured/downloaded by the bidder shall be ‘signed and sealed’ and the same shall besubmitted in this part of the offer.Bidder who has downloaded the bid <strong>document</strong> shall submit the applic<strong>at</strong>ion money inform of Demand Draft in this part of the offer in a separ<strong>at</strong>e envelope. The DemandDraft should be issued within the due d<strong>at</strong>e of sale period.Part II - Technical offer along with technical specific<strong>at</strong>ions of equipment/ know-howoffered, drawings, pamphlets, commercial terms & condition etc. strictly in terms of<strong>tender</strong> enquiry.Part -III - Prices only in the form<strong>at</strong> as indic<strong>at</strong>ed in the <strong>tender</strong> <strong>document</strong>s.6.0 INSTRUCTION FOR OPENING PART-II AND IIIPart II and III of the offer shall be opened only in respect of such <strong>tender</strong>s asare found valid after scrutiny of Part I.7.0 VALIDITY PERIOD OF OFFERThe r<strong>at</strong>es offered in Part III should be valid for six calendar months from thed<strong>at</strong>e of opening of Part I of the Tender.311410168 I - 3 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Tender Notice<strong>CMPDI</strong>8.0 RECEIPT OF TENDERSTenders are to be received in sealed covers upto 13.00 hrs on 31.01.2012 <strong>at</strong>the following office:General Manager (CMP), Central Mine Planning & Design Institute Ltd.,Gondwana Place, Kanke Road, Ranchi-834031, JHARKHAND9.0 OPENING OF TENDERSTenders shall be opened <strong>at</strong> 15.00 (hrs) on 31.01.2012 <strong>at</strong> the Office of the :General Manager (CMP), Central Mine Planning & Design Institute Ltd.,Gondwana Place, Kanke Road, Ranchi-834031, JHARKHAND10.0 DEPUTATION OF REPRESENTATIVES FOR NEGOTIATIONAfter opening of the <strong>tender</strong>, if the company decides to negoti<strong>at</strong>e, the <strong>tender</strong>ersshould be in a position to depute their represent<strong>at</strong>ives, <strong>at</strong> short notice, with fullauthority for negoti<strong>at</strong>ing on technical as well as commercial terms and conditions ofthe contract.11.0 RIGHT TO REJECT THE TENDERThe company is not under any oblig<strong>at</strong>ion to accept the lowest <strong>tender</strong>/<strong>tender</strong>sand reserves the right to reject any or all the <strong>tender</strong>s without assigning any reasonwh<strong>at</strong>soever and also to distribute the work and allot the work/works to more than one<strong>tender</strong>er, <strong>at</strong> its sole discretion.12.0 DOWN LOADING OF TENDERComplete bid <strong>document</strong> can also be down loaded from our web sitewww.cmpdi.co.in.12.1 The company shall not be responsible for any delay / difficulty / inaccessibilityof the downloading facility for any reason wh<strong>at</strong>soever. The downloading facilityshall be available during the period of sale of <strong>tender</strong> paper.311410168 I - 4 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Tender Notice<strong>CMPDI</strong>12.2 The bidders shall be required to submit an undertaking th<strong>at</strong> they shall acceptthe <strong>tender</strong> <strong>document</strong>s as available in the web site and <strong>tender</strong> shall be rejectedif any tempering in the <strong>tender</strong> <strong>document</strong> is found to be done <strong>at</strong> the time ofopening of the <strong>tender</strong>.12.3 In case of any discrepancy between the <strong>tender</strong> <strong>document</strong>s downloaded fromthe web site and the master copy available in the office, the l<strong>at</strong>ter shall prevailand will be binding on the <strong>tender</strong>ers. No claim on this account will beentertained.12.4 In this case the bidder has to pay the requisite applic<strong>at</strong>ion fee along with theabove undertaking <strong>at</strong> the time of pre-bid meeting or along with the bid in asepar<strong>at</strong>e envelope marked “Applic<strong>at</strong>ion Fee”. The draft/ instrument must beissued within the due d<strong>at</strong>e of sale period.12.5 If the down loaded <strong>document</strong>s are not accompanied with requisite applic<strong>at</strong>ionfee as mentioned above or if there is any change made in the bid <strong>document</strong>,the same shall be summarily rejected.13.0 PRE BID MEETINGThe bidder or his official represent<strong>at</strong>ive is invited to <strong>at</strong>tend a pre-bid meetingwhich shall take place <strong>at</strong> the office of General Manager (CMP), <strong>CMPDI</strong>, GondwanaPlace, Kanke Road, Ranchi-834008, JHARKHAND on 10.01.2012 <strong>at</strong> 11.00 AM.14.0 AMENDMENTS/ CLARIFICATIONThe amendments / clarific<strong>at</strong>ions if any to the <strong>document</strong> shall also be availableon the above web site.15.0 COMPLETION PERIODThe completion period (upto the successful completion of the trial test) shallbe 09 (nine) months. The zero d<strong>at</strong>e shall be considered from the d<strong>at</strong>e of expiry of tendays from the issue of LOI/ LOA or handing over the site which ever is l<strong>at</strong>er.311410168 I - 5 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Tender Notice<strong>CMPDI</strong>16.0 INTEGRITY PACTBidders are required to submit the Integrity Pact duly signed as per form<strong>at</strong><strong>at</strong>tached along with Part-I of their offer.Name and address of the independent External Monitors:NameShri N.R. Banerji, IAS (Retd),AddressFl<strong>at</strong> No. – 121, Shriniketan,CGHS Plot No.-1, Sector-7,Dwarka, New Delhi – 110 075Sign<strong>at</strong>ure : ……………………………………General Manager (CMP),<strong>CMPDI</strong>, Gondwana Place,Kanke Road, Ranchi-834031, JHARKHAND311410168 I - 6 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – IIInstruction to Bidders


Instructions to BiddersSECTION – II<strong>CMPDI</strong>INSTRUCTIONS TO BIDDERS1.0 SCOPE OF TENDERER1.1 The Central Mine Planning & Design Institute Limited (referred to as Employerin these <strong>document</strong>s) invites bids for the construction on turnkey basis for theworks (as defined in these <strong>document</strong>s and referred to as "the works") detailedin the table given in the Notice Inviting Tenders (NIT).1.2 The successful Bidder shall be expected to complete the Works by theIntended Completion D<strong>at</strong>e specified in the TSD.2.0 ELIGIBLE TENDERERS2.1 The Invit<strong>at</strong>ion for Bids is open to all Bidders eligible to particip<strong>at</strong>e as perqualifying criteria laid down separ<strong>at</strong>ely hereinafter.2.2 All bidders shall provide in Part 1, Forms of Bid and Qualific<strong>at</strong>ion Inform<strong>at</strong>ion,a st<strong>at</strong>ement th<strong>at</strong> the Bidder (including all members of a joint venture andsubcontractors) is not associ<strong>at</strong>ed, nor has been associ<strong>at</strong>ed in the past, directlyor indirectly, with the consultant or any other entity th<strong>at</strong> has prepared thedesign, specific<strong>at</strong>ions, and other <strong>document</strong>s for the Project or being proposedas Engineer for the Contract. A firm th<strong>at</strong> has been engaged by the Employerto provide consulting services for the prepar<strong>at</strong>ion or supervision of the Worksshall not be eligible to Bid.2.3 Joint Venture: Two or three companies/ contractors may jointly undertakecontract/contracts. Each entity shall be jointly responsible for completing thetask as per the contract.2.4 The company reserves its right to allow Public Enterprises purchasepreference facility as admissible under prevailing policy.311410168 II - 1 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>3.0 QUALIFICATION OF THE TENDERER3.1 All bidders shall provide in Part 1, Forms of Bid and Qualific<strong>at</strong>ion Inform<strong>at</strong>ion,a preliminary description of the proposed work method and schedule,including charts, as necessary.3.2 All the bidders are required to submit the various inform<strong>at</strong>ion and <strong>document</strong>sas per the TSD.3.3 All bidders shall include the following inform<strong>at</strong>ion and <strong>document</strong>s with theirBids in Part 1: (copies of all <strong>document</strong>ary evidences are to be dulyauthentic<strong>at</strong>ed by the <strong>tender</strong>ers/constituted <strong>at</strong>torney of the <strong>tender</strong>er with fullsign<strong>at</strong>ure and seal. All signed declar<strong>at</strong>ions are to be made in the <strong>tender</strong>er’sletter head.)a) copies of original <strong>document</strong>s defining the constitution or legal st<strong>at</strong>us,place of registr<strong>at</strong>ion, and principal place of business; written power of <strong>at</strong>torneyof sign<strong>at</strong>ory of the Bid to commit the Bidder.b) i) total monetary value of contractual work performed for each of the lastfive years.ii) Experience of having successfully executed similar works during lastseven yearsc) experience in works of similar n<strong>at</strong>ure and size for each of the last sevenyears, and details of work under way or contractually committed; and thename and address of clients who may be contacted for further inform<strong>at</strong>ion onthose contracts with performance certific<strong>at</strong>e for the works executed in lastseven years from the respective owners.d) major items of construction equipment proposed to carry out the Contract;e) qualific<strong>at</strong>ions and experience of key site management and technicalpersonnel proposed for the contract;f) reports on financial standing of Bidder, such as profit and loss st<strong>at</strong>ementand auditor's reports for the past five years;g) evidence of adequacy of working capital for this Contract (access to linesof credit and availability of other financial resources);h) authority to seek references from the Bidder's bankers;i) inform<strong>at</strong>ion regarding any litig<strong>at</strong>ion, current or during the last five years, in311410168 II - 2 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>which the Bidder is involved, the parties concerned, and disputed amountincluding st<strong>at</strong>us of final settlement of contracts including claims/ counterclaims, liquid<strong>at</strong>ed damage, bonus etc., if any.j) Proposals for subcontracting components of the Works amounting tomore than 10 percent of the Contract Price andk) Permanent Income Tax Account No. (PAN).l) The bidders would give a declar<strong>at</strong>ion th<strong>at</strong> they have not been banned orde-listed by any Govt. or Quasi-Govt. Agencies or PSU’s. If a bidder has beenbanned by any Govt. or Quasi-Govt. Agencies or PSU’s th<strong>at</strong> fact must beclearly st<strong>at</strong>ed and it may not necessarily be a cause for disqualifying him. Ifthis declar<strong>at</strong>ion is not given the bid shall be rejected as non-responsive.m) Two or three companies/contractors particip<strong>at</strong>ing in the bid as JointVenture should submit Firm-wise particip<strong>at</strong>ion details, Banker’s name,execution of work with details of contribution of each and all other relevantdetails.(Note: The intending <strong>tender</strong>er shall have to submit a declar<strong>at</strong>ion in support ofthe authenticity of the credential submitted by them along with the <strong>tender</strong> inthe form of an affidavit as per the form<strong>at</strong> provided in the bid <strong>document</strong>)3.4 To qualify for award of the contracta) The intending <strong>tender</strong>er must have in its name as a prime contractorexperience of having successfully completed similar works during last7(seven) years ending March 2011 should be either of the following :i) Three similar completed works each costing not less than the amountequal to Rs 2.79 crores or,ii) Two similar completed works each costing not less than the amount equalto Rs 3.49 crores or,iii) One similar completed work costing not less than the amount equal to Rs5.57 crores.Notes : i)Similar works mean work of supply of P&M items (such as crushers,screens, belt conveyors, pumps etc.), its install<strong>at</strong>ion & commissioningand rel<strong>at</strong>ed civil, structural & electrical works.311410168 II - 3 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>ii) “Completed” shall mean completion in all respects of constructionincluding trial test and rendering the plant / project ready for performancetest and commercial oper<strong>at</strong>ion.b) Average annual financial turnover during last 3 (three) years, ending 31 stMarch of the previous financial year should be <strong>at</strong> least 2.09 crores.c) Evidence of possessing adequ<strong>at</strong>e working capital for this contract <strong>at</strong> least 1.40crores inclusive of access to lines of credit and availability of other financialresources to meet the requirement. A solvency certific<strong>at</strong>e from Bank shall alsobe submitted.d) Evidence of possessing adequ<strong>at</strong>e infrastructural support with respect toconstruction, manufacture/ supply of major equipment inclusive of legallybound back up MOU/ Agreement with other agencies in the respective field ofspecializ<strong>at</strong>ion as joint venture partners or sub contractors.Note: Financial turnover and cost of completed works of previous works shallbe given a weightage of 5% per year (average annual r<strong>at</strong>e of infl<strong>at</strong>ion) to bringthem <strong>at</strong> current price level)3.5 Sub contractors experience and resources shall not be taken into account indetermining the Bidders’ compliance with qualifying criteria.3.6 Bidder’s who meet the minimum qualific<strong>at</strong>ion criteria shall be qualified only iftheir available bid capacity is more than the total bid value. The available bidcapacity shall be calcul<strong>at</strong>ed as under:Assessed available bid capacity = (A x N x 2 – B)Where, A : Maximum value of works executed in any one year during the last fiveyears (upd<strong>at</strong>ed to current level) taking into account the completed as wellas works in progress.N : Number of years prescribed for completion of the work for which bids areinvited.B : Value <strong>at</strong> current price level of existing commitments and on-going worksto be completed during the next 9 (Nine) months.311410168 II - 4 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>Note : The st<strong>at</strong>ements showing the value of existing commitments and ongoingworks as well as the stipul<strong>at</strong>ed period of completion remaining for each of the workslisted should be countersigned by the Engineer-in charge not below the rank ofExecutive Engineer.3.7 Even though the bidders meet the above qualifying criteria, they are subject tobe disqualified if they have:a) Made misleading or false represent<strong>at</strong>ions in the forms, st<strong>at</strong>ements and<strong>at</strong>tachments submitted in the proof of the qualific<strong>at</strong>ion requirements; and orb) Record of poor performance such as abandoning the works, not properlycompleting the contract, inordin<strong>at</strong>e delays in completion, litig<strong>at</strong>ion history, orfinancial failures etc.4.0 ONE BID PER BIDDER4.1 Each Bidder shall submit only one Bid, either individually, or as a partner in apartnership firm or a partner in a joint venture or a public limited firm. A Bidderwho submits or particip<strong>at</strong>es in more than one Bid (other than as asubcontractor or in cases of altern<strong>at</strong>ives th<strong>at</strong> have been permitted orrequested) shall cause all the proposals with the Bidder's particip<strong>at</strong>ion to bedisqualified.5.0 COST OF BIDDING5.1 The Bidder shall bear all costs associ<strong>at</strong>ed with the prepar<strong>at</strong>ion and submissionof his Bid, and the Employer shall in no case be responsible or liable for thosecosts.6.0 SITE VISIT6.1 The Bidder, <strong>at</strong> the Bidder's own responsibility, cost and risk, is encouraged tovisit and examine the Site of Works and its surroundings and obtain allinform<strong>at</strong>ion th<strong>at</strong> may be necessary for preparing the Bid and entering into acontract for construction of the Works. The costs of visiting the Site shall be <strong>at</strong>the Bidder's own expense.311410168 II - 5 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>clarify the issues and to answer questions on any m<strong>at</strong>ter th<strong>at</strong> may be raised <strong>at</strong>th<strong>at</strong> stage.9.0 AMENDMENT OF BIDDING DOCUMENTS9.1 Before the deadline for submission of Bids, the Employer may modify thebidding <strong>document</strong>s by issuing addenda.9.2 Any addendum thus issued shall be part of the bidding <strong>document</strong>s and shallbe communic<strong>at</strong>ed in writing or by cable to all purchasers of the bidding<strong>document</strong>s. Prospective Bidders shall acknowledge receipt of each addendumby cable to the Employer.9.3 To give prospective Bidders reasonable time in which to take an addenduminto account in preparing their Bids, the Employer shall extend, as necessary,the deadline for submission of Bids, in accordance with Sub-clause 19.2below. And the same is also to be communic<strong>at</strong>ed simultaneously to all thepurchaser of the bidding <strong>document</strong>.10.0 LANGUAGE OF BID10.1 All <strong>document</strong>s rel<strong>at</strong>ing to the Bid shall be in the English language.11.0 DOCUMENTS COMPRISING THE BID11.1 The Bid, comprising of three parts, shall be submitted by the bidder in thefollowing manner :a) Part I of the bid to be submitted in 1 st inner sealed envelope comprising of :i) Bid Security/ Earnest Money Deposit,ii)Letter of the bidder submitting the bid in the form as stipul<strong>at</strong>ed in'Contractor's bid' of the bid <strong>document</strong> andiii) qualific<strong>at</strong>ion inform<strong>at</strong>ion as indic<strong>at</strong>ed in bid <strong>document</strong> and Documentsas required in accordance with stipul<strong>at</strong>ions of bid <strong>document</strong> and anyother m<strong>at</strong>erials required to be completed and submitted by bidder inaccordance with these instructions.iv) Integrity pact duly signed as per <strong>at</strong>tached form<strong>at</strong>.311410168 II - 7 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Biddersv) signed copy of Tender Specific<strong>at</strong>ion Document.<strong>CMPDI</strong>b) Part II of the bid to be submitted in the 2 nd inner sealed envelope comprisingof :i) Technical offer along with technical specific<strong>at</strong>ions of equipments/ knowhowoffered, drawings, pamphlets etc. strictly in terms of <strong>tender</strong>enquiry.ii)Altern<strong>at</strong>ive offers of the bidder, if any, shall not be accepted.iii) Commercial Terms and Conditions including payment terms in casedevi<strong>at</strong>ing from those in the <strong>tender</strong> inquiry.c) Part III of the bid, to be submitted in 3 rd inner sealed envelope, shallcomprise of Price Bid only in the form<strong>at</strong> as indic<strong>at</strong>ed in the <strong>tender</strong><strong>document</strong>s.d) All the inner sealed envelopes shall then be placed in one outer envelope,sealed and marked properly as per Clause 18.0 and submitted to theEmployer <strong>at</strong> its address before the deadline for submission of the bid asdescribed in Clause 19.0e) For the <strong>tender</strong>ers who have downloaded the TSD from the website- Thebank draft towards the cost of <strong>tender</strong> <strong>document</strong>s (Applic<strong>at</strong>ion Fee) as perClause no. 3 of section – I of the TSD and the undertaking of the <strong>tender</strong>eras <strong>at</strong> Sl No.12.2, section-I, Tender Notice in a separ<strong>at</strong>e envelope marked“Cost of Tender Documents and the undertaking” and not with Part-I/ EMD.12.0 BID PRICES12.1 The contract shall be for the whole Works as described in Sub-Clause 1.1based on the scope of work as detailed in the bidding <strong>document</strong>.12.2 The Bidder shall submit r<strong>at</strong>es and prices for all items of the Works described inthe scope of works. Corrections, if any, shall be made by crossing out,initialing, d<strong>at</strong>ing and rewriting.12.3 All duties, taxes, and other levies payable by the Contractor under theContract, or for any other cause shall be included in the r<strong>at</strong>es, prices and thetotal Bid Price submitted by the Bidder. All incidentals, overheads, leads, lifts,311410168 II - 8 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>carriages etc. as may be <strong>at</strong>tendant upon execution and completion of worksas stipul<strong>at</strong>ed in the bidding <strong>document</strong> shall also be included in the r<strong>at</strong>es,prices and total Bid price submitted by the bidder.12.4 The r<strong>at</strong>es and prices quoted by the Bidder shall be fixed for the dur<strong>at</strong>ion of thecontract and shall not be subject to vari<strong>at</strong>ions on any account except to theextent vari<strong>at</strong>ions allowed as per the conditions of the contract indic<strong>at</strong>ed in thebidding <strong>document</strong>.13.0 CURRENCIES OF BID AND PAYMENT13.1 The unit r<strong>at</strong>es and prices shall be quoted by the Bidder entirely in IndianN<strong>at</strong>ional Rupees (INR, Rs).14.0 BID VALIDITY14.1 Bid shall remain valid for a period not less than six calendar month after thedeadline for bid submission specified in Clause 19.0A bid valid for a shorter period shall be rejected by the employer.14.2 In exceptional circumstances, prior to expiry of the original time limit, theEmployer may request th<strong>at</strong> the bidders may extend the period of validity for aspecified additional period. The request and the bidder's responses shall bemade in writing or by cable. A bidder may refuse the request without forfeitinghis bid security. A bidder agreeing to the request shall not be required orpermitted to modify his bid but shall be required to extend the validity of his bidsecurity for a period of the extension, and in compliance with Clause 15.0 in allrespects.15.0 BID SECURITY/EARNEST MONEY DEPOSIT15.1 The bidder shall furnish, as part of his bid, a Bid Security/Earnest Money in theamount as shown in NIT for this particular work. Bid Security/ EMD shall berequired to be deposited in the form of irrevocable Bank Guarantee (fromscheduled bank/Branch acceptable to the owner) with validity 28 days beyondthe validity of the bid in the form<strong>at</strong> given in the Bid Document. Certifiedcheques and Demand Drafts shall also be acceptable as Bid Security/ Earnest311410168 II - 9 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>money drawn in favour of Central Mine Planning & Design Institute Ltd. on anyscheduled bank payable <strong>at</strong> its branch <strong>at</strong> Ranchi.15.2 Any bid not accompanied by an acceptable Bid Security/ EMD shall berejected by the Employer as non-responsive.15.3 The Bid Security/ EMD of the unsuccessful Bidder shall be refunded aspromptly as possible after opening of price bid and finaliz<strong>at</strong>ion of the <strong>tender</strong>.15.4 The Bid Security/ EMD of the successful Bidder shall be discharged when theBidder has signed the Agreement and furnished the required PerformanceSecurity/ Security Deposit15.5 The Bid Security/Earnest Money may be forfeited:a) if the Bidder withdraws the Bid after Bid opening during the period of Bidvalidity; orb) in the case of a successful Bidder, if the Bidder fails within the specifiedtime limit to:i) sign the Agreement; orii) furnish the required Performance Security/Security Deposit.iii) if the bidder does not accept the correction of the bid pricepursuant to Clause 26 of ‘Instruction to the Bidder’ (ITB).15.6 The Bid Security/ EMD deposited with the Employer shall not carry anyinterest.16.0 ALTERNATIVE PROPOSALS BY BIDDERS16.1 Bidders shall submit offers th<strong>at</strong> comply with the requirements of the Bidding<strong>document</strong>s, including the basic technical design as indic<strong>at</strong>ed in the drawingsand specific<strong>at</strong>ions. Altern<strong>at</strong>ive proposals shall not be considered.17.0 FORMAT AND SIGNING OF BID17.1 The Bidder shall prepare the bidding <strong>document</strong>s comprising the Bid asdescribed in Clause 11.0 of the ‘Instruction to Bidders’.311410168 II - 10 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>17.2 All <strong>document</strong>s of the Bid shall be typed or written in indelible ink and shall besigned by a person or persons duly authorised to sign on behalf of the Bidder,pursuant to Sub-Clauses 3.3(a). All pages of the Bid <strong>document</strong> shall beinitialed by the person or persons signing the Bid.17.3 The Bid shall contain no alter<strong>at</strong>ions, or additions, except those to comply withinstructions issued by the Employer, or as necessary to correct errors made bythe Bidder, in which case such corrections shall be initialed by the person orpersons signing the Bid. Erasing or overwriting in the bid <strong>document</strong> maydisqualify the bidder.18.0 SEALING, MARKING AND SUBMISSION OF BIDS18.1 The Bidder shall seal the Bid in three inner sealed envelopes and one outersealed envelope, duly marking the inner envelopes in the following manner :a) 1 st inner sealed envelope shall be marked as:" Part I - Bid for Notice Inviting Tender No ………………………………comprising of Bid Security / EMD with qualific<strong>at</strong>ion inform<strong>at</strong>ion, IntegrityPact and the <strong>tender</strong> specific<strong>at</strong>ion <strong>document</strong> duly signed & sealed oneach page"b) 2 nd inner sealed envelope shall be marked as:" Part II - Technical and Commercial Part for Notice Inviting Tender No.……………………………c) 3 rd inner sealed envelope shall be marked as:" Part III - Price Bid for Notice Inviting Tender No………………………………d) Outer sealed envelope shall be marked as: "Bidding Documents forNotice Inviting Tender No. ………………………………18.2 The inner envelopes placed in outer envelopes shall :a. be addressed to the Employer <strong>at</strong> the following address and submittedaccordingly before the deadline for submission of bid as indic<strong>at</strong>ed in Clause19.0 :311410168 II - 11 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to BiddersGeneral Manager (CMP),<strong>CMPDI</strong>Central Mine Planning & Design Institute Ltd, Gondwana Place,Kanke Road, Ranchi-834031andb. the inner and the outer envelopes shall bear the following additionalidentific<strong>at</strong>ion:- Bid for Notice Inviting Tender No. ………………………..- Bid Reference No. ------------------------------------ DO NOT OPEN BEFORE ……………….. HRS IST on ………………..18.3 In addition to the identific<strong>at</strong>ion required in Sub-Clause 18.2 the inner andouter envelopes shall indic<strong>at</strong>e the name and address of the Bidder.18.4 If the outer envelope is not sealed and marked as above, the Employer shallassume no responsibility for the misplacement or prem<strong>at</strong>ure opening of theBid.19.0 DEADLINE FOR SUBMISSION OF BIDS19.1 Bids shall be delivered to the Employer <strong>at</strong> the address specified above notl<strong>at</strong>er than 13.00 Hrs on 31.01.2012. In the event of the specified d<strong>at</strong>e for thesubmission of bids being declared a holiday for the Employer, the Bids shallbe received upto the appointed time on the next working day.19.2 The Employer may extend the deadline for submission of Bids by issuing anamendment in accordance with Clause 9.0, in which case all rights andoblig<strong>at</strong>ions of the Employer and the Bidders previously subject to the originaldeadline shall then be subject to the new deadline.20.0 LATE BIDS20.1 Any Bid received by the Employer after the deadline prescribed in Clause19.0 due to any reason wh<strong>at</strong>soever shall not be accepted.311410168 II - 12 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders21.0 MODIFICATION AND WITHDRAWAL OF BIDS<strong>CMPDI</strong>21.1 Bidders may modify or withdraw their Bids by giving notice in writing beforethe deadline prescribed in Clause 19.0 in case the bidder has submitted thebid well before the deadline or extended deadline.21.2 Each Bidder's modific<strong>at</strong>ion or withdrawal notice shall be prepared, sealed,marked and delivered in accordance with the provisions of Clause 11.0,17.0, 18.0 and 19.0 with the outer and inner envelopes additionally marked"MODIFICATION" or "WITHDRAWAL", as appropri<strong>at</strong>e.21.3 No Bid may be modified after the deadline for submission of Bids.21.4 Withdrawal of a Bid between the deadline for submission of Bids and theexpir<strong>at</strong>ion of the period of Bid validity specified in the Bidding D<strong>at</strong>a or asextended pursuant to Sub-Clause 14.2 may result in the forfeiture of the BidSecurity pursuant to Clause 15.0.22.0 BID OPENING22.1 The Employer shall open Part -I of the bids first, including modific<strong>at</strong>ionsmade pursuant to Clause 21.0, in the presence of the bidders' or theirrepresent<strong>at</strong>ives who choose to <strong>at</strong>tend <strong>at</strong> the time and in the place specifiedin Clause 19.0. In the event of the specified d<strong>at</strong>e of Bid opening beingdeclared a holiday for the Employer, the Bids shall be opened <strong>at</strong> theappointed time and loc<strong>at</strong>ion on the next working day.22.2 After examin<strong>at</strong>ion and evalu<strong>at</strong>ion of part I of the bids in accordance withCl.25.0 of these instructions, Part II of the bids which are substantiallyresponsive and fulfill the requisite eligibility criteria laid down under theseinstructions shall be opened.22.3 Part -III of the bids which are technically and commercially <strong>at</strong> par andsubstantially responsive in accordance with specific<strong>at</strong>ions, scope, terms andconditions and fulfilling the requirements of the instructions to the bidders,shall be opened.311410168 II - 13 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>22.4 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bidsfor which an acceptable notice of withdrawal has been submitted pursuant toClause 21.0 shall not be opened.22.5 The Bidders' names, the Bid Prices, any discounts, Bid modific<strong>at</strong>ions andwithdrawals, the presence or absence of Bid Security, and such other detailsas the Employer may consider appropri<strong>at</strong>e, shall be announced by theEmployer <strong>at</strong> the opening.23.0 PROCESS TO BE CONFIDENTIAL23.1 Inform<strong>at</strong>ion rel<strong>at</strong>ing to the examin<strong>at</strong>ion, clarific<strong>at</strong>ion, evalu<strong>at</strong>ion andcomparison of Bids and recommend<strong>at</strong>ions for the award of a contract shallnot be disclosed to Bidders or any other persons not officially concernedwith such process until the award to the successful Bidder has beenannounced. Any effort by a Bidder to influence the Employer's processing ofBids or award decisions may result in the rejection of his Bid.24.0 CLARIFICATION OF BIDS24.1 To assist in the examin<strong>at</strong>ion, evalu<strong>at</strong>ion, and comparison of Bids, theEmployer may, <strong>at</strong> the Employer's discretion, ask any Bidder for clarific<strong>at</strong>ion ofthe Bidder's Bid, including breakdowns of unit r<strong>at</strong>es. The request for clarific<strong>at</strong>ionand the response shall be in writing or by cable, telex, or facsimile.25.0 EXAMINATION OF BIDS AND DETERMINATION OFRESPONSIVENESS25.1 Prior to the detailed evalu<strong>at</strong>ion of Bids, the Employer shall determinewhether each Bid :a. meets the eligibility criteria defined in Clause 3.0;b. has been properly signed;c. is accompanied by the required securities; andd. is substantially responsive to the requirements of the Bidding <strong>document</strong>s.311410168 II - 14 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>25.2 A substantially responsive Bid is one which conforms to all the terms,conditions & specific<strong>at</strong>ions of the Bidding <strong>document</strong>s without m<strong>at</strong>erialdevi<strong>at</strong>ion or reserv<strong>at</strong>ion. A m<strong>at</strong>erial devi<strong>at</strong>ion or reserv<strong>at</strong>ion is one:a. which affects in any substantial way the scope, quality, or performance ofthe works;b. which limits in any substantial way, inconsistent with the Bidding<strong>document</strong>s, the Employer's rights or the Bidder's oblig<strong>at</strong>ions under theContract; orc. whose rectific<strong>at</strong>ion would affect unfairly the competitive position of otherBidders presenting substantially responsive Bids.25.3 If a Bid is not substantially responsive, it may be rejected by the Employer <strong>at</strong>its sole discretion.26.0 CORRECTION OF ERRORS26.1 Bids determined to be substantially responsive shall be checked by theEmployer for any arithmetical errors. Errors shall be corrected by theEmployer as follows :a. where there is a discrepancy between the amounts in figures and inwords, the amounts in words shall govern; andb. where there is a discrepancy between the unit r<strong>at</strong>e and the line item totalresulting from multiplying the unit r<strong>at</strong>e by the quantity, the unit r<strong>at</strong>e asquoted shall govern.c. discrepancy in totaling or carry forward in the amount quoted by thecontractor shall be corrected .The <strong>tender</strong>ed sum so corrected and altered shall be substituted for the sumoriginally <strong>tender</strong>ed and considered for acceptance instead of the originalsum quoted by the <strong>tender</strong>ed along with other <strong>tender</strong>/<strong>tender</strong>s. Rounding off tothe nearest rupee should be done in the final summary of the amountinstead of in totals of various sections of the offer.311410168 II - 15 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>26.2 The amount st<strong>at</strong>ed in the Bid shall be adjusted by the Employer inaccordance with the above procedure for the correction of errors and, shallbe considered as binding upon the Bidder.27.0 EVALUATION AND COMPARISON OF BIDS27.1 The Employer shall evalu<strong>at</strong>e and compare only the Bids determined to besubstantially responsive in accordance with Clause 25.0.27.2 In evalu<strong>at</strong>ing the Bids, the Employer shall determine for each Bid theevalu<strong>at</strong>ed Bid Price by adjusting the Bid Price as follows:a. making any correction for errors pursuant to Clause 26.0b. making an appropri<strong>at</strong>e adjustment for any other quantifiableacceptable vari<strong>at</strong>ions, devi<strong>at</strong>ions andc. making appropri<strong>at</strong>e adjustments to reflect discounts or other pricemodific<strong>at</strong>ions offered in accordance with Clause 21.027.3 The Employer reserves the right to accept or reject any vari<strong>at</strong>ion, devi<strong>at</strong>ionand other factors th<strong>at</strong> are in excess of the requirements of the Bidding<strong>document</strong>s or otherwise result in unsolicited benefits for the bidder shall notbe taken into account in Bid evalu<strong>at</strong>ion.27.4 If the Bid of the successful Bidder is seriously unbalanced in rel<strong>at</strong>ion to theEngineer's estim<strong>at</strong>e of the cost of work to be performed under the contract,the Employer may require the Bidder to produce detailed price analyses forany or all items of the work, to demonstr<strong>at</strong>e the internal consistency of thoseprices with the construction methods and schedule proposed.28.0 AWARD CRITERIA28.1 Subject to Clause 29.0, the Employer shall award the Contract to the bestqualified Bidder whose Bid has been determined to be substantiallyresponsive to the Bidding <strong>document</strong>s and who has offered the lowestevalu<strong>at</strong>ed Bid Price. Employer shall be the sole judge in this regard.311410168 II - 16 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>29.0 EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECTANY OR ALL BIDS29.1 Notwithstanding Clause 28.0, the Employer reserves the right to accept orreject any Bid, and to cancel the bidding process and reject all Bids, <strong>at</strong> any timeprior to the award of Contract, without thereby incurring any liability to theaffected Bidder or Bidders or any oblig<strong>at</strong>ion to inform the affected Bidder orBidders of the grounds for the Employer's action.30.0 NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT30.1 The Bidder, whose Bid has been accepted, shall be notified of the award bythe Employer prior to expir<strong>at</strong>ion of the Bid validity period by cable, telex, orfacsimile confirmed by registered letter. This letter (hereinafter and in theConditions of Contract called the "Letter of Acceptance") shall st<strong>at</strong>e the sumth<strong>at</strong> the Employer shall pay the Contractor in consider<strong>at</strong>ion of the execution,completion and maintenance of the Works by the Contractor as prescribedby the Contract (hereinafter and in the Contract called "the Contract Price").30.2 The notific<strong>at</strong>ion of award shall constitute the form<strong>at</strong>ion of the Contract,subject only to the furnishing of a Performance Security/Security Deposit inaccordance with Clause 31.030.3 The Agreement shall incorpor<strong>at</strong>e all agreements between the Employer andthe successful Bidder within 28 days following the notific<strong>at</strong>ion of award alongwith the letter of Acceptance.30.4 Upon the furnishing by the successful Bidder of the PerformanceSecurity/Security Deposit, the Employer shall promptly notify the otherBidder th<strong>at</strong> their Bids have been unsuccessful and refund the BidSecurity/Earnest Money Deposit.31.0 PERFORMANCE SECURITY/ SECURITY DEPOSIT/PERFORMANCE GUARANTEE31.1 Security Deposit shall consist of two parts;a) Performance Security to be submitted <strong>at</strong> award of work and311410168 II - 17 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Biddersb) Retention Money to be recovered from running bills.<strong>CMPDI</strong>The security deposit shall bear no interest.31.1.1 Performance security should be 5% of contract amount and should besubmitted within 28 days of receipt of LOA by the successful bidders in anyof the form given below after which bid security/earnest money shall berefunded to the contractor.- a bank guarantee in the form given in the bid <strong>document</strong>- Govt. securities, FDR or any other form of deposit stipul<strong>at</strong>ed by the owner- Demand Draft drawn in favour of Central Mine Planning & DesignInstitute Ltd. on any scheduled bank payable <strong>at</strong> its branch <strong>at</strong> Ranchi.31.1.2 If performance security is provided by the successful bidders in the form ofbank guarantee it shall be issued either-(a) <strong>at</strong> bidder’s option by a N<strong>at</strong>ionalised/ Scheduled Indian bank or(b) by a foreign bank loc<strong>at</strong>ed in India and acceptable to the Employer.31.1.3 Retention money shall be deducted @ 5% from running bills. Totalperformance security and retention money shall not exceed 10% of contractamount or lesser sum indic<strong>at</strong>ed in the bid <strong>document</strong>.31.2 The Guarantee amount shall be payable to the Employer without anycondition wh<strong>at</strong>soever.31.3 The Performance Guarantee shall cover additionally the following guaranteesto the Employer:(a) The successful bidder guarantees the successful and s<strong>at</strong>isfactoryoper<strong>at</strong>ion of the equipment furnished and erected under the contract, as perthe specific<strong>at</strong>ions and <strong>document</strong>s,(b) The successful bidder further guarantees th<strong>at</strong> the equipment providedand installed by him shall be free from all defects in design, m<strong>at</strong>erial andworkmanship and shall upon written notice from the employer fully remedyfree of expenses to the Employer such defects as developed under thenormal use of the said equipment within the period of guarantee specified inthe relevant clause of the Conditions of Contract.311410168 II - 18 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>31.4 The Contract Performance Guarantee is intended to secure the performanceof the entire Contract. However it is not construed as limiting the damagesunder clause entitled 'Equipment Performance Guarantee' in sectionTechnical Conditions of Contract and damages stipul<strong>at</strong>ed in the otherclauses in the bidding <strong>document</strong>s.31.5 Bank Guarantee is to be submitted in the form<strong>at</strong> prescribed by the companyin the bid <strong>document</strong>. Bank Guarantee shall be irrevocable and it shall befrom any N<strong>at</strong>ionalised Bank/ Scheduled Bank.31.6 The Company shall be <strong>at</strong> liberty to deduct/ appropri<strong>at</strong>e from the ContractPerformance Guarantee/Security Deposit such sums as are due andpayable by the contractor to the company as may be determined in terms ofthe contract, and the amount appropri<strong>at</strong>ed from the Contract PerformanceGuarantee/Security Deposit shall have to be restored by Contractorsubsequently.31.7 The Contract Performance Guarantee shall be returned to the Contractorwithout any interest <strong>at</strong> the end of the Guarantee Period.31.8 Failure of the successful Bidder to comply with the requirements of Sub-Clause 31.1 shall constitute sufficient grounds for cancell<strong>at</strong>ion of the awardand forfeiture of the Bid Security.31.9 Performance Security/ Security Deposit shall be converted into PerformanceGuarantee on successful completion of work in accordance with contractand upon s<strong>at</strong>isfactory trial oper<strong>at</strong>ions and shall be valid for 90 days after theend of Guarantee period.32.0 EMPLOYMENT OF LOCAL LABOUR32.1 "Contractors are to employ, to the extent possible, only local project affectedpeople and pay wages not less than the minimum wages fixed by the localGovernment".311410168 II - 19 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders33.0 LEGAL JURISDICTION<strong>CMPDI</strong>33.1 M<strong>at</strong>ter rel<strong>at</strong>ing to any dispute or difference arising out of this <strong>tender</strong> andsubsequent contract awarded based on the bid shall be subject to thejurisdiction of Ranchi court only.34.0 DEEMED EXPORTS34.1 If the bidder has quoted any item/ items under the deemed exports then itshall be the responsibility of the Bidder to get all the benefits under deemedexports from the Government. The Company's responsibility shall only belimited to the issuance of required certific<strong>at</strong>es. The quot<strong>at</strong>ion of the Biddershall be unconditional and phrases like "Subject to availability of deemedexports benefit" shall not find place in it.35.0 CONSULTANTS NOT TO BID & VICE-VERSA35.1 A firm which has been engaged by the Company to provide Goods or Worksfor a project or any of its affili<strong>at</strong>es shall be barred from providing consultancyservices for the same project. Conversely, a firm hired to provideconsultancy services for the prepar<strong>at</strong>ion or implement<strong>at</strong>ion of a project andany of its affili<strong>at</strong>es shall be barred from subsequently providing Goods orWorks or services rel<strong>at</strong>ed to the initial assignment for the same project.36.0 SUB-CONTRACTOR/ SUB-VENDOR36.1 The contract agreement shall specify major items of supply of services forwhich the contractor proposes to engage Sub-Contractor/ Sub-Vendor. Thecontractor may from time to time propose any addition or deletion from anysuch list and shall submit the proposals in this regard to the Engineer inCharge/ Design<strong>at</strong>ed Officer in Charge for approval well in advance so as notto impede the progress of work. Such approval of the Engineer in Charge/Design<strong>at</strong>ed Officer shall not relieve the contractor from any of his oblig<strong>at</strong>ion,duties and responsibilities under the contract.311410168 II - 20 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Instructions to Bidders<strong>CMPDI</strong>36.2 If a contractor submits his bid, qualifies and does not get the contractbecause of his not being the lowest, he shall be prohibited from working as asub-contractor for the contractor who is executing the work.311410168 II - 21 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – IIIForms of Bid and Qualific<strong>at</strong>ionInform<strong>at</strong>ion


Exhibit –1 (Page 1 of 2)Contractor’s Bid<strong>CMPDI</strong>SECTION – IIIFORMS OF BID AND QUALIFICATION INFORMATIONExhibit - 1 : CONTRACTOR'S BIDRef No. : ………………………………...D<strong>at</strong>ed : …………………Sub : BID for “Install<strong>at</strong>ion of 400 TPH Demonstr<strong>at</strong>ion Plant of CoalDry Benefici<strong>at</strong>ion System using Radiometric Technique(Ardeesort) <strong>at</strong> Madhuband Washery, BCCL <strong>at</strong> MadhubandWashery, BCCL”ToThe General Manager (CMP)Coal & Mineral Prepar<strong>at</strong>ion DivisionCentral Mine Planning & Design Institute Ltd.Gondwana Place, Kanke RoadRanchi – 834 008Dear Sir,We offer to execute the Works described above in accordance with theConditions of Contract accompanying the Bidding Document issued to us. TheEarnest Money in accordance with the NIT and Instructions to Bidders amounting toRs 6.96 Lakh (Rupees Six Lakh and Ninety-six thousand) only in the form of………………. (details to be mentioned here by the Bidder) as stipul<strong>at</strong>ed in Clause15 of the Instructions to Bidders is enclosed herewith.This Bid and your written acceptance of it shall constitute a binding contractbetween us. We understand th<strong>at</strong> you are not bound to accept the lowest or any Bidyou receive.We hereby confirm th<strong>at</strong> this Bid complies with the Bid validity and EMDrequired by the Bidding <strong>document</strong>s. We also confirm th<strong>at</strong> E.M.D. and other required<strong>document</strong>ary evidences rel<strong>at</strong>ed to this part of the Bid are enclosed (As listed below)311410168 III -1Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Exhibit –1 (Page 2 of 2)Contractor’s Bid<strong>CMPDI</strong>herewith either in original/ copies <strong>at</strong>tested by Gazetted Officer/ copies dulyauthentic<strong>at</strong>ed by us with sign<strong>at</strong>ure and seal along with affidavit as per the form<strong>at</strong>provided in the bid <strong>document</strong>.If the <strong>tender</strong> <strong>document</strong> is downloaded from the suggested website, we herebyconfirm acceptance of the <strong>tender</strong> <strong>document</strong>s as available in the website and th<strong>at</strong> ifany tampering in the <strong>tender</strong> <strong>document</strong> is found to be done <strong>at</strong> any stage, the <strong>tender</strong>/offer shall be rejected.Yours faithfully,Authorized Sign<strong>at</strong>ure : ________________Name and Title of the Sign<strong>at</strong>ory : __________Name of the Bidder : _______ (the Contractor)Address : ________________D<strong>at</strong>e : ________________(To be filled in by the Bidder)Enclosures:i) E.M.D. of rRs............................. vide............................ dt.ii) ………………………………………………iii) ………………………………………………311410168 III -2Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Exhibit –2 (Page 3 of 8 .Qualific<strong>at</strong>ion Inform<strong>at</strong>ionFORMS OF BID AND QUALIFICATION INFORMATION<strong>CMPDI</strong>Exhibit - 2 : QUALIFICATION INFORMATION(The inform<strong>at</strong>ion to be submitted by all the Bidders)1. INDIVIDUAL BIDDERS OR INDIVIDUAL MEMBERS OF JOINT VENTURES1.1 Constitution or Legal st<strong>at</strong>us of Bidder (<strong>at</strong>tach copy )Place of Registr<strong>at</strong>ion:Principal place of business :________________________________________________________Power of Attorney of sign<strong>at</strong>ory Bid :(<strong>at</strong>tach)1.2 Details of the turnover during last 3 (three) years :Annual Turnover D<strong>at</strong>a ( Construction only )Year Turnover in Rs Remarks1.3 Joint Venture details:Name of all partners of a joint venture1. Lead partner :2. Partner-I :3. Partner-II :NOTES : Joint ventures must comply the following requirements :i) Following are the minimum qualific<strong>at</strong>ion requirements for joint ventures:a. The lead partner shall meet not less than 40% of all the qualifying criteriast<strong>at</strong>ed in the bid <strong>document</strong>.b. The other partners shall meet not less than 30% of all the qualifyingcriteria st<strong>at</strong>ed in the bid <strong>document</strong>.ii)The form<strong>at</strong>ion of joint venture or change in the joint venture character/ partnersafter submission of the bid and any change in the bidding regarding jointventure will not be permitted.311410168 III -3Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Exhibit –2 (Page 4 of 8 .Qualific<strong>at</strong>ion Inform<strong>at</strong>ion<strong>CMPDI</strong>iii) Any bid shall be signed so as to legally bind all partners jointly and severallyand any bid shall be submitted with a copy of the Joint Venture Agreement (JVAgreement) providing the joint and several liabilities with respect to the contract.iv)The pre-qualific<strong>at</strong>ion of a joint venture does not necessarily pre-qualify any of itspartners individually or as a partner in any other joint venture or associ<strong>at</strong>ion. Incase of dissolution of a joint venture, each one of the constituent firms may prequalifyif they meet all the pre-qualific<strong>at</strong>ion requirements, subject to writtenapproval of the employer.v) The bid submission must include <strong>document</strong>ary evidence to the rel<strong>at</strong>ionshipbetween joint venture partners in the form of JV Agreement to legally bind allpartners jointly and severally for the proposed agreement which should set outthe principles for the constitution, oper<strong>at</strong>ion, responsibilities regarding work andfinancial arrangements, particip<strong>at</strong>ion (percentage share in the total) andliabilities (joint and several) in respect of each and all of the firms in the jointventure. Such JV Agreement must evidence the commitment of the parties tobid for the facilities applied for (if pre-qualified) and to execute the contract forthe facilities if their bid is successful.vi)vii)One of the partners responsible for performing a key component of the contractshall be design<strong>at</strong>ed as Lead Partner. This authoriz<strong>at</strong>ion shall be evidenced bysubmitting with the bid a Power of Attorney signed by legally authorizedsign<strong>at</strong>ories of all the partners.The JV Agreement must provide th<strong>at</strong> the Lead Partner shall be authorized toincur liabilities and receive instructions for and on behalf of any and all partnersof the Joint Venture and the entire execution of the contract shall be done withactive particip<strong>at</strong>ion of the Lead Partner.viii) The contract agreement should be signed jointly by each Joint Venture Partners.ix)An entity can be a partner in only one Joint Venture. Bid submitted by JointVentures including the same entity as partner will be rejected.311410168 III -4Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Exhibit –2 (Page 5 of 8 .Qualific<strong>at</strong>ion Inform<strong>at</strong>ion<strong>CMPDI</strong>1.4 Details of experience for similar n<strong>at</strong>ure and complexity of work in last 7(seven) years:Use a separ<strong>at</strong>e sheet for each work/ contract (Attach performance certific<strong>at</strong>efrom customers concerned):1. Name of the Work :2 Name of the Firm :3. Address of the Firm :4. N<strong>at</strong>ure of work :5. Contract role (check one)1. Sole contractor 2. Partner in Joint venture 3. Other (give details):6. Value of the Work :7. D<strong>at</strong>e of Commencement :8. D<strong>at</strong>e of Completion with original schedule and slippage, if any.1.5 Subcontractors/ Consultants and firms proposed to be involved(Attach performance credentials including Bio-d<strong>at</strong>a of design personnel ofConsultants)Section ofworkApprox. value ofsubcontractSub-contractor(Name & Address)Experience insimilar works1.6 Inform<strong>at</strong>ion on Bid Capacity. (Works for which bids have been submittedand work which are yet to be completed) as on the d<strong>at</strong>e of this bid :a. Total value of work executed in last five years (year-wise):b. Details of existing commitments and ongoing works.c. Details of Works for which bids already submitted.1.7 Evidence of access to financial resources to meet the qualific<strong>at</strong>ionrequirements: Cash in hand, lines of credit and other financial means etc.sufficient to meet the construction cash flow (copies to be submitted and thefollowing form<strong>at</strong> to be filled up)Source of financing1.2.Amount in Rs311410168 III -5Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Exhibit –2 (Page 6 of 8 .Qualific<strong>at</strong>ion Inform<strong>at</strong>ion<strong>CMPDI</strong>1.8 Financial reports of the last five years : balance sheets, profit and lossst<strong>at</strong>ement, auditors report etc. (copies to be submitted and the followingform<strong>at</strong> be filled up):Financialinform<strong>at</strong>ion in R1. Total assets2. Current assets3. Total liabilities4. Current liabilities5. Profits Before tax6. Profits After taxActual : Previous five years Projected : Next twoyears1 2 3 4 5 6 71.9 Evidence of access to financial resources to meet the qualific<strong>at</strong>ionrequirements:Cash in hand, liquid assets, unencumbered real assets, lines of credit andother financial means etc. sufficient to meet the construction cash flow (thecopies to be submitted and the following form<strong>at</strong> to be filled up)Source of financing1.2.1.10 Details of the bankers :Amount in RsBankerName of the bankerAddress of the bankerTelephoneFaxContact name ant titleTelex1.11 Inform<strong>at</strong>ion about litig<strong>at</strong>ions, if any, in which bidder is involved :YearAward FOR orAGAINST applicantName of the client, Clause ofLitig<strong>at</strong>ion and M<strong>at</strong>ter of disputeDisputedamount in R1.12 Details of the major construction equipment to be used for the work :1Equipment type and capacityMake andmodelMinimum number311410168 III -6Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Exhibit –2 (Page 7 of 8 .Qualific<strong>at</strong>ion Inform<strong>at</strong>ion<strong>CMPDI</strong>1.13 Details of additional construction equipment to be purchased new forthe project, indic<strong>at</strong>ing delivery times required in the form given below :12Equipment to be purchased new –type and capacityMake andmodelDeliveryperiodNumber1.14 Personnel capabilitiesThe applicant must have suitably qualified personnel to fill the following keypositions for the project. The applicant will supply inform<strong>at</strong>ion on a primecandid<strong>at</strong>e and an altern<strong>at</strong>e for each positions both of whom, whereverpossible meet the experience requirements as specified in form<strong>at</strong> below :Position Name Total postqualific<strong>at</strong>ionexperience(years)Project ManagerAltern<strong>at</strong>ive nameSite engineers of respectivedisciplineAltern<strong>at</strong>ive namesCost controllerAltern<strong>at</strong>ive nameQuality Assurance EngineerAltern<strong>at</strong>ive nameSite supervisors of respectivedisciplineAltern<strong>at</strong>ive namesInsimilarWorks(years)As Manager orSection Leader ofSimilar Works (years)1.15 The bidder should list transport available for personnel, construction, plant,stores and machinery. Where transport is to be subcontracted the proposedarrangements should be clearly demonstr<strong>at</strong>ed.1.16 The bidder should provide full details of his plant and maintenance facilitiestogether with the full details of labor<strong>at</strong>ory personnel, workshop personnelincluding fitters, mechanics, machinists etc.1.17 Permanent Income Tax Account No. (PAN) :311410168 III -7Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Exhibit –2 (Page 8 of 8 .Qualific<strong>at</strong>ion Inform<strong>at</strong>ion1.18 Details of Earnest Money/Performance Security<strong>CMPDI</strong>Deposit of Earnest Money by :Draft No. : } Bank Guarantee Details :Drawn on : } Name of the Bank :Amount (R) : } Amount of BG. :} Bank Guarantee valid upto :1.19 Other Detailsa) Details of registr<strong>at</strong>ion/ enlistment with Government organiz<strong>at</strong>ions/ PSUs/Subsidiaries of Coal India.b) Certific<strong>at</strong>e of registr<strong>at</strong>ion as per st<strong>at</strong>utory requirements under Sales Tax,Contract Labour Laws etc. as may be applicable___________________Sign<strong>at</strong>ure of the TendererNOTE : Separ<strong>at</strong>e sheets may be <strong>at</strong>tached to furnish details, if necessary.311410168 III -8Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


ANNEXURE – ARef. Clause – 3.3 of ITBForm<strong>at</strong> for Affidavit:Non-Judicial Stamp PaperAFFIDAVIT<strong>CMPDI</strong>I, ........................................................., Partner/ Legal Attorney/ AccreditedRepresent<strong>at</strong>ive of M/S. ................................................, solemnly declare th<strong>at</strong>:1. We are submitting Tender for the Work………………..................................................................................................................................... against TenderNotice No. ........................................... d<strong>at</strong>ed……..2. None of the Partners of our firm is rel<strong>at</strong>ive of employee of............................................... (Name of the Company)3. All inform<strong>at</strong>ion furnished by us in respect of fulfilment of eligibility criteriaand qualific<strong>at</strong>ion inform<strong>at</strong>ion of this Tender is complete, correct and true.4. All <strong>document</strong>s / credentials submitted along with this Tender are genuine,authentic, true and valid.5. If any inform<strong>at</strong>ion and <strong>document</strong> submitted is found to be false/ incorrect <strong>at</strong>any time, department may cancel my Tender and action as deemed fit maybe taken against us, including termin<strong>at</strong>ion of the contract, forfeiture of all duesincluding Earnest Money and banning/ delisting of our firm and all partners ofthe firm etc.Sign<strong>at</strong>ure of the <strong>tender</strong>er,D<strong>at</strong>ed : ..........................Seal of Notary311410168 III -9Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – IV (A)General Terms & Condition of Contract


General Terms and Conditions of Contract<strong>CMPDI</strong>SECTION – IV (A)GENERAL TERMS AND CONDITIONS OF CONTRACT1.0 DEFINITIONSi) The word "Company'" or "Employer" or "Owner" wherever occurs in theconditions, means the Central Mine Planning & Design Institute Limited, Ranchirepresented <strong>at</strong> the headquarters of the Company by the Chairman Cum ManagingDirector or his authorised represent<strong>at</strong>ive or any other officer specially deputed for thepurpose.ii) The word "Principal Employer" or "Engineer" wherever occurs, means theauthorised represent<strong>at</strong>ive or any other officer specially deputed by the Company forthe purpose of contract.iii) The word "Contractor"/"Contractors" or "Manufacturer" wherever occurs meansthe successful Bidder/Bidders who has/have deposited the necessary Earnest Moneyand has/have been given written intim<strong>at</strong>ion about the acceptance of <strong>tender</strong> and shallinclude legal represent<strong>at</strong>ive of such individual or persons composing a firm or acompany or the successors and permitted assignees of such individual, firm orcompany, as the case may be.iv) "The Site" shall mean the site of the contract work including land and anybuilding and erections thereon and any other land allotted by the company forcontractor's use in the performance of the contract.v) The term "sub-contractor", as employed herein, includes those having a directcontract with contractor either on piece r<strong>at</strong>e, items r<strong>at</strong>e, time r<strong>at</strong>e or on any otherbasis and it includes one who furnishes work to a special design according to theplans or specific<strong>at</strong>ions of this work but does not include one who merely suppliedm<strong>at</strong>erials.vi) "Consulting Engineer"/ "Consultant" shall mean any firm or person dulyappointed as such from time to time by the owner.311410168 IV (A) - 1 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>vii) 'Accepting authority' shall mean the management of the company and includesan authorised represent<strong>at</strong>ive of the company or any other person or body of personsempowered in this behalf by the company.viii) A 'Day 'shall mean a day of 24 hours from midnight to midnight.ix) Engineer-in-charge/Design<strong>at</strong>ed Officer-in-charge shall be clearly defined in thecontract <strong>document</strong>. Engineer-in-charge/Design<strong>at</strong>ed Officer-in-charge who is of anappropri<strong>at</strong>e seniority shall be responsible for supervising and administering thecontract, certifying payment due to the contractor, valuing vari<strong>at</strong>ions to the contract,awarding extension of time and valuing compens<strong>at</strong>ion events. Engineer-incharge/Design<strong>at</strong>edOfficer-in-charge may further appoint his represent<strong>at</strong>ives 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 <strong>at</strong> thesite, on his behalf under the Deleg<strong>at</strong>ion of Powers of the company. However, overallresponsibility, as far as the contract is concerned shall be th<strong>at</strong> of the Engineer-incharge/Design<strong>at</strong>edOfficer-in-charge.x) The 'contract' shall mean the notice inviting <strong>tender</strong>, the <strong>tender</strong> as accepted bythe company and the formal agreement executed between the company and thecontractor together with the <strong>document</strong>s referred to therein including conditions ofcontract, special conditions, if any, specific<strong>at</strong>ions, designs & drawings including thoseto be submitted during progress of work, scope of work, billing schedule/schedule ofquantities with r<strong>at</strong>es and amounts.xi) The 'works' shall mean and include the furnishing of equipment, labour, and theservices in accordance with the contract or parts thereof as the case may be andshall also include all extra or additional, altered or substituted works or any work ofemergent n<strong>at</strong>ure, which in the opinion of the Engineer-in-charge, become necessaryduring the progress of the works to obvi<strong>at</strong>e any risk or accident or failure or becomenecessary for security.xii) "Specific<strong>at</strong>ion" shall mean the technical specific<strong>at</strong>ions forming a part of thecontract and such other schedules and drawings as may be mutually agreed upon.xiii) 'Contract price' shall mean the total sum for which <strong>tender</strong> is accepted by thecompany.311410168 IV (A) - 2 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>xiv) 'Written notice' shall mean a notice or communic<strong>at</strong>ion in writing and shall bedeemed to have been duly served if delivered in person to the individual or to amember of the firm or to an office of the Corpor<strong>at</strong>ion/Company for whom it isintended, or if delivered <strong>at</strong> or sent by registered mail to the last business addressknown to him who gives the notice.xv) "Letter of Acceptance" of the <strong>tender</strong> shall mean the official notice issued by thecompany notifying the contractor th<strong>at</strong> his <strong>tender</strong> has been accepted.xvi) "D<strong>at</strong>e of Contract" shall mean the d<strong>at</strong>e on which both the parties have signedthe contract agreement.xvii) "Manufacturer's Works' or Contractor's Works" shall mean the place of workused by the Manufacturer, the Contractor, their collabor<strong>at</strong>ors or sub-contractors forthe performance of the works.xviii) "Inspector" shall mean the Owner or any person nomin<strong>at</strong>ed by the Owner fromtime to time, to inspect the equipment stores or Works under the contract and/or theduly authorised represent<strong>at</strong>ive of the owner.xix) When the words "Approved", "Subject to Approval", "S<strong>at</strong>isfactory", "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.xx) "Test of Completion" shall mean such tests as prescribed in the contract to beperformed by the contractor before the Works is taken over by the Owner.xxi) "Start-up" shall mean the time period required to bring the equipment coveredunder the Contract from an inactive condition, when construction is essentiallycomplete, to the st<strong>at</strong>e ready for trial oper<strong>at</strong>ion. The start-up period shall includepreliminary inspection and check out of equipment and supporting sub-systems;initial oper<strong>at</strong>ion of the complete equipment covered under the Contract to obtainnecessary pre-trial oper<strong>at</strong>ion d<strong>at</strong>a, perform calibr<strong>at</strong>ion and corrective action; shutdown inspection and adjustment prior to the trial oper<strong>at</strong>ion period.311410168 IV (A) - 3 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>xxii) "Initial oper<strong>at</strong>ion" shall mean the first integral oper<strong>at</strong>ion of the completeequipment covered under the contract with sub-systems and supporting equipment inservice.xxiii) "Trial Oper<strong>at</strong>ion", "Reliability Test", Trial Run", "Complete Test" shall mean theextended period of time after the "Start-up" period and initial oper<strong>at</strong>ion. During thistrial oper<strong>at</strong>ion period the unit shall be oper<strong>at</strong>ed over the full load range. The length ofTrial Oper<strong>at</strong>ion shall be as determined by the Engineer, unless otherwise specifiedelsewhere in the Contract.xxiv) "Performance and Guarantee Tests" shall mean all oper<strong>at</strong>ion checks and testsrequired to determine and demonstr<strong>at</strong>e capacity, efficiency, and oper<strong>at</strong>ingcharacteristics as specified in the contract <strong>document</strong> after trial oper<strong>at</strong>ion.xxv) "Commercial Oper<strong>at</strong>ion" shall mean the condition of oper<strong>at</strong>ion in which thecomplete equipment covered under the contract is officially declared by the owner tobe available for continuous oper<strong>at</strong>ion <strong>at</strong> different loads upto and including r<strong>at</strong>edcapacity. Such declar<strong>at</strong>ion by the owner however, shall not relieve or prejudice any ofthe contractor's oblig<strong>at</strong>ions under this contract.xxvi) "Final Acceptance" shall mean the owner's written acceptance of the worksperformed under the contract, after successful completion of performance andguarantee tests.xxvii) "Guarantee Period/ Maintenance Period" shall mean the period during whichthe contractor shall remain liable for repair or replacement of any defective part of theworks performed under the contract.xxviii) "Drawings"/ "Plans" shall mean all:(a) drawings furnished by the owner/ consultant as a basis for proposals,(b) Supplementary drawings furnished by the Owner/ Consultant to clarifyand to define in gre<strong>at</strong>er detail the intent of the contract.(c) drawings submitted by the contractor with his proposal provided suchdrawings are acceptable to the Owner/ Consultant.(d) drawings furnished by the Owner/ Consultant to the Contractor during theprogress of the work, and311410168 IV (A) - 4 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>(e) engineering d<strong>at</strong>a and drawings submitted by the Contractor during theprogress of the work provided such drawings are acceptable to the Engineer,xxix) "Codes" shall mean the following, including the l<strong>at</strong>est amendments, and/ orreplacements, if any :(a) Standards of Bureau of Indian Standards relevant to the works under thecontract and their specific<strong>at</strong>ions.(b) Other Intern<strong>at</strong>ionally approved Standards and/or rules and regul<strong>at</strong>ionstouching the subject m<strong>at</strong>ter of the contract.(i) A.S.M.E. Test codes.(ii) A.I.E.E. Test codes.(iii) American Society of M<strong>at</strong>erials Testing Codes.(iv) Indian Electricity Act and Rules and Regul<strong>at</strong>ions made there under.(v) Indian Explosive Act and Rules and Regul<strong>at</strong>ions made thereunder.(vi) Indian Petroleum Act and Rules and Regul<strong>at</strong>ions made thereunder.(vii) Indian Mines Act and Rules and Regul<strong>at</strong>ions made there under.(c) Any other laws, rules, regul<strong>at</strong>ions and Acts applicable in the country withrespect to labour, safety, compens<strong>at</strong>ion, insurance etc.xxx) Words importing singular only shall also include the plural and vice-versa wherethe context so requires.xxxi) Words importing "Person" shall include firms, companies, corpor<strong>at</strong>ions, andassoci<strong>at</strong>ions or bodies of individuals, whether incorpor<strong>at</strong>ed or not.xxxii) Terms and expressions, not defined herein, shall have the same meaning asare assigned to them in the Indian Sale of Goods Act, failing th<strong>at</strong> in the IndianContract Act, and failing th<strong>at</strong> in the General Clauses Act.xxxiii) "Commissioning" the plant/ project shall mean completion in all respects ofconstruction rendering the plant/ project ready for Performance test and commercialoper<strong>at</strong>ion as per xxv.xxxiv) "Government Approvals" shall mean all permits, licenses, authoriz<strong>at</strong>ions,consents, clearances, decrees, waivers, privileges, approvals from and filing with311410168 IV (A) - 5 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>government instrumentalities necessary for the development, construction andoper<strong>at</strong>ion of the plant/project.xxxv) "Month" shall mean a calendar month according to the Gregorian calendar.xxxvi) "Bank Guarantee" shall mean the Bank Guarantee to be provided by thecontractor to the company/ owner.xxxvii) “Completion” shall mean the plant is complete in all respect of constructionand ready for rendering the plant for Performance and Guarantee Test aftersuccessful Trial test.xxxviii) “Similar Work” shall mean work of supply of P&M (such as crusher, screen,belt conveyor, pumps etc.) and its install<strong>at</strong>ion & commissioning and rel<strong>at</strong>ed civil,structure & electrical works .2.0 CONTRACT DOCUMENTS :The following <strong>document</strong>s shall constitute the contract <strong>document</strong>s :(i)(ii)Articles of Agreement,Notice Inviting Tender,(iii) Letter of Acceptance of Tender indic<strong>at</strong>ing devi<strong>at</strong>ions, if any, from theconditions of contract incorpor<strong>at</strong>ed in the Tender specific<strong>at</strong>ion <strong>document</strong>issued to the bidder and/or the Bid submitted by the bidder,(iv) Conditions of contract, including general terms and conditions, additionalterms and conditions, technical terms and conditions, erection terms andconditions, special conditions, if any etc. forming part of the Agreement,(v) Specific<strong>at</strong>ions, where it is part of Tender Specific<strong>at</strong>ion Documents,(vi) Scope of works/ Bills of quantities/schedule of works/quantities and(vii) Contract Drawings/ finalized work programme.2.1 After acceptance of <strong>tender</strong> the Contractor shall be deemed to have carefullyexamined all Contract Documents to his s<strong>at</strong>isfaction. If he shall have anydoubt as to the meaning of any portion of the Contract Documents, he shallbefore signing the Contract, set forth the particulars thereof, and submit them311410168 IV (A) - 6 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>to the Owner in writing in order th<strong>at</strong> such doubt may be removed. The Ownershall provide such clarific<strong>at</strong>ions as may be necessary in writing to theContractor. Any inform<strong>at</strong>ion otherwise obtained from the Owner or theEngineer shall not in any way relieve the Contractor of his responsibility tofulfill his oblig<strong>at</strong>ions under the Contract.2.2 The Contractor shall enter into a Contract Agreement with the Owner within28(twenty eight) days from the d<strong>at</strong>e of 'Acceptance of Tender' or within suchextended time as may be granted by the owner. The Performance/ SecurityBank Guarantee for the proper fulfillment of the contract shall be furnished bythe contractor in the prescribed form within thirty (30) days of 'Acceptance of<strong>tender</strong>'. The performance Guarantee shall be as per terms prescribed inClause 31 of Instructions to Bidders of this <strong>tender</strong>.2.3 The owner, after the issue of the letter of Acceptance of Tender, shall sendone copy of the final agreement to the contractor for his scrutiny and approval.2.4 The agreement, unless otherwise agreed to, shall be signed within 28 days ofthe issue of the letter of Acceptance of <strong>tender</strong>, <strong>at</strong> the office of the owner on ad<strong>at</strong>e and time to be mutually agreed. The contractor shall provide for signingof the contract, performance guarantee in copies as required, appropri<strong>at</strong>epower of <strong>at</strong>torney and other requisite m<strong>at</strong>erials. In case it is agreed mutuallyth<strong>at</strong> the contract is to be signed beyond the stipul<strong>at</strong>ed time, the bid guaranteesubmitted with the <strong>tender</strong> shall have to be extended accordingly.2.5 The agreement shall be signed in 6 (six) originals and the contractor shall beprovided with one signed original and the rest shall be retained by the owner.None of these <strong>document</strong>s shall be used by the contractor for any purposeother than this contract and the contractor shall ensure th<strong>at</strong> all personsemployed for this contract strictly adhere to this and maintain secrecy, asrequired of such <strong>document</strong>s.2.6 The contractor shall provide free of cost to the owner all the engineering d<strong>at</strong>a,drawings and descriptive m<strong>at</strong>erials submitted with the bid, in <strong>at</strong> least six (6)copies to form a part of the contract immedi<strong>at</strong>ely after issue of letter ofacceptance.311410168 IV (A) - 7 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>2.7 Subsequent to signing of the contract, the contractor <strong>at</strong> his own cost shallprovide the owner with <strong>at</strong> least six (6) true copies of agreement within thirty(30) days after the signing of the contract.2.8 The contract shall be considered as having come into force from the d<strong>at</strong>e ofthe letter of acceptance of <strong>tender</strong> issued by the owner.2.9 The laws applicable to this contract shall be the laws in force in India. Thecourts of Ranchi, Jharkhand St<strong>at</strong>e shall have exclusive jurisdiction in allm<strong>at</strong>ters arising under this contract.3.0 CONTRACT PERFORMANCE GUARANTEE/ SECURITYDEPOSIT :3.1 Security Deposit shall consist of two parts;a) Performance Security to be submitted <strong>at</strong> award of work andb) Retention Money to be recovered from running bills.The security deposit shall bear no interest.3.1.1 Performance security should be 5% of contract amount and should besubmitted within 28 days of receipt of LOA by the successful bidders in any of theform given below after which bid security/earnest money shall be refunded to thecontractor.- a bank guarantee in the form given in the bid <strong>document</strong>- Govt. securities, FDR or any other form of deposit stipul<strong>at</strong>ed by the owner- Demand Draft drawn in favour of Central Mine & Planning & Design Ltd. onany scheduled bank payable <strong>at</strong> its branch <strong>at</strong> Ranchi.3.1.2 If performance security is provided by the successful bidders in the form ofbank guarantee it shall be issued eithera)<strong>at</strong> bidder’s option by a N<strong>at</strong>ionalised/ Scheduled Indian bank orb) by a foreign bank loc<strong>at</strong>ed in India and acceptable to the Employer.311410168 IV (A) - 8 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>3.1.3 Retention money shall be deducted @ 5% from running bills. Totalperformance security and retention money shall not exceed 10% of contractamount or lesser sum indic<strong>at</strong>ed in the bid <strong>document</strong>.3.2 Bank Guarantee shall be valid upto ninety (90) days after the end ofGuarantee Period.3.3 The Guarantee amount shall be payable to the Employer without anycondition wh<strong>at</strong>soever.3.4 The Performance Guarantee shall cover additionally the followingguarantees to the Employer:(a) The successful bidder guarantees the successful and s<strong>at</strong>isfactoryoper<strong>at</strong>ion of the equipment furnished and erected under the contract, as perthe specific<strong>at</strong>ions and <strong>document</strong>s,(b) The successful bidder further guarantees th<strong>at</strong> the equipment providedand installed by him shall be free from all defects in design, m<strong>at</strong>erial andworkmanship and shall upon written notice from the employer fully remedyfree of expenses to the Employer such defects as developed under thenormal use of the said equipment within the period of guarantee specified inthe relevant clause of the Conditions of Contract.3.5 The Contract Performance Guarantee is intended to secure the performanceof the entire Contract. However it is not construed as limiting the damagesunder clause entitled 'Equipment Performance Guarantee' in sectionTechnical Conditions of Contract and damages stipul<strong>at</strong>ed in the otherclauses in the bidding <strong>document</strong>s.3.6 Bank Guarantee is to be submitted in the form<strong>at</strong> prescribed by the companyin the bid <strong>document</strong>. Bank Guarantee shall be irrevocable and it shall befrom any N<strong>at</strong>ionalised Bank/Scheduled Bank.3.7 The Company shall be <strong>at</strong> liberty to deduct/ appropri<strong>at</strong>e from the ContractPerformance Guarantee/ Security Deposit such sums as are due andpayable by the contractor to the company as may be determined in terms ofthe contract, and the amount appropri<strong>at</strong>ed from the Contract Performance311410168 IV (A) - 9 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>Guarantee/Security Deposit shall have to be restored by Contractorsubsequently.3.8 The Contract Performance Guarantee shall be returned to the Contractorwithout any interest <strong>at</strong> the end of the Guarantee Period.3.9 Failure of the successful Bidder to comply with the requirements of Sub-Clause 3.1 shall constitute sufficient grounds for cancell<strong>at</strong>ion of the awardand forfeiture of the Bid Security.3.10 Performance Security/Security Deposit shall be converted into PerformanceGuarantee on successful completion of work in accordance with contractand upon s<strong>at</strong>isfactory trial oper<strong>at</strong>ions and shall be valid for 90 days after theend of Guarantee period.4.0 ASSIGNMENT AND SUBLETTING OF CONTRACT4.1 The contractor may, after informing the engineer and getting his writtenapproval, assign or sub-let the contract or any part thereof other than for rawm<strong>at</strong>erials, for minor detail or any part of the plant for which makes areidentified in the contract. Suppliers of the equipment not identified in thecontract or any change in the identified supplier shall be subject to approval bythe engineer. The experience list of the equipment vendors underconsider<strong>at</strong>ion by the contractor for this contract shall be furnished to theengineer for approval prior to procurement of all such items/equipments. Suchassignment sub-letting shall not relieve the contractor from any oblig<strong>at</strong>ion, dutyor responsibility under the contract. Any assignment as above without priorwritten approval of engineer shall be void.4.2 For components/equipments procured by the contractors for the purposes ofthe contract, after obtaining the written approval of the owner, the contractor'spurchase specific<strong>at</strong>ions and enquiries shall call for quality plans to besubmitted by the suppliers along with their proposals. The quality plans calledfor from the vendors shall set out, during the various stages of manufactureand install<strong>at</strong>ion, the quality practices and procedures followed by the vendor'squality control organiz<strong>at</strong>ion, the relevant reference <strong>document</strong>s/standards used,acceptance level, inspection <strong>document</strong><strong>at</strong>ion raised, etc. Such quality plans of311410168 IV (A) - 10 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>the successful vendor shall be discussed and finalized in consult<strong>at</strong>ion with theengineer and shall form a part of the purchase order/contract between thecontractor and the vendor. Within 3 weeks of the release of the samepurchase order/contracts for such bought out items/ components, a copy ofthe same without price details but together with detailed purchasespecific<strong>at</strong>ions, quality plans and delivery conditions shall be furnished to theengineer by the contractor.5.0 PATENT RIGHTS AND ROYALTIESRoyalties and fees for p<strong>at</strong>ent covering m<strong>at</strong>erials, articles, appar<strong>at</strong>us, devices,equipment or processes used in the works shall be deemed to have been included inthe contract price. The contractor shall s<strong>at</strong>isfy all demands th<strong>at</strong> may be made <strong>at</strong> anytime for such royalties or fees and he alone shall be liable for any damages or claimsfor p<strong>at</strong>ent infringements and shall keep the owner indemnified in th<strong>at</strong> regard. Thecontractor shall, <strong>at</strong> his own cost and expense, defend all suits or proceedings th<strong>at</strong>may be instituted for alleged infringement of any p<strong>at</strong>ent involved in the works, and, incase of an award of damages, the contractor shall pay for such award. In the event ofany suit or other proceedings instituted against the owner, the same shall bedefended <strong>at</strong> the cost and expense of the contractor who shall also s<strong>at</strong>isfy/comply anddecree, order or award made against the owner. But it shall be understood th<strong>at</strong> nosuch machine, plant, work, m<strong>at</strong>erial or thing has been used by the owner for anypurpose or any manner other than th<strong>at</strong> for which they have been furnished andinstalled by the contractor and specified under these specific<strong>at</strong>ions. Final payment tothe contractor by the owner shall not be made while any such suit or claim remainsunsettled. In the event any appar<strong>at</strong>us or equipment, or any m<strong>at</strong>ter thereof furnishedby the contractor, is in such suit or proceedings held to constitute infringement, andits use is enjoined, the contractor shall, <strong>at</strong> his option and <strong>at</strong> his own expense, eitherprocure for the owner, the right to continue use of said appar<strong>at</strong>us, equipment or partthereof, replace it with non-infringing appar<strong>at</strong>us or equipment or modify it, so itbecomes non-infringing.311410168 IV (A) - 11 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract6.0 TIME - THE ESSENCE OF CONTRACT<strong>CMPDI</strong>6.1 The time and the d<strong>at</strong>e of completion of the works as stipul<strong>at</strong>ed in thecontractor's proposal and accepted by the owner without or with modific<strong>at</strong>ions, ifany and so incorpor<strong>at</strong>ed in the award letter shall be deemed to be the essenceof the contract. The contractor shall so organise his resources and perform hiswork as to complete it not l<strong>at</strong>er than the d<strong>at</strong>e agreed to.6.2 The contractor shall submit a detailed PERT network within the time frameagreed above consisting of adequ<strong>at</strong>e number of activities covering various keyphases of the works such as design, procurement, manufacturing, shipment andfield erection activities within fifteen (15) days after the d<strong>at</strong>e of acceptance of<strong>tender</strong>. This network shall also indic<strong>at</strong>e the interface facilities to be provided bythe owner and the d<strong>at</strong>es by which such facilities are needed. Contractor shalldiscuss the network so submitted with the owner and the agreed network whichmay be in the form as submitted or in revised form in line with the outcome ofdiscussions and shall form part of the contract to be signed within sixty (60)days from the d<strong>at</strong>e of letter of acceptance of notice of award of contract. Duringthe performance of contract, if in the opinion of the engineer proper progress isnot maintained suitable changes shall be made in the contractor's oper<strong>at</strong>ions toensure proper progress.6.3 The above PERT network shall be reviewed and periodic review reports shall besubmitted by the contractor as directed by the engineer.6.4 Subsequent to the award of the contract, the contractor shall make available tothe engineer, a detailed manufacturing programme, in line with the agreedcontract network. Such manufacturing programme shall be reviewed, upd<strong>at</strong>edand submitted to the Engineer, once every two month thereafter.7.0 CONTRACT PRICE7.1 The lump sum prices quoted by the contractor in his bid with additions anddeletions as may be agreed before signing of the contract, for the entire scope311410168 IV (A) - 12 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>of the work including furnishing and erection of equipment covered under thespecific<strong>at</strong>ions and <strong>document</strong>s and shall be tre<strong>at</strong>ed as the contract price.8.0 CHANGED QUANTITY8.1 The owner reserves the right to vary the quantities of items or groups of items tobe ordered as specified in the accompanying technical specific<strong>at</strong>ions, as may benecessary, during the execution of the contract, but such vari<strong>at</strong>ions unlessotherwise specified in the accompanying technical specific<strong>at</strong>ions shall be limitedto plus or minus twenty percent (20%) of the original quantity ordered.9.0 DEDUCTIONS FROM CONTRACT PRICE9.1 All costs, damages or expenses which the owner may have paid, for whichunder the contract the contractor is liable, shall be claimed by the owner. Allsuch claims shall be billed by the owner to the contractor regularly as and whenthey fall due. Such bills shall be supported by appropri<strong>at</strong>e and certified vouchersor explan<strong>at</strong>ions, to enable the contractor to properly identify such claims. Suchclaims shall be paid by the contractor within fifteen (15) days of the receipt ofthe corresponding bills and if not paid by the contractor within the said period,the owner may then deduct the amount, from any moneys due or becoming dueby him to the contractor under the contract or may be recovered by actions oflaw or otherwise, if the contractor fails to s<strong>at</strong>isfy the owner of such claims.10.0 CONTRACT PRICE ADJUSTMENT10.1 All adjustments in the contract price shall be computed in accordance with theconditions and formulae prescribed in the relevant clauses of 'Additional Termsand Conditions of Contract', the accompanying technical specific<strong>at</strong>ions andfurther s<strong>at</strong>isfying the requirements specified herein.10.2 The contract price st<strong>at</strong>ed in the contract agreement is the base price. A certainfixed percentage of the base price as indic<strong>at</strong>ed in the technical specific<strong>at</strong>ionsshall not be subject to any price adjustment. The balance percentage viz. thecost portion shall only be subject to price adjustment.311410168 IV (A) - 13 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>10.3 Price adjustment shall be applicable to the cost portion, only if changes in thecost of labour and m<strong>at</strong>erials (either increases or decreases) occur during thecontract period, directly affecting the cost portion.10.4 Vari<strong>at</strong>ions in the cost of m<strong>at</strong>erials shall be determined by comparing publishedm<strong>at</strong>erial indices as on the d<strong>at</strong>e set for opening of bids or the revised price bid,whichever is l<strong>at</strong>er, with the same indices published during the manufacture <strong>at</strong>the respective cut off periods for m<strong>at</strong>erial as specified in clause 2.0 of AdditionalTerms and Conditions of Contract. Vari<strong>at</strong>ions in the cost of labour shall bedetermined by comparing the wages as per the Minimum Wages Act/ Rules ofthe St<strong>at</strong>e or Central Government, whichever is more, applicable to the place ofwork as on the d<strong>at</strong>e set for opening of bids or the revised price bid, whichever isl<strong>at</strong>er, with the same wages as per the Minimum Wages Act/ Rules of the St<strong>at</strong>eor Central Government, whichever is more, during the work/manufactureapplicable to the place of work/manufacture <strong>at</strong> the respective cut off periods forlabour as specified in clause 2.0 of Additional Terms and Conditions of Contractof this volume.10.5 The total computed vari<strong>at</strong>ion in the contract price shall be restricted to a limitingpercentage as specified in clause 2.5 of Additional Terms and Conditions ofContract of this volume.10.6 The price adjustment for the erection shall be made on the value of erectionwork done as indic<strong>at</strong>ed in each billing.10.7 Every three months after the award of contract, and a month prior to shipment ofequipment (in the case of ex-factory price component of contract price), andevery month after establishing his site office (in the case of erection) thecontractor shall submit to the engineer a written notice of the changes, if any,th<strong>at</strong> have occurred in the specified m<strong>at</strong>erial and labour indices during theprevious reporting period containing the effective d<strong>at</strong>e of such change, theamount of change, the amount of contract price adjustment and <strong>document</strong>aryevidence to substanti<strong>at</strong>e the price adjustment.311410168 IV (A) - 14 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>10.8 The contract price adjustment provisions detailed above, shall only beapplicable if so specified in the Additional Terms and Conditions of Contract.11.0 PACKING, FORWARDING AND SHIPMENT11.1 The contractor, wherever applicable, shall after proper painting, pack andcr<strong>at</strong>e all equipment in such a manner as to protect them from deterior<strong>at</strong>ion anddamage during rail and road transport<strong>at</strong>ion to the site and storage <strong>at</strong> the sitetill the time of erection. The contractor shall be held responsible for alldamages due to improper packing.11.2 The contractor shall notify the owner of the d<strong>at</strong>e of each shipment from hisworks, and the expected d<strong>at</strong>e of arrival <strong>at</strong> the site for the inform<strong>at</strong>ion of theowner.11.3 The contractor shall also give all shipping inform<strong>at</strong>ion concerning the weight,size and content of each packing including any other inform<strong>at</strong>ion the ownermay require.11.4 The following <strong>document</strong>s shall be sent by registered post to the owner within 3days from the d<strong>at</strong>e of shipment, to enable the owner to inspect the m<strong>at</strong>erial <strong>at</strong>site and for making progressive payment to the contractor.i) Applic<strong>at</strong>ion for payment in the standard form<strong>at</strong> of the owner (3 copies)ii) Invoice (6 copies)iii) Packing list (6 copies)iv) Pre-desp<strong>at</strong>ch clearance certific<strong>at</strong>e, if any (3 copies)v) Test certific<strong>at</strong>e, wherever applicable (3 copies)11.5 The contractor shall prepare detailed packing list of all packages andcontainers, bundles and loose m<strong>at</strong>erial forming each and every consignmentdisp<strong>at</strong>ched to site. The contractor 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 andcommissioned. He shall be solely responsible for proper storage and safecustody of all equipment.311410168 IV (A) - 15 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract12.0 DEMURRAGE, WHARFAGE, ETC.<strong>CMPDI</strong>12.1 All demurrage, wharfage and other expenses incurred due to delayed clearanceof the m<strong>at</strong>erial or any other reason shall be to the account of the contractor.13.0 INSURANCE13.1 The contractor shall arrange, secure and maintain insurance as may benecessary and for all such amounts to protect his interests and the interests ofthe owner, against all risks as detailed herein in the joint names of the Ownerand the Contractor with the condition th<strong>at</strong> payments against all claims shall bepayable by insurers to the owner as elabor<strong>at</strong>ed <strong>at</strong> clause 13.5. All premiumsand other charges of the said insurance policies shall be paid by the contractor.The form and the limit of such insurance, as defined herein together with theunder-writer thereof in each case shall be acceptable to the owner. However,irrespective of such acceptance, the responsibility to maintain adequ<strong>at</strong>einsurance coverage on comprehensive all risks basis <strong>at</strong> all time during theperiod of contract shall be th<strong>at</strong> of the contractor alone. The contractor's failure inthis regard shall not relieve him of any of his contractual responsibilities andoblig<strong>at</strong>ions.13.2 Any loss of damage to the equipment, during handling, transporting, storageand erection, till such time the plant is taken over by the owner, shall be to theaccount of the contractor. The contractor shall be responsible for preferring of allclaims and make good for the damage or loss by way of repairs and/orreplacement of the portion of the works damaged or lost. The transfer of titleshall not in any way relieve the contractor of the above responsibilities duringthe period of the contract. The contractor shall provide the owner with a copy ofall insurance policies and <strong>document</strong>s taken out by him in pursuance of thecontract. Such copies of <strong>document</strong> shall be submitted to the owner immedi<strong>at</strong>elyafter such insurance coverage. The contractor shall also inform the owner inwriting <strong>at</strong> least sixty (60) days in advance, regarding the expiry, cancell<strong>at</strong>ionand/or change in any of such <strong>document</strong>s and ensure revalid<strong>at</strong>ion/renewal, etc.as may be necessary well in time.311410168 IV (A) - 16 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>13.3 The risk th<strong>at</strong> are to be covered under the insurance shall include, but not belimited to, the loss or damage in transit, theft, pilferage, riot, civil commotion,we<strong>at</strong>her conditions, accidents of all kinds, fire, etc. The scope of such insuranceshall cover the entire value of the works from time to time.13.4 All costs on account of insurance liabilities covered under the contract shall beon contractor's account and shall be included in contract price. However, theowner may from time to time, during the pendency of the contract, ask thecontractor in writing to limit the insurance coverage risks and in such a case, theparties to the contract shall agree for a mutual settlement for reduction incontract price to the extent of reduced premium amounts.13.5 All insurance claims, payable by the insurers, shall be paid to the Owner whichshall be released to the contractor in installments as may be certified by theEngineer-in-charge for the purpose of rebuilding or replacement or repair of theworks and/or goods destroyed or damaged for which payment was receivedfrom the insurers.13.6 The clause entitled insurance under the section erection terms and conditions ofcontract of this volume, covers the additional insurance requirements for theportion of the works to be performed <strong>at</strong> the site of work.14.0 LIABILITY FOR ACCIDENTS AND DAMAGES14.1 Under the contract, the contractor shall be responsible for loss or damage to theplant until the plant is taken over in accordance with clause entitled 'TakingOver' in section technical terms and conditions of contract of this volume.15.0 LIQUIDATED DAMAGES FOR DELAY IN COMPLETION15.1 If the contractor fails to maintain the required progress in terms of the agreedtime and progress chart or to complete the work and clear the site on or beforethe contract or extended d<strong>at</strong>e of completion, he shall without prejudice to anyother right or remedy available under the law to the company on account ofsuch breach, pay as compens<strong>at</strong>ion/ Liquid<strong>at</strong>ed damage @ half percent (1/2 %)of the contract price per week of delay. The aggreg<strong>at</strong>e of such compens<strong>at</strong>ion/311410168 IV (A) - 17 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>compens<strong>at</strong>ions shall not exceed 10(ten) percent of the total value as shown inthe contract.This shall also apply to items or group of items for which separ<strong>at</strong>e period ofcompletion has been specified. The amount of compens<strong>at</strong>ion may be adjustedor setoff against any sum payable to the contractor under this or any othercontract with the company.15.1.1 The company, if s<strong>at</strong>isfied, th<strong>at</strong> the works can be completed by the contractorwithin a reasonable time after the specified time of completion, may allowfurther extension of time <strong>at</strong> its discretion with or without any levy of L.D. In theevent of extension granted being with L.D., the company shall be entitledwithout prejudice any right or remedy available in th<strong>at</strong> behalf, to recover fromthe contractor as agreed damages equivalent to half percent of the contractvalue of the works for each week or part of the week subject to a ceiling of10% of the contract price.15.1.2 The company, if not s<strong>at</strong>isfied th<strong>at</strong> the works can be completed by thecontractor, and in the event of failure on the part of the contractor to completework within further extension of time allowed as aforesaid, shall be entitled,without prejudice to any other right, or remedy available in th<strong>at</strong> behalf, torescind the contract.15.1.3 The company, if not s<strong>at</strong>isfied with the progress of the contract and in the eventof failure of the contractor to recoup the delays in the mutually agreed timeframe, shall be entitled to termin<strong>at</strong>e the contract.15.1.4 In the event of such termin<strong>at</strong>ion of the contract as described in clauses 15.1.2or 15.1.3 or both, the company, shall be entitled to recover L.D. upto tenpercent (10%) of the contract value and forfeit the security deposit made bythe contractor besides getting the work completed by other means <strong>at</strong> the riskand cost of the contractor.15.2 The company may waive the payment of compens<strong>at</strong>ion, depending upon meritof the case, on request received from the contractor if the entire work is311410168 IV (A) - 18 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>completed within the d<strong>at</strong>e as specified in the contract or as validity extendedwithout stipul<strong>at</strong>ing any penalty.16.0 CONTRACTOR'S DEFAULT16.1 If the contractor shall neglect to execute the works with the diligence andexpedition or shall refuse or neglect to comply with any reasonable orders givento him, if writing by the engineer in connection with the works or shallcontravene the provisions of the contract, the owner may give notice in writing tothe contractor to make good the failure, neglect or contravention complained of.Should the contractor fail to comply with the notice within thirty (30) days fromthe d<strong>at</strong>e of service thereof, then and in such case the owner shall be <strong>at</strong> liberty toemploy other workmen and forthwith execute such part of the works as thecontractor may have neglected to do or if the owner shall think fit, it shall belawful for him, without prejudice to any other right he may have under thecontract, to take the works wholly or in part thereof and in th<strong>at</strong> event the ownershall have free use of all contractor's equipment th<strong>at</strong> may have been <strong>at</strong> the timeon the site in connection with the works without being responsible to thecontractor for fair wear and tear thereof and to the exclusion of any right of thecontractor over the same, and the owner shall be entitled to retain and applyany balance which may otherwise be due on the contract by him to thecontractor, or such part thereof as may be necessary, the payment of the cost ofexecuting the said part of the works or of completing the works as the case maybe. If the cost of completing the works or executing a part thereof as aforesaidshall exceed the balance due to the contractor, the contractor shall pay suchexcess. Such payment of excess amount shall be independent of the liquid<strong>at</strong>eddamages for delay which the contractor shall have to pay if the completion ofworks is delayed.16.2 In addition, such action by the owner as aforesaid shall not relieve the contractorof his liability to pay liquid<strong>at</strong>ed damages for delay in completion of works asdefined in clause 15.0 of this section.16.3 The termin<strong>at</strong>ion of the contract under this clause shall not entitle the contractorto reduce the value of the performance bank guarantee nor the time thereof.311410168 IV (A) - 19 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>The performance guarantee shall be valid for the full value and for the full periodof the contract including guarantee period.16.4 The bidding <strong>document</strong>s shall clearly st<strong>at</strong>e th<strong>at</strong>, if the contractor fails to completethe work and the order is cancelled, the amount due to him on account of workexecuted by him, if payable, shall be paid to him only after due recoveries asper the provisions of the contract and th<strong>at</strong> too after altern<strong>at</strong>ive arrangements tocomplete the work has been made.17.0 FORCE MAJEURE17.1 Force majeure is herein defined as any cause which is beyond the control of thecontractor or the owner as the case may be which they could not foresee or witha reasonable amount of diligence could not have foreseen and whichsubstantially affect the performance of the contract, such as:(a) n<strong>at</strong>ural phenomena, including but not limited to floods, draughts,earthquakes and epidemics:(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 of such acause notify the other in writing of such causes.17.2 The bidding <strong>document</strong>s shall clearly st<strong>at</strong>e th<strong>at</strong> :(a) The successful bidder shall advise, in the event of his having resort to this clauseby a registered letter duly certified by the local chamber of commerce or st<strong>at</strong>utoryauthorities, the beginning and end of the clause of delay, within fifteen days ofthe occurrence and cess<strong>at</strong>ion of such Force Majeure condition . In the event ofdelay lasting over two months, if arising out of Force Majeure, the contract maybe termin<strong>at</strong>ed <strong>at</strong> the discretion of the company.(b) For delays arising out of Force Majeure, the bidder shall not claim extension incompletion d<strong>at</strong>e for a period exceeding the period of delay <strong>at</strong>tributable to thecauses of Force Majeure and neither company nor the bidder shall be liable topay extra costs (like increase in r<strong>at</strong>es, remobilis<strong>at</strong>ion advance, idle charges for311410168 IV (A) - 20 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>labour and machinery etc.) Provided it is mutually established th<strong>at</strong> the ForceMajeure conditions did actually exist.(c) If any of the Force Majeure conditions exists in the place of oper<strong>at</strong>ion of thebidder even <strong>at</strong> the time of submission of bid he shall c<strong>at</strong>egorically specify them inhis bid and st<strong>at</strong>e whether they have been taken into consider<strong>at</strong>ion in theirquot<strong>at</strong>ions.17.3 The contractor or the owner shall not be liable for delays in performing hisoblig<strong>at</strong>ions resulting from any force majeure cause as referred to and/or definedabove. The d<strong>at</strong>e of completion shall, subject to hereinafter provided, beextended by a reasonable time even though such cause may occur aftercontractor's performance of his oblig<strong>at</strong>ions has been delayed for other causes.18.0 DELAYS BY OWNER OR HIS AUTHORISED AGENT18.1 In case the contractor's performance is delayed due to any act of omission onthe part of the owner or his authorised agents, then the contractor shall be givendue extension of time for the completion of the works, to the extent suchomission on the part of the owner has caused delay in the contractor'sperformance of his work. Regarding reasonableness or otherwise of theextension of time, the decision of the engineer shall be final.18.2 In addition, the contractor shall be entitled to claim demonstrable andreasonable compens<strong>at</strong>ion if such delays have resulted in any increase in thecost of work. The owner shall examine the justific<strong>at</strong>ion for such a request forclaim, and if s<strong>at</strong>isfied, the extent of compens<strong>at</strong>ion shall be mutually agreeddepending upon the circumstances <strong>at</strong> the time of such an occurrence.18.3 Any delay in fnialis<strong>at</strong>ion of mutual agreement in regard to any of the contractor'sclaim/ compens<strong>at</strong>ion against any act of omission on the part of the owners or hisauthorised agents should not result in any work stoppage/ further delay on thepart of the contractor.311410168 IV (A) - 21 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>19.0 EXTENSION OF DATE OF COMPLETION19.1 On happening of any events causing delay as st<strong>at</strong>ed hereinafter, the contractorshall intim<strong>at</strong>e immedi<strong>at</strong>ely in writing the Engineer-in-charge :a. due to any reasons defined as Force Majeure.b. non-availability of stores which are the responsibility of the owner to supplyc. non-availability or breakdown of tools and plant to be made available ormade available by the ownerd. delay on the part of the contractors or tradesmen engaged by the owner notforming part of the contract, holding up further progress of the worke. non-availability of working drawings/work programme in time, which are to bemade available by the company during progress of the workf. any other causes which, <strong>at</strong> the sole discretion of the company is beyond thecontrol of the contractor.19.2 A "Hindrance Register" shall be maintained by both the Company and theContractor <strong>at</strong> site to record the various hindrances, as mentioned above,encountered during the course of execution.19.3 The contractor may request the company in writing for extension of time within14 days of happening of such event causing delay st<strong>at</strong>ing also, if practicable,the period for which extension is desired. The company may, considering theeligibility of the request, give a fair and reasonable extension of time forcompletion of the work. Such extension shall be communic<strong>at</strong>ed to the contractorin writing by the company through the Engineer-in-charge within 1 month of thed<strong>at</strong>e of receipt of such request. The contractor shall however use his best effortsto prevent or make good the delay by putting his endeavors constantly as maybe reasonably required of him to the s<strong>at</strong>isfaction of the Engineer-in-charge.19.4 Provisional extension of time may also be granted by the Engineer -In-chargeduring the course of execution, on written request for extension of time within 15(fifteen) days of happening of such events as st<strong>at</strong>ed above, reserving thecompany's right to impose/ waive liquid<strong>at</strong>ed damages <strong>at</strong> the time of grantingfinal extension of time as per contract agreement.311410168 IV (A) - 22 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>19.5 When the period fixed for the completion of the contract is about to expire, thequestion of extension of the contract may be considered <strong>at</strong> the instance of theContractor or the Company or the both. The extension shall have to be byparty's agreement, expressed or implied.19.6 In case the Contractor does not apply for grant of extension of time within 15(fifteen) days of hindrance occurring in execution of the work and the Companywants to continue with the work beyond the stipul<strong>at</strong>ed d<strong>at</strong>e of completion forreason of the work having been hindered, the Engineer-in-charge <strong>at</strong> his solediscretion can grant provisional extension of time even in the absence ofapplic<strong>at</strong>ion from the Contractor. Such extension of time granted by theEngineer-in-charge is valid provided the Contractor accepts the same eitherexpressly or implied by his actions before and subsequent to the d<strong>at</strong>e ofcompletion. Such extension of time shall be without prejudice to Company'sright to levy compens<strong>at</strong>ion under the relevant clause of contract.20.0 TERMINATION, SUSPENSION, CANCELLATION &FORECLOSURE OF CONTRACT20.1 The owner shall, in addition to other remedial steps to be taken as provided inthe conditions of contract, be entitled to cancel the contract in full or in part, ifthe contractor:a. makes default in proceeding with the works with due diligence and continuesto do so even after a notice in writing from the Engineer-in-charge, then onthe expiry of the period as specified in the noticeorb. commits default/breach in complying with any of the terms and conditions ofthe contract and does not remedy it or fails to take effective steps for theremedy to the s<strong>at</strong>isfaction of the Engineer-in-charge, then on the expiry ofthe period as may be specified by the Engineer-in-charge in a notice inwritingor311410168 IV (A) - 23 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>c. fails to complete the work or items of work with individual d<strong>at</strong>es ofcompletion, on or before the d<strong>at</strong>e/d<strong>at</strong>es of completion or as extended by thecompany, then on the expiry of the period as may be specified by theEngineer-in-charge in a notice in writing311410168 IV (A) - 24 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>eord. shall offer or give or agree to give any person in the service of the companyor to any other person on his behalf any gift or consider<strong>at</strong>ion of any kind asan inducement or reward for act/acts of favour in rel<strong>at</strong>ion to the obtaining orexecution of this or any other contract for the company.ore. Shall try to obtain a contract with the company by way of of ring <strong>tender</strong>ing orother non-bonafide method of competitive <strong>tender</strong>ing.orf. transfers, sublets, assigns the entire work or any portion there of without theprior approval in writing from the Engineer-in-charge. The Engineer-inchargemay by giving a written notice, cancel the whole contract or portion ofit in default.The owner shall in such an event give fifteen (15) days notice in writing to thecontractor of his decision to do so.20.2 The contractor upon receipt of such notice shall discontinue the work on thed<strong>at</strong>e and to the extent specified in the notice, make all reasonable efforts toobtain cancell<strong>at</strong>ion of all orders and contracts to the extent they are rel<strong>at</strong>ed tothe work termin<strong>at</strong>ed and terms s<strong>at</strong>isfactory to the owner, stop all further subcontractingor purchasing activity rel<strong>at</strong>ed to the work termin<strong>at</strong>ed, and assist theowner in maintenance, protection, and disposition of the works acquired underthe contract by the owner..20.3 The contract shall stand termin<strong>at</strong>ed under the following circumstances unlessthe owner is s<strong>at</strong>isfied th<strong>at</strong> the legal represent<strong>at</strong>ives of the individual contractoror of the proprietor of the proprietary concern and in the case of partnership thesurviving partners, are capable of carrying out and completing the contract andthe owner shall in any way not be liable to payment of any compens<strong>at</strong>ion to the


General Terms and Conditions of Contract<strong>CMPDI</strong>est<strong>at</strong>e of deceased contractor and/or to the surviving partners of the contractor'sfirm on account of the termin<strong>at</strong>ion of the contract.:a. If the contractor being an individual in the case of proprietary concern or inthe case of a partnership firm any of its partners is declared insolvent underthe provisions of insolvency act for the time being in force, or makes anyconveyance or assignment of his effects or composition or arrangement forthe benefit of his creditors amounting to proceedings for liquid<strong>at</strong>ion orcomposition under any insolvency act.b. In the case of the contractor being a company, its affairs are underliquid<strong>at</strong>ion either by a resolution passed by the company or by an order ofcourt, not being a voluntary liquid<strong>at</strong>ion proceedings for the purpose ofamalgam<strong>at</strong>ion or reorganis<strong>at</strong>ion, or a receiver or manager is appointed bythe court on the applic<strong>at</strong>ion by the debenture holders of the company, if any.c. If the contractor shall suffer an execution being levied on his/their goods,est<strong>at</strong>es and allow it to be continued for a period of 21 days.d. On the de<strong>at</strong>h of the contractor being a proprietary concern or of any of thepartners in the case of a partnership concern and the company is nots<strong>at</strong>isfied th<strong>at</strong> the legal represent<strong>at</strong>ive of the deceased proprietor or the othersurviving partners of the partnership concern are capable of carrying out andcompleting the contract. The decision of the company in this respect shall befinal and binding which is to be intim<strong>at</strong>ed in writing to the legal represent<strong>at</strong>iveor to the partnership concern.20.4 If the contractor is an individual or a proprietary concern and the individual orthe proprietor dies and if the contractor is a partnership concern and one of thepartners dies, then unless the owner is s<strong>at</strong>isfied th<strong>at</strong> the legal represent<strong>at</strong>ives ofthe individual contractor or of the proprietor of the proprietary concern and in thecase of partnership the surviving partners, are capable of carrying out andcompleting the contract the owner shall be entitled to cancel the contract as toits incomplete part without being in any way liable to payment of anycompens<strong>at</strong>ion to the est<strong>at</strong>e of deceased contractor and/or to the survivingpartners of the contractor's firm on account of the cancell<strong>at</strong>ion of the contract.311410168 IV (A) - 25 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>The decision of the owner th<strong>at</strong> the legal represent<strong>at</strong>ives of the deceasedcontractor or surviving partners of the contractor's firm cannot carry out andcomplete the contract shall be final and binding on the parties. In the event ofsuch cancell<strong>at</strong>ion the owner shall not hold the est<strong>at</strong>e of the deceased contractorand/or the surviving partners of the est<strong>at</strong>e of the deceased contractor and/or thesurviving partners of the contractor's firm liable to damages for not completingthe contract.20.5 On cancell<strong>at</strong>ion of the contract or on termin<strong>at</strong>ion of the contract, the Engineerin-chargeshall have powers :a. to take possession of the site and any m<strong>at</strong>erials, constructional plant,implements, stores, etc. thereon.b. to carry out the incomplete work by any means <strong>at</strong> the risk of the contractorc. to determine the amount to be recovered from the contractor for completingthe remaining work or in the event the remaining work is not to be completedthe loss/damage suffered, if any, by the company after giving credit for thevalue of the work executed by the contractor upto the time oftermin<strong>at</strong>ion/cancell<strong>at</strong>ion less on a/c payments made till d<strong>at</strong>e and value ofcontractor's m<strong>at</strong>erials, plant, equipment, etc., taken possession of aftertermin<strong>at</strong>ion/cancell<strong>at</strong>ion.d. to recover the amount determined as above, if any, from any moneys due tothe contractor or any account or under any other contract and in the event ofany shortfall, the contractor shall be called upon to pay the same ondemand.The need for determin<strong>at</strong>ion of the amount of recovery of any extracost/expenditure or of any loss/damage suffered by the company shall nothowever arise in the case of termin<strong>at</strong>ion of the contract for de<strong>at</strong>h/demise of thecontractor as st<strong>at</strong>ed in 20.4(d).20.6 Suspension of work - The company shall have power to suspend the progressof the work or any part thereof and the Engineer-in-charge may direct thecontractor in writing to suspend the work, for such period and in such manner asmay be specified therein, on account of any default on the part of the contractor,311410168 IV (A) - 26 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>or for proper execution of the work for reasons other than any default on the partof the contractor, or on ground of safety of the work or part thereof. In the eventof suspension for reason other than any default on the part of the contractor,extension of time shall be allowed by the company equal to the period of suchsuspension. Any necessary and demonstrable costs incurred by the contractoras a result of such suspension of the works shall be paid by the owner, providedsuch costs are substanti<strong>at</strong>ed to the s<strong>at</strong>isfaction of the engineer. The owner shallnot be responsible for any liabilities if suspension or delay is due to somedefault on the part of the contractor or his sub-contractor.The work shall, throughout the stipul<strong>at</strong>ed period of the contract, be carried outwith all due diligence on the part of the contractor. In the event oftermin<strong>at</strong>ion/suspension of the contract, on account of default on the part of thecontractor, as narr<strong>at</strong>ed hereinbefore, the security deposit and other dues of thiswork or any other work done under this company shall be forfeited and broughtunder the absolute disposal of the company provided, th<strong>at</strong> the amount soforfeited shall not exceed 10% of the contract value.20.7 Foreclosure of contract in full or in part - If <strong>at</strong> any time after acceptance of the<strong>tender</strong>, the company decides to abandon or reduce the scope of the work forany reason wh<strong>at</strong>soever the company, through its Engineer-in-charge, shall givenotice in writing to th<strong>at</strong> effect to the contractor. In the event ofabandonment/reduction in the scope of work, the company shall be liablea. to pay the contractor <strong>at</strong> the contract r<strong>at</strong>es full amount for works executed andmeasured <strong>at</strong> site upto the d<strong>at</strong>e of such abandonment/reduction in the work.b. to pay reasonable amount assessed and certified by the Engineer-in-chargeof the expenditure incurred, if any, by the contractor on preliminary works <strong>at</strong>site. e.g. temporary access roads, temporary construction for labour andstaff quarters, office accommod<strong>at</strong>ion, storage of m<strong>at</strong>erials, w<strong>at</strong>er storagetanks and supply for the work including supply to labour/staff quarters, office,etc.c. to pay for the m<strong>at</strong>erials brought to site or to be delivered <strong>at</strong> site, which thecontractor is legally liable to pay, for the purpose of consumption in workscarried out or were to be carried out but for the foreclosure, including the311410168 IV (A) - 27 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>cost of purchase and transport<strong>at</strong>ion and cost of delivery of such m<strong>at</strong>erials.The m<strong>at</strong>erials to be taken over by the company should be in good conditionand the company may allow <strong>at</strong> its discretion the contractor to retain them<strong>at</strong>erials in full or part if so desired by him and to be transported by thecontractor from site to his place.d. to take back the m<strong>at</strong>erials issued by the company but remaining unused, ifany, in the work on the d<strong>at</strong>e of abandonment/reduction in the work, <strong>at</strong> theoriginal issued price less allowance for any deterior<strong>at</strong>ion or damage causedwhile in custody of the contractore. to pay for the transport<strong>at</strong>ion of tools and plants of the contractor from site tocontractor's place or to any other destin<strong>at</strong>ion, whichever is less.The contractor shall, if required by the Engineer-in-charge, furnish to him booksof accounts, papers, relevant <strong>document</strong>s as may be necessary to enable theEngineer-in-charge to assess the amount payable in terms of para 20.8 (b), (c)and (e) above, the contractor shall not have any claim for compens<strong>at</strong>ionwh<strong>at</strong>soever either for abandonment or for reduction in the scope of work, otherthan those as specified above.21.0 NO WAIVER OF RIGHTSNeither the inspection by the owner or the engineer or any of their officials,employees or agents nor any order by the owner or the engineer for payment ofmoney or any payment for or acceptance of, the whole or any part of the works bythe owner or the engineer, nor any extension of time, nor any possession taken bythe engineer shall oper<strong>at</strong>e as a waiver of any provision of the contract, or of anypower herein reserved to the owner, or any right to damages herein provided, norshall any waiver of any breach in the contract be held to be a waiver of any other orsubsequent breach.22.0 CERTIFICATE NOT TO AFFECT RIGHT OF OWNER ANDLIABILITY OF CONTRACTORNo interim payment certific<strong>at</strong>e of the engineer, nor any sum paid on account,by the owner, nor any extension of time for execution of the works granted by the311410168 IV (A) - 28 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>engineer shall affect or prejudice the rights of the owner against the contractor orrelieve the contractor of his oblig<strong>at</strong>ions for the due performance of the contract, or beinterpreted as approval of the works done or of the equipment furnished and nocertific<strong>at</strong>e shall cre<strong>at</strong>e liability for the owner to pay for alter<strong>at</strong>ions, amendments,vari<strong>at</strong>ions or additional works not ordered, in writing, by the engineer or discharge theliability of the contractor for the payment of damages whether due, ascertained, orcertified or not, or any sum against the payment of which he is bound to indemnifythe owner, nor shall any such certific<strong>at</strong>e nor the acceptance by him of any sum paidon account or otherwise affect of prejudice the rights of the contractor against theowner.23.0 GRAFTS AND COMMISSIONS ETC.Any graft, commission, gift or advantage given, promised or offered by or onbehalf of the contractor or his partner, agent, officers, director, employee or servantor any one of his or their behalf in rel<strong>at</strong>ion to the obtaining or to the execution of thisor any other contract with the owner, shall, in addition to any criminal liability which itmay incur, subject the contractor to the cancell<strong>at</strong>ion of this and all other contracts andalso to payment of any loss or damage to the owner resulting from any cancell<strong>at</strong>ion.The owner shall then be entitled to deduct the amount so payable from any moneysotherwise due to the contractor under the contract.24.0 LANGUAGE AND MEASURESAll <strong>document</strong>s pertaining to the contract including specific<strong>at</strong>ions, schedulesnotices, correspondence, oper<strong>at</strong>ing and maintenance instructions, drawings or anyother writing shall be written in English language. The metric system of measurementshall be used exclusively in the contract.25.0 RELEASE OF INFORMATIONThe contractor shall not communic<strong>at</strong>e or use in advertising, publicity, salesreleases or in any other medium photographs or other reproduction of the worksunder this contract, or descriptions of the site, dimensions, quantity, quality or other311410168 IV (A) - 29 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>inform<strong>at</strong>ion, concerning the works unless prior written permission has been obtainedfrom the owner.26.0 CONSTRUCTION OF THE CONTRACT26.1 Notwithstanding anything st<strong>at</strong>ed elsewhere in the bid <strong>document</strong>s, the contractto be entered into shall be tre<strong>at</strong>ed as a indivisible supply and erection contract.The supply portion of the contract shall rel<strong>at</strong>e to the supply of equipment andm<strong>at</strong>erials and the erection portion shall rel<strong>at</strong>e to the handling <strong>at</strong> the site,storage, erection, construction, testing, commissioning etc. as defined in thebid <strong>document</strong>s. The contractor shall pay the sales tax for the supply ofequipment and m<strong>at</strong>erials in accordance with law and the same shall bereimbursed by the owner as a part of the total contract price on actual. Thesales tax should be included in the total bid price in the proposal and shouldalso be indic<strong>at</strong>ed separ<strong>at</strong>ely.26.2 The contract shall in all respects be construed and governed accordingly toIndian Laws.26.3 It is clearly understood th<strong>at</strong> the total consider<strong>at</strong>ion for the contract (s) has beenbroken up into various components only for the convenience of payment ofadvance under the contract(s) and for the measurement of devi<strong>at</strong>ions ormodific<strong>at</strong>ions under the contract (s).27.0 COMPLETION OF CONTRACTUnless otherwise termin<strong>at</strong>ed under the provisions of any other relevant clause,this contract shall be deemed to have been completed <strong>at</strong> the expir<strong>at</strong>ion of theguarantee period as provided for under the clause entitled 'Guarantee' in this section.28.0 ENFORCEMENT OF TERMSThe failure of either party to enforce <strong>at</strong> 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 its311410168 IV (A) - 30 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>rights herein shall not preclude or prejudice either party from exercising the same orany other right it may have hereunder.29.0 ENGINEER'S DECISION29.1 In respect of all m<strong>at</strong>ters which are left to the decision of the engineer includingthe granting or with holding of the certific<strong>at</strong>es, the engineer shall, if required todo so by the contractor give in writing a decision thereon.29.2 If in the opinion of the contractor, a decision made by the engineer is not inaccordance with the meaning and intent of the contract, the contractor may filewith the engineer within fifteen (15) days after receipt of the decision, a writtenobjection to the decision. Failure to file an objection within the allotted timeshall be considered as acceptance of the engineer's decision and the decisionshall become final and binding.29.3 The engineer's decision and the filling of the written objection thereto shall bea condition precedent to the right to any legal proceedings. It is the intent ofthe agreement th<strong>at</strong> there shall be no delay in the execution of the works andthe decision of the engineer as rendered shall be promptly observed.30.0 CO-OPERATION WITH OTHER CONTRACTORS ANDCONSULTING ENGINEERSThe contractor shall agree to co-oper<strong>at</strong>e with the owner's other contractorsand consulting engineers and freely exchange with them such technical inform<strong>at</strong>ionas is necessary to obtain the most efficient and economical design and to avoidunnecessary duplic<strong>at</strong>ion of efforts. The engineer shall be provided with three copiesof all correspondence addressed by the contractor to other sub-contractors andconsulting engineers in respect of such exchange of technical inform<strong>at</strong>ion.31.0 TRAINING OF OWNER'S PERSONNEL31.1 The contractor shall undertake to train free of cost, engineering personnelselected and sent by the owner <strong>at</strong> the works of the contractor unless otherwisespecified in the technical specific<strong>at</strong>ions. The period and the n<strong>at</strong>ure of trainingfor the individual personnel shall be agreed upon mutually between the311410168 IV (A) - 31 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>contractor and the owner. These engineering personnel shall be given specialtraining in the shops, where the equipment shall be manufactured and/or theircollabor<strong>at</strong>or's works and where possible, in any other plant where equipmentmanufactured by the contractor or his collabor<strong>at</strong>or is under install<strong>at</strong>ion or test,to enable those personnel to become familiar with the equipment beingfurnished by the contractor.31.2 All traveling and living expenses for the engineering personnel to be trainedduring the total period of training shall be borne by the owner. Theseengineering personnel while undergoing training shall be responsible to thecontractor for discipline.31.3 In the event of the owner, for any reason, failing to avail of the trainingfacilities, he shall not be entitled for any reb<strong>at</strong>e wh<strong>at</strong>soever on this account.32.0 POWER TO VARY OR OMIT WORK32.1 No alter<strong>at</strong>ions, amendments, omissions, suspensions or vari<strong>at</strong>ions of theworks (hereinafter referred to as 'Vari<strong>at</strong>ion') under the contract as detailed inthe contract <strong>document</strong>s, shall be made by the contractor except as directed inwriting by the engineer, but the engineer shall have full power subject to theprovision hereinafter contained from time to time during the execution of thecontract, by notice in writing, to instruct the contractor to make such vari<strong>at</strong>ionwithout prejudice to the contract. The contractor shall carry out such vari<strong>at</strong>ionand be bound by the same conditions as far as applicable as though the saidvari<strong>at</strong>ion occurred in the contract <strong>document</strong>s. If any suggested vari<strong>at</strong>ion would,in the opinion of the contractor, if carried out, prevent him from fulfilling any ofhis oblig<strong>at</strong>ions or guarantees under the contract, he shall notify the engineerthere of in writing and the engineer shall decide forthwith, whether or not thesame shall be carried out and if the engineer confirm his instructions,contractor's oblig<strong>at</strong>ions and guarantees shall be modified to such an extent asmay be mutually agreed. Any agreed difference in cost occasioned by anysuch vari<strong>at</strong>ion shall be added to or deducted from the contract price as thecase may be.311410168 IV (A) - 32 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>32.2 In the event of the engineer requiring any vari<strong>at</strong>ion, such reasonable andproper notice shall be given to the contractor to enable him to work hisarrangements accordingly, and in cases where goods or m<strong>at</strong>erials are alreadyprepared or any design, drawings of p<strong>at</strong>tern made or work done requires to bealtered, a reasonable and agreed sum in respect there of shall be paid to thecontractor.32.3 In any case in which the contractor has received instructions from the engineeras to the requirement of carrying out the altered or additional substituted workwhich either then or l<strong>at</strong>er on, shall in the opinion of the contractor, involve aclaim for additional payments, the contractor shall immedi<strong>at</strong>ely and in no casel<strong>at</strong>er than thirty (30) days, after receipt of the instructions aforesaid and beforecarrying out the instructions, advise the engineer to th<strong>at</strong> effect. But theengineer shall not become liable for the payment of any charges in respect ofany such vari<strong>at</strong>ions, unless the instructions for the performance of the sameshall be confirmed in writing by the engineer.32.4 If any vari<strong>at</strong>ion in the works, results in reduction of contract price, the partiesshall, agree, in writing, so to the extent of any change in the price, before incontractor proceeds with the change.32.5 In all the above cases, in the event of a disagreement as to thereasonableness of the said sum, the decision of the engineer shall prevail.32.6 Notwithstanding anything st<strong>at</strong>ed above in this clause, the engineer shall havethe full power to instruct the contractor, in writing, during the execution of thecontract, to vary to quantities of the items or groups of items. The contractorshall carry out such vari<strong>at</strong>ions and be bound by the same conditions, asthough the said vari<strong>at</strong>ions occurred in the contract <strong>document</strong>s. However, thecontract price shall be adjusted <strong>at</strong> the r<strong>at</strong>es and the prices provided for theoriginal quantities in the contract.33.0 GUARANTEE33.1 The contractor shall warrant th<strong>at</strong> the equipment shall be new and inaccordance with the contract <strong>document</strong>s and be free from defects in m<strong>at</strong>erial311410168 IV (A) - 33 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>and workmanship for a period of twelve (12) calendar months commencingimmedi<strong>at</strong>ely upon the s<strong>at</strong>isfactory completion of the trial oper<strong>at</strong>ions. Thecontractor's liability shall be limited to the replacement (free of cost) of anydefective parts in the equipment of his own manufacture or those procuredfrom other Manufacturer / Authorized supplier, under normal use and arisingsolely form faulty design, m<strong>at</strong>erials, and/or workmanship provided. Thereplacement of any defective part in the equipment shall be done by procuringit from OEM /authorized supplier. Such replaced defective parts shall bereturned to the contractor unless otherwise arranged. No repairs orreplacements shall normally be carried out by the engineer when the plant isunder the supervision of the contractor's supervisory engineers.34.0 REPLACEMENT OF DEFECTIVE PARTS AND MATERIALS34.1 If during the progress of the works the engineer shall decide and inform inwriting to the contractor, th<strong>at</strong> the contractor has manufactured any plant or partof the plant unsound or imperfect or has furnished any plant inferior than thequality specified, the contractor on receiving details of such defects ordeficiencies shall <strong>at</strong> his own expense within seven (7) days of his receiving thenotice, or otherwise, within such time as may be reasonably necessary formaking it good, proceed to alter, re-construct or remove such work and furnishfresh equipment upto the standards of the specific<strong>at</strong>ions. In case the contractorfails to do so, the engineer may on giving the contractor seven (7) days' noticein writing of his intentions to do so, proceed to remove the portion of the worksso complained of and, <strong>at</strong> the cost of the contractor, perform all such work orfurnish all such equipment provided th<strong>at</strong> nothing in this clause shall be deemedto deprive the owner of or affect any rights under the contract which the ownermay otherwise have in respect of such defects and deficiencies.34.2 The contractor's full and extreme liability under this clause shall be s<strong>at</strong>isfied bythe payments to the owner of the extra cost, of such replacement procured,including erection, as provided for in the contract, such extra cost being theascertained difference between the price paid by the owner for suchreplacements and the contract price portion for such defective plant andrepayments of any sum paid by the owner to the contractor in respect of such311410168 IV (A) - 34 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>defective plant. Should the owner not so replace the defective plant, thecontractor's extreme liability under this clause shall be limited to repayment of allsums paid by the owner under the contract for such defective plant.35.0 DEFENCE OF SUITSIf any action in court is brought against the owner or engineer or an officer oragent of the owner. for the failure or neglect on the part of the contractor to performany acts, m<strong>at</strong>ters, covenants or things under the contract, or for damage or injurycaused by the alleged omission or negligence on the part of the contractor, hisagents, represent<strong>at</strong>ives or his sub-contractors, workmen, suppliers or employees, thecontractor shall in all such cases indemnify and keep the owner, and the engineerand/or his represent<strong>at</strong>ive, harmless from all losses, damages, expenses or decreesarising of such action.36.0 LIMITATIONS OF LIABILITIESThe final payment by the owner in pursuance of the contract shall mean, therelease of the contractor from all his liabilities under the contract. Such final paymentshall be made only <strong>at</strong> the end of the guarantee period as detailed in clause 33.0above and till such time as the contractual liabilities and responsibilities of thecontractor, shall prevail. All other payments made under the contract shall be tre<strong>at</strong>edas on account payments.37.0 MARGINAL NOTESThe marginal notes to any clause of the contract shall not affect or control theconstruction of such clause.38.0 TAXES, PERMITS & LICENCESThe contractor shall be liable and pay all- Indian taxes, duties, levies, lawfullyassessed against the owner or the contractor in pursuance of the contract. In additionthe contractor shall be responsible for payment of all Indian duties, levies and taxeslawfully assessed against the contractor for his personal income and property only.311410168 IV (A) - 35 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>This clause shall be read in conjunction with clause 12.3 of section Instruction toBidders.39.0 PROGRESS REPORTS AND PHOTOGRAPHSDuring the various stages of the works in the pursuance of the contract, thecontractor shall <strong>at</strong> his own cost submit periodic progress reports as may bereasonably required by the engineer with such m<strong>at</strong>erials as charts, net-works,photographs, test certific<strong>at</strong>es, etc. such progress report shall be in the form and sizeas may be required by the engineer and shall be submitted in <strong>at</strong> least three (3)copies.40.0 LONG TERM AVAILABILITY OF SPARES40.1 The contractor shall guarantee the long term availability of spares to the ownerfor the full life of the equipments covered under the contract. The contractorshall guarantee th<strong>at</strong> before going out of production of spare parts of theequipment covered under the contract, he shall give the owner <strong>at</strong> least twelve(12) months advance notice so th<strong>at</strong> the l<strong>at</strong>ter may order his bulk requirementof spares, if he so desires. The same provision shall also be applicable to subcontractor.Further, in case of discontinuance of manufacture of any spares bythe contractor or his sub-contractors the contractor shall provide the owner twoyears in advance, with full manufacturing drawings, m<strong>at</strong>erial specific<strong>at</strong>ions andtechnical inform<strong>at</strong>ion required by the owner for the purpose of manufacture ofsuch items.40.2 Further, in case of discontinuance of supply of spares by the contractor or hissub-contractors the contractor shall provide the owner with full inform<strong>at</strong>ion forreplacement of such spares with other equivalent makes, if so required by theowner.40.3 The contractor shall provide the owner with a "directory" of his sub-contractorsgiving the addresses and other particulars of his sub-contractors. The owner, ifhe so desires, shall have the right to procure the spares directly from subcontractors.311410168 IV (A) - 36 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>40.4 Notwithstanding anything st<strong>at</strong>ed elsewhere in the bid <strong>document</strong>s, the prices ofall spares which may be procured to cover long term requirements beyond the2 years' maintenance and oper<strong>at</strong>ional requirements shall be generally inaccordance with the mutually agreed prices.40.5 The contractor shall indic<strong>at</strong>e in advance the delivery period of the items ofspares, which the owner may procure in accordance with the sub-clause 40.4.In case of emergency requirements of spares, the contractor would makeevery effort to expedite the manufacture and delivery of such spares on thebasis of mutually agreed time schedule.40.6 The procedure specified in clause 40.4 and 40.5 shall apply for futureprocurement of items included in stand by spare list, mand<strong>at</strong>ory spares lists,optional spares list and special tools, plants and equipment list, if any,specified in the bid <strong>document</strong>s.40.7 The Contractor shall indemnify the owner for the availability of long timespares as per the terms and conditions laid down above in clause 40.1 toclause 40.6.41.0 PAYMENT41.1 The payment to the contractor for the performance of the works under thecontract shall be made by the owner as per the guidelines and conditionsspecified herein. All payment made during the contract shall be on accountpayments only. The final payment shall be made on completion of all theworks and on fulfillment by the contractor of all his liabilities under the contract.41.2. CURRENCY OF PAYMENT : All payments under the contract shall be in IndianN<strong>at</strong>ional Rupees (R) only.41.3 DUE DATES FOR PAYMENT : Owner shall make progressive payment as andwhen the payment is due as per the terms of payment set forth in theaccompanying technical specific<strong>at</strong>ions. Payment shall become due andpayable by the owner within thirty (30) days from the d<strong>at</strong>e of receipt ofcontractor's bill/invoice/debit note by the owner, provided the <strong>document</strong>ssubmitted are complete in all respects.311410168 IV (A) - 37 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>41.4 PAYMENT SCHEDULE : The contractor shall prepare and submit to the engineerfor approval, a break-up of the contract price. This contract price break-upshall be interlinked with the agreed detailed PERT network of the contractorsetting forth his starting and completion d<strong>at</strong>es for the various key phases ofworks prepared as per condition of this section. Any payment under thecontract shall be made only after the contractor's price break-up is approvedby the engineer. The aggreg<strong>at</strong>e sum of the contractor's price break-up shall beequal to the lump sum contract price.41.5 Applic<strong>at</strong>ion for payments41.5.1 The contractor shall submit applic<strong>at</strong>ion for the payment in the prescribedproforma of the owner. Proforma for applic<strong>at</strong>ion for payment shall be furnished<strong>at</strong> the time of signing of the contract.41.5.2 Each such applic<strong>at</strong>ion shall st<strong>at</strong>e the amount claimed and shall set forth indetail, in the order of the payment schedule, particulars of the works includingthe works executed <strong>at</strong> site and of the equipment shipped/ brought on to thesite pursuant to the contract upto the d<strong>at</strong>e mentioned in the applic<strong>at</strong>ion and forthe period covered since the last preceding certific<strong>at</strong>e, if any.41.5.3 Every interim payment certific<strong>at</strong>e shall certify the contract value of the worksexecuted upto the d<strong>at</strong>e mentioned in the applic<strong>at</strong>ion for the paymentcertific<strong>at</strong>e, provided th<strong>at</strong> no sum shall be included in any interim paymentcertific<strong>at</strong>e in respect of the works th<strong>at</strong>, according to the decision of theengineer, does not comply with the contract, or has been performed, <strong>at</strong> thed<strong>at</strong>e of certific<strong>at</strong>e prem<strong>at</strong>urely.41.6 Mode of payment : The payments due on receipt of equipment and m<strong>at</strong>erials,and those for the inland transport<strong>at</strong>ion and the erection portion of the worksshall be made direct to the contractor by the owner.41.7 Terms of payments :41.7.1 The terms of payment for the price components of the equipment and itserection are detailed herein for each equipment package. A certain percentageof the equipment and erection costs, for each package shall be paid as initialadvance on fulfillment of the following, by the contractor:311410168 IV (A) - 38 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contracti) For the price component of equipment:<strong>CMPDI</strong>a) Issue of letter of acceptance of <strong>tender</strong>b) Submission of an unconditional Bank Guarantee covering the advanceamount which shall be initially kept valid till expiry of the month after theschedule d<strong>at</strong>e for successful completion of trial oper<strong>at</strong>ions. The proforma ofBank Guarantee for advance is enclosed in Section - VIII. The value of BankGuarantee (other security) for advance shall be allowed to be reduced everysix months after first running account bill/stage payment under the contract, ifthe value of such B.G (Security) is more than R five (5) lacs and validity ismore than one year. The cumul<strong>at</strong>ive amount of reduction <strong>at</strong> any point of timeshall not exceed 75% of the advance corresponding to cumul<strong>at</strong>ive value ofsupplies/work completed as per a certific<strong>at</strong>e to be issued by the engineer-incharge.It should be clearly understood th<strong>at</strong> the reduction in the value ofadvance bank guarantee or other security as above shall not in any way dilutethe contractor's responsibilities and liabilities under the contract including inrespect of supplies/work for which the reduction in the value of bank guarantee(or other security) is allowed.c) Submission of an unconditional bank guarantee towards contractperformance guarantee valid upto ninety (90) days after the end of theguarantee period, in accordance with Clause 3.0 and 33.0 .d) Submission of a detailed PERT network based on the work-schedulestipul<strong>at</strong>ed in the letter of award and its approval by owner.ii) For the erection price componenta) On establishment of his office <strong>at</strong> site prepar<strong>at</strong>ory to mobiliz<strong>at</strong>ion of hiserection establishment.b) Submission of an unconditional bank guarantee for an equivalent amount,which shall be initially kept valid till expiry of the month after the schedule d<strong>at</strong>efor successful completion of trial oper<strong>at</strong>ions. The proforma of bank guaranteefor advance is enclosed in section viii.c) Signing of contract agreement.311410168 IV (A) - 39 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>41.7.2 All further payments under the contract shall be made as stipul<strong>at</strong>ed hereafterin clause 41.7.4 after signing the contract agreement. The payments linkedwith desp<strong>at</strong>ch of m<strong>at</strong>erials shall only be made after production of all desp<strong>at</strong>ch<strong>document</strong>s as specified in L/C conditions and/or in the relevant contractconditions which shall inter-alia include the m<strong>at</strong>erial desp<strong>at</strong>ch clearancecertific<strong>at</strong>e issued by the owner. In case of erection, progress payments shallonly be made after the issue certific<strong>at</strong>es by the engineer's field qualitysurveillance represent<strong>at</strong>ive for the successful completion of quality checkpoints involved in the quantum of work billed.41.7.3 Inland transport<strong>at</strong>ion and insurance:Inland transport<strong>at</strong>ion (including port handling) and inland insurance chargesshall be paid to the contractor on pro-r<strong>at</strong>a to the value of the equipmentreceived <strong>at</strong> site and on production of the invoices by the contractor. However,wherever equipment wise inland transport<strong>at</strong>ion charges have been called forin the bid proposal sheets and have been furnished by the contractor, thepayment of inland transport<strong>at</strong>ion charges shall be made after receipt ofequipment <strong>at</strong> site based on the charges thus identified by the contractor in hisproposal and incorpor<strong>at</strong>ed in the contract. The aggreg<strong>at</strong>e of all such pro-r<strong>at</strong>apayments shall however, not exceed the total amount quoted by the bidder inhis bid and incorpor<strong>at</strong>ed in the contract.41.7.4 Progressive Payment :i) Payment for supply of indigenous equipment, erection andcommissioning, civil / structural works, etc.: 90% of the accepted contractvalue for the above works (after receipt of the m<strong>at</strong>erial/equipment <strong>at</strong> site incase of supply) as appearing in the approved billing schedule, less 5%retention money towards Security Deposit (SD) as per Clause No.3.1.3 ofthis section; less 20% of Mobiliz<strong>at</strong>ion Advance paid shall be given asprogressive payment. The billing schedule to be indic<strong>at</strong>ed by the <strong>tender</strong>eralong with the <strong>tender</strong> which after mutual finaliz<strong>at</strong>ion shall form an integralpart of the contract.The mobiliz<strong>at</strong>ion advance shall be recovered from the second running onaccount bills onward.311410168 IV (A) - 40 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>ii) Balance payment of 10% of the accepted contract value payable aftercompletion of performance guarantee tests and handing over the plant.Note : i. Liquid<strong>at</strong>ed damages shall be imposed if the Contractor fails to maintain therequired progress in terms of the agreed time and progress chart as per ClauseNo.15.0 of the General Terms and Condition of the Contract. The amount on accountof L.D shall be deducted from the running on account bill.ii. The 5% Retention money shall be refunded along with Bang Guarantee forContract Performance Guarantee (Cl. 3.0 of Section-IV(A)), i.e. 90 days after the endof the guarantee period and deduction of liability, if any.41.8 Paying AuthorityThe Paying Authority shall be:Chief General Manager, (Finance), <strong>CMPDI</strong>, Kanke Road, Ranchi – 834031All bills shall be addressed and submitted to the General Manager (CMP),Coal & Mineral Prepar<strong>at</strong>ion Division, <strong>CMPDI</strong> (HQ), Kanke Road, Ranchi-834031 complete in all respect. Payment against the bill shall be releasedwithin 30 (thirty) days after the receipt and scrutiny of the bill.42.0 SPARES42.1 Recommended Spares (Indigenous & Imported) : The <strong>tender</strong>er shall enclosea comprehensive list of recommended spares for all supplied equipment,special tools and tackle covering all mechanical, electrical andinstrument<strong>at</strong>ion items for 2 years oper<strong>at</strong>ion and maintenance of the plant43.0 CONSIGNEEConsignee shall mean the Project Officer, Madhuband Washery, Bhar<strong>at</strong>Coking Coal Limited, Dist : Dhanbad, Jharkhand44.0 SETTLEMENT OF DISPUTESIt is incumbent upon the contractor to avoid litig<strong>at</strong>ion and disputes during thecourse of execution. However, if such disputes take place between the contractorand the department, effort shall be made first to settle the disputes <strong>at</strong> the companylevel.311410168 IV (A) - 41 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Terms and Conditions of Contract<strong>CMPDI</strong>The contractor should make request in writing to the Engineer-in-charge forsettlement of such disputes/ claims within 30 (thirty) days of arising of the cause ofdispute/ claim failing which no disputes/ claims of the contractor shall be entertainedby 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.45.0 SALES TAX ON WORKS CONTRACTSAll taxes, levies, cess, royalties, whether local, municipal, provincial or centralpertaining to the contract are payable during the entire periods of contract, shall be tothe contractor/ contractors account and shall be deemed to have been included in thecontracted r<strong>at</strong>e for the work to be executed by the contractor. The company shall notbe liable for any taxes or levies etc. wh<strong>at</strong>soever in connection with this contract.The company reserves the right to deduct/ withhold any amount towardstaxes, levies, etc. and to deal with such amount in terms of the provisions of theSt<strong>at</strong>ute or in terms of the direction of any st<strong>at</strong>utory authority and the company shallonly provide with certific<strong>at</strong>e towards such deductions and shall not be responsible forany reason wh<strong>at</strong>soever.46.0 PAYMENT OF WAGES TO THE CONTRACTOR WORKERSAny payment of wages to the worker engaged by contractor should be madeonly through bank.311410168 IV (A) - 42 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – IV (B)Additional Terms & Conditions ofContract


Additional Terms and Conditions of Contract<strong>CMPDI</strong>SECTION – IV (B)ADDITIONAL TERMS & CONDITIONS OF CONTRACTThe following additional terms & conditions are also acceptable to thecompany. The <strong>tender</strong>ers are requested not to quote any additional conditions in their<strong>tender</strong>.1.0 MOBILISATION ADVANCEi) A maximum of 10% of the total contract value of work shall be paid asmobilis<strong>at</strong>ion advance subject to submission of Bank Guarantee for equal amount.ii) Mobilis<strong>at</strong>ion Advance against survey, soil investig<strong>at</strong>ion, design & engineeringshall be paid in two equal installments - one after signing of the agreement and thesecond after the system design drawings have been completed and detailed designwork is to be taken up by the contractor.iii) Mobilis<strong>at</strong>ion Advance against supply of equipments shall be released onlyafter the contractor has finalized their venders/suppliers for the specific equipmentand the amount of advance shall be proportion<strong>at</strong>e to the value of equipment for whichvenders/suppliers have been finalized vis-à-vis the total value of equipments offeredin the contract limited to 10% of the contract value.iv) Mobilis<strong>at</strong>ion Advance against works contract for site activities shall be paid intwo equal installments. First installment shall be paid after the contractor has openedtheir site office and having finalised their subcontractors. The second installment shallbe paid for taking procurement action of construction m<strong>at</strong>erials like reinforcing steeland structural steel by the contractor.v) The mobilis<strong>at</strong>ion advance shall be recovered from the bills of the contractorfrom the second running on account bills onward @ 20% of the advance amountpaid.vi) The value of Bank Guarantee may be reduced to the extent such advance isrecovered by the company subject to the conditions th<strong>at</strong> the value of Bank Guarantee311410168 IV (B) - 1 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Additional Terms and Conditions of Contract<strong>CMPDI</strong>amount <strong>at</strong> any time is more than the recoverable outstanding advance. BankGuarantee shall be irrevocable and from a N<strong>at</strong>ionalised Bank /Scheduled Bank.vii) Interest on mobilis<strong>at</strong>ion advance shall be charged as per the r<strong>at</strong>e of CIL’sborrowing r<strong>at</strong>e under cash credit arrangement as varying from time to time.2.0 PRICE VARIATION CLAUSE2.1 The contract price shall remain firm without any price vari<strong>at</strong>ion due toescal<strong>at</strong>ion for the portions of survey, geo-engineering investig<strong>at</strong>ions, design andengineering and supply of equipments, plant and machineries as envisaged in thescope of work and the price agreed thereon as per the contract except the st<strong>at</strong>utoryincrease/decrease in taxes and duties such as excise duty, sales tax, import duty etc.2.1.1 If the contract is to be extended beyond the stipul<strong>at</strong>ed period for completion ofthe work due to fault on the part of the contractor escal<strong>at</strong>ion on prices should not beallowed further if not provided otherwise in the accepted contract.2.2 For the portions of civil and structural works and erection and commissioningworks of the plant & machineries, the price vari<strong>at</strong>ion due to escal<strong>at</strong>ion shall beallowed to the extent as detailed hereinafter2.2.1 If the prices of m<strong>at</strong>erials (not being m<strong>at</strong>erials supplied <strong>at</strong> fixed issue r<strong>at</strong>es bythe company) and wages of labour, required for execution of the work, increase, thecontractor shall be compens<strong>at</strong>ed for such increase as per provisions detailed below :a) The amount of the contract shall accordingly be varied, subject to thecondition th<strong>at</strong> such compens<strong>at</strong>ion for vari<strong>at</strong>ion in prices shall be available onlyfor the work done during the stipul<strong>at</strong>ed period of the contract as per the workprogramme agreed including such period for which the contract is validlyextended under the provisions of the contract without any penal action.b) The base d<strong>at</strong>e for working out such price vari<strong>at</strong>ion shall be the d<strong>at</strong>e setfor opening of the bids or the revised price bid whichever is l<strong>at</strong>er.c) The compens<strong>at</strong>ion of Price vari<strong>at</strong>ion shall be worked out <strong>at</strong> quarterlyintervals and shall be with respect to the cost of work done during the previous311410168 IV (B) - 2 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Additional Terms and Conditions of Contract<strong>CMPDI</strong>three months. The first such payment shall be made <strong>at</strong> the end of threemonths after the month (Excluding) in which the <strong>tender</strong> was accepted andthereafter <strong>at</strong> three months' interval.2.2.1.1 Price vari<strong>at</strong>ion for labour.The amount paid to the contractor for the work done shall be adjusted forincrease or decrease in the cost of labour and the cost shall be calcul<strong>at</strong>ed quarterly inaccordance with the following formula:A L − L0VL = W × ×100 L0Where :V L = Vari<strong>at</strong>ion in labour 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 the pricevari<strong>at</strong>ion rel<strong>at</strong>es as indic<strong>at</strong>ed in clause no. 2.3 of the 'ADDITIONAL TERMS &CONDITIONS OF CONTRACT’.A = Component of labour expressed as percentage of the total value ofwork adopted from Table-1Lo = Minimum wages for unskilled workers payable as per the MinimumWages Act / Rules of the St<strong>at</strong>e or Central Government, whichever is more,applicable to the place of work as on the d<strong>at</strong>e set for opening of the bids or therevised price bid whichever is l<strong>at</strong>er.L = Revised minimum wages of unskilled workers corresponding to Lo duringthe period to which the escal<strong>at</strong>ion rel<strong>at</strong>es.2.2.1.2 Price Vari<strong>at</strong>ion on M<strong>at</strong>erials :The amount to be paid to the contractor for the work done shall be adjustedfor increase or decrease in the cost of m<strong>at</strong>erials and the cost shall be calcul<strong>at</strong>edquarterly in accordance with the following formula:311410168 IV (B) - 3 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Additional Terms and Conditions of Contract<strong>CMPDI</strong>B M − M 0Vm = W × ×100 M 0Where :Vm = Vari<strong>at</strong>ion in m<strong>at</strong>erial 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 the pricevari<strong>at</strong>ion rel<strong>at</strong>es as indic<strong>at</strong>ed in clause no. 2.3 of the ' ADDITIONAL TERMS &CONDITIONS OF CONTRACT'.B = Component of m<strong>at</strong>erial expressed as percentage of the total value of workadopted from Table-1M = Average All India Wholesale Price Index for all commodities for theperiod to which price vari<strong>at</strong>ion rel<strong>at</strong>es as published by the RBI Bulletin,Ministry of Industry & Commerce, Govt. of India.Mo = All India Wholesale Price Index for all commodities as published by theRBI Bulletin, Ministry of Industry & Commerce, Govt. Of India, rel<strong>at</strong>ing to thed<strong>at</strong>e set for opening of the bids or the revised price bid whichever is l<strong>at</strong>er.2.2.1.3 Price vari<strong>at</strong>ion on POL.The amount to be paid to the contractor for the work done shall be adjustedfor increase or decrease in the cost of POL and the cost shall be calcul<strong>at</strong>ed quarterlyin accordance with the following formula:VfC F − F0= W × ×100 F0Where :Vf = Vari<strong>at</strong>ion in the cost of fuel, oil & lubricants increase or decrease in theamount in rupees to be paid or recovered.311410168 IV (B) - 4 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Additional Terms and Conditions of Contract<strong>CMPDI</strong>W = Value of work done during the period under reckoning to which the pricevari<strong>at</strong>ion rel<strong>at</strong>es as indic<strong>at</strong>ed in clause no. 2.3 of the ‘ADDITIONAL TERMS &CONDITIONS OF CONTRACT'.C = Component of POL expressed as percentage of total value of workadopted from Table-1F = Average Index Number for Wholesale Price for the group of fuel, power,light and lubricants as published by Economic Advisor, Ministry if Industry,Govt. Of India for the period to which escal<strong>at</strong>ion/de-escal<strong>at</strong>ion rel<strong>at</strong>es.F0 = Index Number for Wholesale price for the group of “ Fuel, power, lightand lubricants’ as published by the Economic advisor, ministry if Industry,govt. of India prevalent on the d<strong>at</strong>e set for opening of the bids or the revisedprice bid whichever is l<strong>at</strong>er.2.3 While calcul<strong>at</strong>ing the value of ‘W’ the following may be noted :The cost on which the escal<strong>at</strong>ion/price vari<strong>at</strong>ion shall be payable shall bereckoned as 85% of the cost of work as per the bills to which escal<strong>at</strong>ion rel<strong>at</strong>es, andfrom this amount the value of m<strong>at</strong>erials supplied or services rendered <strong>at</strong> theprescribed charges under the relevant provisions of the contract, and proposed torecovered in the particular bill, shall be deducted before the amount of compens<strong>at</strong>ionfor escal<strong>at</strong>ion/price vari<strong>at</strong>ion is worked out. Further the cost shall not include anywork for which payment is made <strong>at</strong> prevailing market r<strong>at</strong>es.2.4 In the event the price of m<strong>at</strong>erials and/ or wages of labour required forexecution of the work decreases, there shall be downward adjustment of the311410168 IV (B) - 5 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>eworkso th<strong>at</strong> such price of m<strong>at</strong>erials and/or wages of labour shall be deductible from thecost of work under this contract and in this regard the formulae hereinbefore st<strong>at</strong>edunder this clause shall mut<strong>at</strong>is /mutandis apply.The price vari<strong>at</strong>ion clause as st<strong>at</strong>ed above shall be applied for extended timeframe of a contract by following the principles as underi) Normally, if and when it is understood th<strong>at</strong> a contract is not going to becompleted within the scheduled time period, the contract is kept oper<strong>at</strong>ive by


Additional Terms and Conditions of Contract<strong>CMPDI</strong>extending the time of completion provisionally. During this provisional extendedperiod the oper<strong>at</strong>ion of the Price Vari<strong>at</strong>ion Clause shall remain suspended.ii) If and when it is decided <strong>at</strong> the end of the successful completion of the workth<strong>at</strong> the delay was due to causes not <strong>at</strong>tributable to the contractor, then the PriceVari<strong>at</strong>ion Clause shall be revived and applied as if the scheduled d<strong>at</strong>e of completionhas been shifted to the approved extended d<strong>at</strong>e.iii) If it is decided <strong>at</strong> the end of successful completion of the work th<strong>at</strong> the delaywas due to the fault of the contractor then the Price Vari<strong>at</strong>ion Clause shall not berevived and no payment shall be made to the contractor on this account. Additionallythe Clause rel<strong>at</strong>ed to Compens<strong>at</strong>ion for delay shall be applied.iv) In some cases the total delay may be partially due to causes not <strong>at</strong>tributable tothe contractor and partially due to his fault. It may be difficult to exactly quantify thetotal delay proportion<strong>at</strong>ely in such cases. The Price Vari<strong>at</strong>ion Clause under suchcondition shall be made oper<strong>at</strong>ive for the entire extended time period by freezing therelevant indices on the d<strong>at</strong>e of the scheduled d<strong>at</strong>e of completion as originally fixed inthe contract/ agreement. At the same time the Clause rel<strong>at</strong>ed to the compens<strong>at</strong>ion fordelay shall also be applied.2.5 Ceiling on price vari<strong>at</strong>ion due to escal<strong>at</strong>ionThere shall be a ceiling on price vari<strong>at</strong>ion due to escal<strong>at</strong>ion covered underclauses mentioned hereinbefore on the whole contract, limited to 10% of the 'contractprice' only.2.6 Vari<strong>at</strong>ion in the taxes, duties, levies etc.Other st<strong>at</strong>utory vari<strong>at</strong>ion due to increase in taxes, duties, levies etc. by Govt. (Centralor St<strong>at</strong>e or Local) as of thirty (30) days prior to the d<strong>at</strong>e of opening of the bid or therevised price bid, whichever is l<strong>at</strong>er, with the taxes, duties, levies etc. during themanufacture/works/supply, as the case may be, shall be borne by the owner.Similarly decrease in taxes, duties, levies etc. shall be returned/deducted to/by theowner.311410168 IV (B) - 6 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Additional Terms and Conditions of ContractTable - 1<strong>CMPDI</strong>Value of A , B & C in the Price vari<strong>at</strong>ion formula in the 'Additional Terms andConditions of ContractSl.No.ParticularsA(Labourcomponent)B(M<strong>at</strong>erialcomponent )C(POLcomponent )1. For Building works 25 75 NIL2. For Road works 15 80 053 For external sewerage,external w<strong>at</strong>er supplyand externalelectrific<strong>at</strong>ion10 90 NILRemarks4 For external w<strong>at</strong>ersupply, externalsanitary and externalelectrific<strong>at</strong>ion (Throughlabour r<strong>at</strong>e contract)5 For steel structuralworks6 For steel structuralworks with Departmentfree supply of rolledsteel sections (Throughlabour r<strong>at</strong>e contract)7 For Coal HandlingPlant Civil works8 For underground civilworks such as InclineDrivage Shaft Sinkingetc.9 For Erection andCommissioning of P&M75 25 NIL15 85 NIL75 25 NIL25 75 NIL35 65 NIL65 35 NIL311410168 IV (B) - 7 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – IV (C)General Technical Conditions


General Technical Conditions<strong>CMPDI</strong>1.0 GENERALSECTION – IV (C)GENERAL TECHNICAL CONDITIONSThis part covers technical conditions pursuant to the contract and shall forman integral part of the contract. The following provisions shall supplement all thedetailed technical specific<strong>at</strong>ions and requirements brought out in the accompanyingtechnical specific<strong>at</strong>ions. The contractor's proposal shall be based on the use ofequipment and m<strong>at</strong>erials complying fully with the requirements, specified herein. It isrecognized th<strong>at</strong> the contractor may have standardized on the use of certaincomponents, m<strong>at</strong>erials, processes or procedures different th<strong>at</strong> those specified herein.2.0 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 oper<strong>at</strong>ion of the equipment asrequired by applicable codes though they may not have been specifically detailed inthe technical specific<strong>at</strong>ions unless included in the list of exclusions. All similarstandard components/parts of similar standard equipment provided, shall be interchangeablewith one another.3.0 EQUIPMENT PERFORMANCE GUARANTEE3.1 The performance tests of the equipment under the scope of the contract aredetailed in the technical specific<strong>at</strong>ions. These guarantees shall supplement thegeneral performance guarantee provisions covered under general terms &conditions of contract in clause entitled "Guarantee".3.2 Liquid<strong>at</strong>ed damages for not meeting performance guarantee during theperformance and guarantee tests shall be assessed and recovered from thecontractor, as detailed in the technical specific<strong>at</strong>ions. Such liquid<strong>at</strong>eddamages shall be without any limit<strong>at</strong>ion wh<strong>at</strong>soever and shall be in addition todamages, if any payable under any other clauses of conditions of contract.311410168 IV (C) - 1 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions4.0 ENGINEERING DATA<strong>CMPDI</strong>4.1 The furnishing of engineering d<strong>at</strong>a by the contractor shall be in accordancewith the schedule for each set of equipment as specified in the technicalspecific<strong>at</strong>ions. The review of these d<strong>at</strong>a by the engineer shall cover onlygeneral conformance of the d<strong>at</strong>a to the specific<strong>at</strong>ions and <strong>document</strong>s,interfaces with the equipment provided under the specific<strong>at</strong>ions, externalconnections and of the dimensions which might affect plant layout. This reviewby the engineer may not indic<strong>at</strong>e a thorough review of all dimensions,quantities and details of the equipment, m<strong>at</strong>erials, any devices or itemsindic<strong>at</strong>ed or the accuracy of the inform<strong>at</strong>ion submitted. This review and/orapproval by the engineer shall not be construed by the contractor, as limitingany of his responsibilities and liabilities for mistakes and devi<strong>at</strong>ions from therequirements, specified under these specific<strong>at</strong>ions and <strong>document</strong>s.4.2 All engineering d<strong>at</strong>a submitted by the contractor after final process includingreview and approval by the engineer shall form part of the contract <strong>document</strong>sand the entire works covered under these specific<strong>at</strong>ions shall be performed instrict conformity, unless otherwise expressly requested by the engineer inwriting.5.0 DRAWING5.1 All drawings submitted by the contractor, if any, including those submitted <strong>at</strong>the time of bid shall be sufficiently detailed to indic<strong>at</strong>e the type, size,arrangement, weight of each component, break-up for packing and shipment,the external-connections, fixing arrangements required, the dimensionsrequired for install<strong>at</strong>ion and inter-connections with other equipment andm<strong>at</strong>erials, clearances and spaces required between various portions ofequipment and any other inform<strong>at</strong>ion specifically requested in thespecific<strong>at</strong>ions.5.2 Each drawing submitted by the contractor shall be clearly marked with thename of the owner, the unit design<strong>at</strong>ion, the specific<strong>at</strong>ions title, thespecific<strong>at</strong>ion number and the name of the project. If standard c<strong>at</strong>alogue pagesare submitted the applicable items shall be indic<strong>at</strong>ed therein. All titles, noting,311410168 IV (C) - 2 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions<strong>CMPDI</strong>markings and writings on the drawing shall be in English. All the dimensionsshould be in metric units.5.3 The owner may use a 35 mm microfilm system in processing drawing. Alldrawings shall be suitable for microfilming. Drawings which are not suitable formicrofilming shall not be accepted. A copy of each drawings reviewed shall bereturned to the contractor as stipul<strong>at</strong>ed herein. The owner may also acceptand use floppies/ disks for computer based drawings.5.3.1 Copies of drawings returned to the contractor shall be in the form of a printwith the owner's marking, or a print made from a microfilm of the marked updrawing or in the form of aperture cards if the contractor has facilities toprocess such cards or print made from floppies for computer based drawings..5.4 The drawings submitted by the contractor shall be reviewed by the engineeras far as practicable within four (4) weeks and shall be modified by thecontractor if any modific<strong>at</strong>ions and/or corrections are required by the engineer.The contractor shall incorpor<strong>at</strong>e such modific<strong>at</strong>ions and/or corrections andsubmit the final drawings for approval. Any delay arising out of failure by thecontractor to rectify the drawings in good time shall not alter the contractcompletion d<strong>at</strong>e.5.5 Approval by the Nodal Officer or his Nominee: the Contractor shall submitspecific<strong>at</strong>ions and drawings showing the proposed Temporary Works to theNodal Officer/ Engineer-in-charge or his Nominee, who is to approve them ifthey comply with the specific<strong>at</strong>ions and drawings. The Contractor shall beresponsible for design of Temporary Works.The Nodal Officer/Engineer-in-charge or nominee’s approval shall not alter thecontractor’s responsibility for design of the Temporary Works.5.6. The drawings sent for approval to the engineer shall be in quintuplic<strong>at</strong>e. Oneprint of such drawings shall be returned to the contractor by the engineermarked approved/approved with corrections. The contractor shall thereuponfurnish the owner with nine prints and one reproducible original of thedrawings after incorpor<strong>at</strong>ing all corrections.311410168 IV (C) - 3 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions<strong>CMPDI</strong>5.7 Further work by the contractor shall be in strict accordance with thesedrawings and no devi<strong>at</strong>ion shall be permitted without the written approval ofthe engineer, if so required.5.8 All manufacturing and fabric<strong>at</strong>ion work in connection with the equipment priorto the approval of the drawings shall be <strong>at</strong> the contractor's risk. The contractormay make any changes in the design which are necessary to make theequipment conform, to the provisions and intent of the contract and suchchanges shall again be subject to approval by the engineer. Approval ofcontractor's drawings or work by the engineer shall not relieve the contractorof any of his responsibilities and liabilities under the contract.5.9 Drawings shall include all install<strong>at</strong>ion and detailed piping drawings whereverapplicable. All piping 100 mm and larger shall be routed in detail and smallerpipe shall be shown schem<strong>at</strong>ically or by isometric drawings. All drawings shallbe fully corrected to agree with actual as built construction.5.10 Oper<strong>at</strong>ing and Maintenance Manual: If “as built” drawings and/or oper<strong>at</strong>ingand Maintenance Manuals are required the contract shall supply them by thed<strong>at</strong>es st<strong>at</strong>ed in the contractor d<strong>at</strong>a.If the Contractor does not supply the drawings and/or Manuals by the d<strong>at</strong>esst<strong>at</strong>ed in the contract d<strong>at</strong>a, or they do not receive the Nodal Officer or his Nominee’sapproval, the Nodal Officer or his Nominee shall withhold the amount st<strong>at</strong>ed in thecontract d<strong>at</strong>a from payments due to the contractor.6.0 INSTRUCTION MANUALS6.1 The contractor shall submit to the engineer, preliminary instruction manuals forall the equipment, covered under the contract within the time agreed uponbetween the owner & the contractor. The final instruction manuals complete inall respects shall be submitted by the contractor thirty (30) days before the firstshipment of the equipment. The instruction manuals shall contain full detailsand drawings of all the equipment furnished, the erection procedures, testingprocedures, oper<strong>at</strong>ion and maintenance procedures of the equipment. Theseinstruction manuals shall be submitted in the form of one (1) reproducibleoriginal and twelve (12) copies.311410168 IV (C) - 4 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions<strong>CMPDI</strong>6.2 If after the commissioning and initial oper<strong>at</strong>ion of the plant, the instructionmanuals require any modific<strong>at</strong>ions/ additions/changes, the same shall beincorpor<strong>at</strong>ed and the upd<strong>at</strong>ed final instruction manuals in the form of one (1)reproducible original and twelve (12) copies shall be submitted by thecontractor to the owner.6.3 The contractor shall furnish to the owner, twelve (12) sets of spare partsc<strong>at</strong>alogue.7.0 FIRST FILL OF CONSUMABLE, OILS AND LUBRICANTSAll the first fill of consumable such as oils, lubricants and essential chemicalsetc., which shall be required to put the equipment covered under the scope of thespecific<strong>at</strong>ions, into successful trial oper<strong>at</strong>ion, shall be furnished by the contractorunless specifically excluded under the exclusions in the specific<strong>at</strong>ions and other<strong>document</strong>s.8.0 MANUFACTURING SCHEDULEThe contractor shall submit to the engineer his manufacture and deliveryschedules for all equipment within thirty (30) days from the d<strong>at</strong>e of the letter ofacceptance of <strong>tender</strong>. Such schedules shall be in line with the detailed net-work forall phases of the work of the contractor. Such schedules shall be reviewed, up-d<strong>at</strong>edand submitted to the engineer, once every two (2) months thereafter, by thecontractor. Schedule shall also include the m<strong>at</strong>erials and equipment purchased fromoutside suppliers.9.0 REFERENCE STANDARDS9.1 The codes and/or standards referred to in these specific<strong>at</strong>ions shall govern, inall cases wherever such references are made. In case of a conflict betweensuch codes and/or standards and the specific<strong>at</strong>ions, the l<strong>at</strong>er shall govern.Such codes and/or standards referred to shall mean the l<strong>at</strong>est revisions,amendments/changes adopted and published by the relevant agencies. Incase of any further conflict in this m<strong>at</strong>ter, the same shall be referred to theengineer whose decision shall be final and binding.311410168 IV (C) - 5 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions<strong>CMPDI</strong>9.2 Other intern<strong>at</strong>ionally acceptable standards which ensure equal or higherperformance than those specified shall also be accepted.10.0 DESIGN IMPROVEMENT10.1 The engineer or the contractor may propose changes in the specific<strong>at</strong>ion ofthe equipment or quality thereof and if the parties agree upon any suchchanges the specific<strong>at</strong>ion shall be modified accordingly.10.2 If any such agreed upon change is such th<strong>at</strong> it affects the price and scheduleof completion, the parties shall agree in writing as to the extent of any changein the price and/or schedule of completion before the contractor proceeds withthe change. Following such agreement the provision thereof, shall be deemedto have been amended accordingly.11.0 QUALITY ASSURANCE11.1 Quality Assurance ProgrammeTo ensure th<strong>at</strong> the equipment and services under the scope of this contractwhether manufactured or performed within the contractor's works or <strong>at</strong> hissub-contractor's premises or <strong>at</strong> the owner's site or <strong>at</strong> any other place of workare in accordance with the specific<strong>at</strong>ions, the contractor shall adopt suitablequality assurance programme to control such activities <strong>at</strong> all points necessary.Such programme shall be outlined by the contractor and shall be finallyaccepted by the engineer after discussions before the issue of letter ofacceptance of <strong>tender</strong>. A quality assurance programme of the contractor shallgenerally cover the following :a) his organiz<strong>at</strong>ion structure for the management and implement<strong>at</strong>ion of theproposed quality assurance programme.b) <strong>document</strong><strong>at</strong>ion control system.c) qualific<strong>at</strong>ion d<strong>at</strong>a for bidder's key personnel.d) the procedure for purchase of m<strong>at</strong>erials, parts, components and selection ofsub-contractor's services including vendor analysis, source inspection,incoming raw-m<strong>at</strong>erial inspection, verific<strong>at</strong>ion of m<strong>at</strong>erials purchased etc.311410168 IV (C) - 6 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions311410168 IV (C) - 7 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e<strong>CMPDI</strong>e) system for shop manufacturing and site erection control including processcontrol and fabric<strong>at</strong>ion and assembly controls.f) control of non-conforming items and system for corrective actions.g) inspection and test procedure both for manufacture and field activities.h) control of calibr<strong>at</strong>ion and testing of measuring and testing equipment.i) system for indic<strong>at</strong>ion and appraisal of inspection st<strong>at</strong>us.j) system for quality audits.k) system for authorizing release of manufactured product to the owner.l) system for maintenance of records.m) system for handling, storage and delivery andn) a quality plan detailing out the specific quality control procedure adopted forcontrolling the quality characteristics relevant to each item of equipmentfurnished and each work <strong>at</strong> different stages executed <strong>at</strong> work site.11.2 Quality Assurance DocumentsThe contractor shall be required to submit the following Quality AssuranceDocuments within three weeks after desp<strong>at</strong>ch of the equipment :i) all non-destructive examin<strong>at</strong>ion procedures, stress relief and weld repairii)procedure actually used during fabric<strong>at</strong>ion.welder and welding oper<strong>at</strong>or qualific<strong>at</strong>ion certific<strong>at</strong>es.iii) welder identific<strong>at</strong>ion list, listing welder's and welding oper<strong>at</strong>or'squalific<strong>at</strong>ion, procedure and welding identific<strong>at</strong>ion symbols.iv) m<strong>at</strong>erial mill test reports on components as specified by the specific<strong>at</strong>ion.v) the inspection plan with verific<strong>at</strong>ion, inspection plan check points,verific<strong>at</strong>ion sketches, if used, and methods used to verify th<strong>at</strong> theinspection and testing points in the inspection plan were performeds<strong>at</strong>isfactorily.vi) sketches and drawings used for indic<strong>at</strong>ing the method of traceability of theradiographs to the loc<strong>at</strong>ion on the equipment.vii) all non-destructive examin<strong>at</strong>ion result reports including radiographyinterpret<strong>at</strong>ion reports.viii) stress relief time temper<strong>at</strong>ure charts.ix) factory test results for testing required as per applicable codes andstandard referred in the specific<strong>at</strong>ions.


General Technical Conditions<strong>CMPDI</strong>x) the engineer or his duly authorised represent<strong>at</strong>ive reserves the right tocarry out quality audit and quality surveillance of the systems andprocedures of the contractor/ his vendor's quality management andcontrol activities.12.0 ENGINEER'S SUPERVISION12.1 To elimin<strong>at</strong>e delays and avoid disputes and litig<strong>at</strong>ion it is agreed between theparties to the contract th<strong>at</strong> all m<strong>at</strong>ters and questions shall be referred to theengineer and his decision shall be final.12.2 The work shall be performed under the direction and supervision of theengineer. The scope of the duties of the engineer, pursuant to the contract,shall include but not be limited to the following:a) interpret<strong>at</strong>ion of all the terms and conditions of these <strong>document</strong>s andspecific<strong>at</strong>ion.b) review and interpret<strong>at</strong>ion of all the contractor's drawings, engineering d<strong>at</strong>aetc.c) witness or authorize his represent<strong>at</strong>ive to witness tests and trials either <strong>at</strong>the manufacturer's works or <strong>at</strong> site, or <strong>at</strong> any place where work isperformed under the contract.d) inspect, accept or reject any equipment, m<strong>at</strong>erial and work under thecontract.e) issue certific<strong>at</strong>e of acceptance and/or progressive payment and finalpayment certific<strong>at</strong>es.f) review and suggest modific<strong>at</strong>ions and improvements in completionschedules from time to time.g) supervise the quality assurance programme implement<strong>at</strong>ion <strong>at</strong> all stages ofthe works.h) to receive and endorse the desp<strong>at</strong>ch <strong>document</strong>s enabling the contractor toclear the consignments.311410168 IV (C) - 8 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions<strong>CMPDI</strong>13.0 INSPECTION, TESTING AND INSPECTION CERTIFICATE13.1 The engineer or his duly authorised represent<strong>at</strong>ive and/or outside inspectionagency acting on behalf of the owner shall have <strong>at</strong> all reasonable times accessto the contractor's premises or works and shall have the power <strong>at</strong> allreasonable times to inspect and examine the m<strong>at</strong>erials and workmanship ofthe works during its manufacture or erection and if part of the works is beingmanufactured or assembled <strong>at</strong> other premises or works, the contractor shallobtain for the engineer and for his duly authorised represent<strong>at</strong>ive permissionto inspect as if the works were manufactured or assembled on the contractor'sown premises or works.13.2 The contractor shall give the Engineer/Inspector fifteen (15) days writtennotice of any m<strong>at</strong>erial being ready for testing. Such tests shall be to thecontractor's account except for the expenses of the Inspector. TheEngineer/Inspector, unless witnessing of the tests is virtually waived, shall<strong>at</strong>tend such tests within fifteen (15) days of the d<strong>at</strong>e on which the equipment isnotified as being ready for test/inspection, failing which the contractor mayproceed with the test which shall be deemed to have been made in theInspector's presence and he shall forthwith forward to the Inspector dulycertified copies of tests in triplic<strong>at</strong>e.13.3 The Engineer or Inspector shall within fifteen (15) days from the d<strong>at</strong>e ofinspection as defined herein give notice in writing to the contractor, of anyobjection to any drawings and all or any equipment and workmanship which inhis opinion is not in accordance with the contract. The contractor shall givedue consider<strong>at</strong>ion to such objections and shall either make the modific<strong>at</strong>ionsth<strong>at</strong> may be necessary to meet the said objections or shall confirm in writing tothe Engineer/Inspector giving reasons therein, th<strong>at</strong> no modific<strong>at</strong>ions arenecessary to comply with the contract.13.4 When the factory tests have been completed <strong>at</strong> the contractor's or subcontractor'sworks, the Engineer/Inspector shall issue a certific<strong>at</strong>e to this effectwithin fifteen (15) days after completion of tests but if the tests are notwitnessed by the Engineer/Inspector, the certific<strong>at</strong>e shall be issued within311410168 IV (C) - 9 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions<strong>CMPDI</strong>fifteen (15) days of the receipt of the contractor's test certific<strong>at</strong>e by theEngineer/Inspector. Failure of the Engineer/Inspector to issue such acertific<strong>at</strong>e shall not prevent the contractor from proceeding with the works. Thecompletion of these tests or the issue of the certific<strong>at</strong>e shall not bind the ownerto accept the equipment should it, on further tests after erection, be found notto comply with the contract.13.5 In all cases where the contract provides for tests whether <strong>at</strong> the premises orworks of the contractor or of any sub-contractor, the contractor, except whereotherwise specified, shall provide free of charge such items as labour,m<strong>at</strong>erials, electricity, fuel, w<strong>at</strong>er, stores, appar<strong>at</strong>us and instruments as may bereasonably demanded by the Engineer/ Inspector or his authorisedrepresent<strong>at</strong>ive to carry out effectively such tests of the equipment inaccordance with the contract and shall given facilities to the Engineer/Inspector or to his authorised represent<strong>at</strong>ive to accomplish testing.13.6 The inspection by Engineer and issue of Inspection Certific<strong>at</strong>e thereon shall inno way limit the liabilities and responsibilities of the contractor in respect of theagreed quality assurance programme forming a part of the contract.14.0 TEST14.1 Start Up14.1.1 On completion of erection of the equipment and before start-up, each item ofthe equipment shall be thoroughly cleaned and then inspected jointly by theEngineer and the contractor for correctness and completeness of install<strong>at</strong>ionand acceptability of start-up, leading to initial pre-commissioning tests <strong>at</strong> site.The list of pre-commissioning tests to be performed shall be as mutuallyagreed and included in the contractor's quality assurance programme.14.1.2 The contractor's commissioning/start-up engineers specifically identified as faras possible shall be responsible for carrying out all the pre-commissioningtests. On completion of inspection, checking and after the pre-commissioningtests are s<strong>at</strong>isfactorily over, the complete equipment shall be placed on initialoper<strong>at</strong>ion during which period the complete equipment shall be oper<strong>at</strong>ed311410168 IV (C) - 10 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions<strong>CMPDI</strong>integral with sub-systems and supporting equipment as a complete plantreferred hereinafter as plant.14.2 Trial Oper<strong>at</strong>ion14.2.1 The plant shall then be on trial oper<strong>at</strong>ion during which period all necessaryadjustments shall be made while oper<strong>at</strong>ing over the full load-range enablingthe plant to be made ready for performance and guarantee tests.14.2.2 The dur<strong>at</strong>ion of trial oper<strong>at</strong>ion of the complete equipment shall be fourteen(14) days out of which <strong>at</strong> least seventy-two (72) hours shall be continuousoper<strong>at</strong>ion on full load or any other dur<strong>at</strong>ion as may be agreed to, between theengineer and the contractor. The trial oper<strong>at</strong>ion shall be consideredsuccessful, provided th<strong>at</strong> each item of the equipment can oper<strong>at</strong>e continuously<strong>at</strong> the specified oper<strong>at</strong>ing characteristics, for the period of trial oper<strong>at</strong>ion.14.2.3 For the period of trial oper<strong>at</strong>ion, the time of oper<strong>at</strong>ion with any load shall becounted. Minor interruptions not exceeding four (4) hours <strong>at</strong> a time, causedduring the continuous oper<strong>at</strong>ion shall not affect the total dur<strong>at</strong>ion of trialoper<strong>at</strong>ion. However, if in the opinion of the engineer, the interruption is long,the trial oper<strong>at</strong>ion shall be prolonged for the period of interruption.14.2.4 A trial oper<strong>at</strong>ion report comprising of observ<strong>at</strong>ions and recordings of variousparameters to be measured in respect of the above trial oper<strong>at</strong>ion shall beprepared by the contractor. This report, besides recording the details of thevarious observ<strong>at</strong>ions during trial run, shall also include the d<strong>at</strong>es of start andfinish of the trial oper<strong>at</strong>ions and shall be signed by the represent<strong>at</strong>ives of boththe parties. The report shall have sheets, recording all the details ofinterruptions occurred, adjustments made and any minor repairs done duringthe trial oper<strong>at</strong>ion. Based on the observ<strong>at</strong>ions, necessary modific<strong>at</strong>ions/repairs to the plant shall be carried out by the contractor to the full s<strong>at</strong>isfactionof the engineer to enable the l<strong>at</strong>er to accord permission to carry outperformance and guarantee tests on the plant. However, minor defects whichdo not endanger the safe oper<strong>at</strong>ion of the equipment, shall not be consideredas reasons for with holding the aforesaid permission.311410168 IV (C) - 11 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions14.3 Performance and guarantee test<strong>CMPDI</strong>14.3.1 The final test as to the performance and guarantees shall be conducted <strong>at</strong> site,by the owner/ BCCL. Such tests shall be commenced within a period of two (2)months after successful completion of trial oper<strong>at</strong>ions. Any extension of timebeyond the above two (2) months shall be mutually agreed upon.14.3.2 These tests shall be binding on both the parties of the contract to determinecompliance of the equipment with the performance guarantees.14.3.3 The available instrument<strong>at</strong>ion and control equipment shall be used duringsuch tests and the engineer shall calibr<strong>at</strong>e, all such measuring equipment anddevices as far as practicable. However, un-measurable parameters shall betaken into account in a reasonable manner by the engineer, for the equipmentof these tests. The tests shall be conducted <strong>at</strong> the specified load points and asnear the specified cycle condition as practicable. The engineer shall applyproper corrections in calcul<strong>at</strong>ion, to take into account conditions which do notcorrespond to the specified conditions.14.3.4 Any special equipment, tools and tackles required for the successfulcompletion of the performance and guarantee tests shall be provided by thecontractor, free of cost.14.3.5 The guaranteed performance figures of the equipment shall be proved by thecontractor during these performance and guarantee tests. Should the resultsof these tests show any decrease from the guaranteed values, the contractorshall modify the equipment as required to enable it to meet the guarantees. Insuch case, performance and guarantee tests shall be repe<strong>at</strong>ed within onemonth, from the d<strong>at</strong>e the equipment is ready for re-tests and all cost formodific<strong>at</strong>ions including labour, m<strong>at</strong>erials and the cost of additional testing toprove th<strong>at</strong> the equipment meets the guarantees, shall be borne by thecontractor. Dur<strong>at</strong>ion of performance guarantee tests shall be of one month ofwhich 6 (six) days continuous on load oper<strong>at</strong>ion is the minimum requirementand in case it fails, the process of performance guarantee tests shall berepe<strong>at</strong>ed.14.3.6 The specific tests to be conducted on equipment has been brought out in thetechnical specific<strong>at</strong>ions.311410168 IV (C) - 12 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions<strong>CMPDI</strong>14.3.7 Performance and guarantee test shall make allowance for instrument<strong>at</strong>ionerrors as may be decided by the engineer-in-charge.14.4 Test CodesThe provisions outlined in the ASME performance test codes or otherintern<strong>at</strong>ional and Indian approved equivalents shall generally be used as aguide for all the above test procedures unless otherwise specified in thetechnical specific<strong>at</strong>ions.15.0 PACKING15.1 All the equipment shall be suitably protected, co<strong>at</strong>ed, covered or boxed andcr<strong>at</strong>ed to prevent damage or deterior<strong>at</strong>ion during transit, handling and storage<strong>at</strong> site till the time of erection. While packing all the m<strong>at</strong>erials, the limit<strong>at</strong>ionfrom the point of view of availability of railway wagon sizes in India should betaken into account. The contractor shall be responsible for any loss or damageduring transport<strong>at</strong>ion, handling and storage due to improper packing.15.2 The contractor shall submit a copy of the list of packing originally issued byequipment manufacturer for both indigenous/ imported items for inspection <strong>at</strong>site.16.0 PROTECTIONAll co<strong>at</strong>ed surfaces shall be protected against abrasions, impact, discolor<strong>at</strong>ionand any other damages. All exposed threaded portions shall be suitable protectedwith either a metallic or a non-metallic protecting device. All ends of all valves andpiping and conduit equipment connections shall be properly sealed with suitabledevices to protect them from damage. The parts which are likely to get rusted, due toexposure to we<strong>at</strong>her, should also be properly tre<strong>at</strong>ed and protected in a suitablemanner.17.0 PRESERVATIVE SHOP COATING17.1 All exposed metallic surfaces subject to corrosion shall be protected by shopapplic<strong>at</strong>ion of suitable co<strong>at</strong>ings. All surfaces which shall not be easilyaccessible after the shop assembly, shall before hand be tre<strong>at</strong>ed andprotected for the life of the equipment. All surfaces shall be thoroughly cleaned311410168 IV (C) - 13 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions<strong>CMPDI</strong>of all mill scale, oxide and other co<strong>at</strong>ings and prepared in the shop. Thesurfaces th<strong>at</strong> are to be finish painted after install<strong>at</strong>ion or require corrosionprotection until install<strong>at</strong>ion, shall be shop painted with <strong>at</strong> least two co<strong>at</strong>s ofprimer. Transformers and other electrical equipment, if included shall be shopfinished with one or more co<strong>at</strong>s of primer and two co<strong>at</strong>s of high graderesistance enamel. The finished colours shall be as per manufacturer'sstandards, to be selected and specified by the engineering <strong>at</strong> a l<strong>at</strong>er d<strong>at</strong>e.17.2 Shop primer for all steel surfaces which shall be exposed to oper<strong>at</strong>ingtemper<strong>at</strong>ure below 95 0 C shall be selected by the contractor, after obtainingspecific approval of the engineer regarding the quality of primer proposed tobe applied. Special high temper<strong>at</strong>ure primer shall be used on surfacesexposed to temper<strong>at</strong>ures higher than 95 0 C and such primers shall also besubject to the approval of the engineer.17.3 All other steel surfaces which are not to be painted shall be co<strong>at</strong>ed withsuitable dust preventive compound subject to the approval of the engineer.18.0 PROTECTIVE GUARDSSuitable guards shall be provided for protection of personnel on all exposedrot<strong>at</strong>ing and/or moving machine parts. All such guards with necessary spares andaccessories shall be designed for easy install<strong>at</strong>ion and removal for maintenancepurposes.19.0 DESIGN CO-ORDINATIONThe contractor shall be responsible for the selection and design of appropri<strong>at</strong>eequipment to provide the best coordin<strong>at</strong>ed performance of the entire system. Thebasic design requirements are detailed out in Technical Specific<strong>at</strong>ions. The design ofvarious components, sub-assemblies and assemblies shall be so done, so th<strong>at</strong> itfacilit<strong>at</strong>es easy field assembly and maintenance. All the rot<strong>at</strong>ing components shall beso selected th<strong>at</strong> the n<strong>at</strong>ural frequency of the complete unit is not critical <strong>at</strong> or close tothe oper<strong>at</strong>ing range of the unit.311410168 IV (C) - 14 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions20.0 DESIGN CO-ORDINATION MEETING<strong>CMPDI</strong>The contractor shall be called upon to <strong>at</strong>tend design co-ordin<strong>at</strong>ion meetingswith the engineer, other contractors and the consultants of the owner during theperiod of contract. The contractor shall <strong>at</strong>tend such meetings <strong>at</strong> his own cost <strong>at</strong><strong>CMPDI</strong> (HQ), Kanke Road, Ranchi or <strong>at</strong> mutually agreed venue as and whenrequired and fully co-oper<strong>at</strong>e with such persons and agencies involved during thosediscussions.21.0 TOOLS AND TACKLESThe contractor shall supply with the equipment one complete set of all specialtools and tackles for the erection, assembly, dis-assembly and maintenance of theequipment. However, these tools and tackles shall be separ<strong>at</strong>ely packed and broughton to site.22.0 NOISE LEVELThe equivalent 'A' weighted sound level measured <strong>at</strong> a distance of 1.5 metresabove floor level in elev<strong>at</strong>ion and one metre horizontally from the base of anyequipment furnished and installed under these specific<strong>at</strong>ions, expressed in decibelsto a reference of 0.0002 microbar, shall not exceed 85 dBA.23.0 TAKING OVERUpon successful completion of all the tests to be performed <strong>at</strong> site onequipment furnished and erected by the contractor, the engineer shall issue to thecontractor a taking over certific<strong>at</strong>e as a proof of the final acceptance of theequipment. Such certific<strong>at</strong>e shall not unreasonably be with held nor shall be engineerdelay the issuance thereof, on account of minor omissions or defects which do notaffect the commercial oper<strong>at</strong>ion and/or cause any serious risk to the equipment. Suchcertific<strong>at</strong>e shall not relieve the contractor of any of his oblig<strong>at</strong>ions which otherwisesurvive, by the terms and conditions of the contract after issuance of such certific<strong>at</strong>e.311410168 IV (C) - 15 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions24.0 INDIAN STANDARDS<strong>CMPDI</strong>Normally Indian Standards as published by BUREAU OF INDIANSTANDARDS shall be followed. Wherever relevant Indian Standard is not publishedby the BIS, Intern<strong>at</strong>ional Standards or American Standard or German Standard orBritish Standard, as decided by the Engineer in consult<strong>at</strong>ions with the Consultantsemployed by the Owner, shall be followed.25.0 WELDINGIf the manufacturer has special requirements rel<strong>at</strong>ing to the weldingprocedures for welds <strong>at</strong> the terminals of the equipment to be procured by the ownerunder separ<strong>at</strong>e specific<strong>at</strong>ions, the requirements shall be submitted to the engineer inadvance of commencement of erection work.26.0 LUBRICATIONEquipment shall be lubric<strong>at</strong>ed by systems designed for continuous oper<strong>at</strong>ion.Lubricant level indic<strong>at</strong>ors shall be furnished and marked to indic<strong>at</strong>e proper levelsunder both stand-still and oper<strong>at</strong>ing conditions.27.0 EQUIPMENT BASESA cast iron or welded steel base pl<strong>at</strong>e shall be provided for all rot<strong>at</strong>ingequipment which is to be installed on a concrete/structural steel base unlessotherwise agreed to by the engineer. Each base pl<strong>at</strong>e shall support the unit and itsdrive assembly, shall be of a ne<strong>at</strong> design with pads for anchoring the units, shall havea raised lip all around, and shall have threaded drain connections.28.0 RATING PLATES, NAME PLATES AND LABELS28.1 Each main and auxiliary items of plant is to have permanently <strong>at</strong>tached to it ina conspicuous position a r<strong>at</strong>ing pl<strong>at</strong>e of non corrosive m<strong>at</strong>erial upon which isto be engraved the manufacturer's name, equipment, type or serial number,together with details of the loading conditions under which the item of plant inquestion have been designed to oper<strong>at</strong>e, and such diagram pl<strong>at</strong>es as may berequired by the engineer.311410168 IV (C) - 16 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


General Technical Conditions<strong>CMPDI</strong>28.2 Each item of plant is to be provided with a namepl<strong>at</strong>e or label design<strong>at</strong>ing theservice of the particular equipment. The inscriptions are to be approved by theengineer or shall be as detailed in the appropri<strong>at</strong>e sections of the technicalspecific<strong>at</strong>ions.28.3 Such namepl<strong>at</strong>es or labels are to be of white non-hygroscopic m<strong>at</strong>erial withengraved black lettering or, altern<strong>at</strong>ively, in the case of indoor circuit breakers,starters etc. of transparent plastic m<strong>at</strong>erial with suitably coloured letteringengraved on the back.28.4 Items of plant such as valves, which are subject to handling, are to beprovided with an engraved chromium pl<strong>at</strong>ed namepl<strong>at</strong>e or label with engravingfilled with enamel.28.5 All such name pl<strong>at</strong>es, instruction pl<strong>at</strong>es, lubric<strong>at</strong>ion charts etc. shall bebilingual with Hindi inscription first, followed by English. Altern<strong>at</strong>ively twosepar<strong>at</strong>e pl<strong>at</strong>es one with Hindi and the other with English inscriptions may beprovided.29.0 COLOUR CODE FOR PIPE SERVICESAll pipe services wherever applicable are to be painted in accordance with theowner's standard colour scheme, by the contractor.30.0 SERVICE BY THE OWNER30.1 The following services shall be provided by the owner :i) Construction/ drinking w<strong>at</strong>er <strong>at</strong> one point within 100 metres of the worksite, charges to be decided by the company.ii)Auxiliary power for construction <strong>at</strong> one point within 100 metres of thework site, charges to be decided by the company.30.2 In the event of the contractor requiring these services <strong>at</strong> parameters other thanthose specified above, for any systems, equipment, instrument etc. he shallmake the necessary arrangements himself.311410168 IV (C) - 17 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – IV (D)Erection Conditions of Contract


Erection Conditions of Contract<strong>CMPDI</strong>SECTION – IV (D)ERECTION CONDITIONS OF CONTRACT1.0 GENERAL1.1. The following shall supplement the conditions already contained in the otherparts of these specific<strong>at</strong>ions and <strong>document</strong>s and shall govern th<strong>at</strong> portion ofthe work of this contract to be performed <strong>at</strong> site.1.2. The contractor upon signing of the contract shall, in addition to a projectcoordin<strong>at</strong>or, nomin<strong>at</strong>e another responsible officer as his represent<strong>at</strong>ive <strong>at</strong> sitesuitably design<strong>at</strong>ed for the purpose of overall responsibility and co-ordin<strong>at</strong>ionof the works to be performed <strong>at</strong> site. Such person shall function from the siteoffice of the contractor during the pendency of contract.2.0 REGULATION OF LOCAL AUTHORITIES AND STATUTES2.1. The contractor shall comply with all the rules and regul<strong>at</strong>ions of localauthorities during the performance of his field activities. He shall also complywith the minimum wages act, 1948 and the payment of wages act (both of theGovernment of India and the local St<strong>at</strong>e Government) and the rules madethere under in respect of any employee or workman employed or engaged byhim or his sub-contractor. The contractor shall make all necessary paymentsof the Provident Fund for the workmen employed by him for the work as perthe laws prevailing under provisions of CMPF and Allied Schemes and CMPFand Miscellaneous Provisions Act 1948 or Employees Provident Fund andMiscellaneous Provisions Act 1952 as the case may be. The contractor shallcomply with all the provisions of the Contract Labour (Regul<strong>at</strong>ion andAbolition) Act , 1970 and Rules made there under, if applicable.2.2. All registr<strong>at</strong>ion and st<strong>at</strong>utory inspection fees, if any, in respect of his workpursuant to this contract shall be to the account of the contractor. However,any registr<strong>at</strong>ion, st<strong>at</strong>utory inspection fees lawfully payable under theprovisions of the rules and regul<strong>at</strong>ions of the Government and any otherst<strong>at</strong>utory laws and its amendments from time to time during erection in311410168 IV (D) - 1 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>respect of the plant equipment ultim<strong>at</strong>ely to be owned by the owner, shall beto the account of the owner. Should any such inspection or registr<strong>at</strong>ion needto be arranged due to the fault of the contractor or his sub-contractor, theadditional fees for such inspection and/or registr<strong>at</strong>ion shall be borne by thecontractor.3.0 OWNER'S LIEN ON EQUIPMENTThe owner shall have lien on all equipment including those of the contractorbrought to the site for the purpose of erection, testing and commissioning of theplant. The owner shall continue to hold the lien on all such equipment throughout theperiod of contract. No m<strong>at</strong>erial brought to the site shall be removed from the site bythe contractor and/or his sub-contractors without the prior written approval of theengineer.4.0 INSPECTION, TESTING AND INSPECTION CERTIFICATESThe provisions of the clause entitled inspection testing and inspectioncertific<strong>at</strong>es under section GTC shall also be applicable to the erection portion of theworks. The engineer shall have the right to re-inspect any equipment thoughpreviously inspected and approved by him, <strong>at</strong> the contractor's works, before and afterthe same are constructed and/or erected <strong>at</strong> site. If by the above inspection, theengineer rejects any work or equipment, the contractor shall make good for suchrejection either by replacement or modific<strong>at</strong>ions/repairs as may be necessary, to thes<strong>at</strong>isfaction of the engineer. Such replacement shall also include the replacement orre-execution of such of those works of other contractors and/or agencies, whichmight have got damaged or affected by the replacements or re-work done to thecontractor's work.5.0 ACCESS TO SITE AND WORKS ON SITE5.1. Suitable access to and possession of the site shall be accorded to thecontractor by the owner in reasonable time.5.2. The works so far as it is carried out on the owner's premises, shall be carriedout <strong>at</strong> such time as the owner may approve and the owner shall give thecontractor reasonable facilities for carrying out the works.311410168 IV (D) - 2 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>5.3. In the execution of the works, no persons other than the contractor or his dulyappointed represent<strong>at</strong>ive, sub-contractor and workmen, shall be allowed to dowork on the site, except by the special permission, in writing of the engineeror his represent<strong>at</strong>ive.6.0 CONTRACTOR'S SITE OFFICE ESTABLISHMENTThe contractor shall establish a site office <strong>at</strong> the site and keep posted anauthorised represent<strong>at</strong>ive for the purpose of the contract. Any written order orinstruction of the engineer or his duly authorised represent<strong>at</strong>ive shall becommunic<strong>at</strong>ed to the said authorised resident representing the contractor and thesame shall be deemed to have been communic<strong>at</strong>ed to the contractor <strong>at</strong> his legaladdress.7.0 COOPERATION WITH OTHER CONTRACTORS7.1. The contractor shall co-oper<strong>at</strong>e with all other contractors or tradesmen of theowner, 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 vicinityof the works under the contract. The contractor shall also so arrange toperform his work as to minimize, to the maximum extent possible,interference with the work of other contractors and his workmen. Any injury ordamage th<strong>at</strong> may be sustained in the employees of the other contractors andthe owner, due to the contractor's work shall promptly be made good <strong>at</strong> hisown expense. The engineer shall determine the resolution of any differenceor conflict th<strong>at</strong> may arise between the contractor and other contractors orbetween the contractor and the workmen of the owner in regard to their work.If the works of the contractor is delayed because of any acts or omissions ofanother contractor, the contractor shall have no claim against the owner onth<strong>at</strong> account other than an extension of time for completing his works.7.2. The engineer shall be notified promptly by the contractor of any defects in theother contractor's works th<strong>at</strong> could affect the contractor's works. The engineershall determine the corrective measures if any, required torectify this situ<strong>at</strong>ionafter inspection of the works and such decisions by the engineer shall bebinding on the contractor.311410168 IV (D) - 3 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>8.0 DISCIPLINE OF WORKMENThe contractor shall adhere to the disciplinary procedure set by the engineerin respect of his employees and workmen <strong>at</strong> site. The engineer shall be <strong>at</strong> liberty toobject to the presence of any represent<strong>at</strong>ive or employees of the contractor <strong>at</strong> thesite, if in the opinion of the engineer such employee has mis-conducted himself or beincompetent or negligent or otherwise undesirable and then the contractor shallremove such a person objected to and provide in his place a competent replacement.9.0 CONTRACTOR'S FIELD OPERATION9.1. The contractor shall keep the engineer informed in advance regarding hisfield activity plans and schedules for carrying out each part of the works. Anyreview of such plan or schedule or method of work by the engineer shall notrelieve the contractor of any of his responsibilities towards the field activities.Such reviews shall also not be considered as an assumption of any risk orliability by the engineer or the owner or any of his represent<strong>at</strong>ives and noclaim of the contractor shall be entertained because of the failure orinefficiency of any such plan or schedule or method of work reviewed. Thecontractor shall be solely responsible for the safety, adequacy and efficiencyof plant and equipment and his erection methods.9.2. The contractor shall have complete responsibility for the conditions of thework site including the safety of all persons employed by him or his subcontractorand all the properties under his custody during the performance ofthe work. This requirement shall apply continuously till the completion of thecontractor and shall not be limited to normal working hours. The constructionreview by the engineer is not intended to include review of contractor's safetymeasures in, on or near the work-site, and their adequacy or otherwise.10.0 PHOTOGRAPHS AND PROGRESS REPORT10.1. The contractor shall furnish three (3) prints each to the engineer of progressphotographs of the work done <strong>at</strong> site. Photographs shall be taken as andwhen indic<strong>at</strong>ed by the engineer or his represent<strong>at</strong>ive. Photographs shall beadequ<strong>at</strong>e in size and number to indic<strong>at</strong>e various stages of erection. Each311410168 IV (D) - 4 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>photograph shall contain the d<strong>at</strong>e, the name of the contractor and the title ofthe photograph.10.2. The above photographs shall accompany the monthly progress reportdetailing out the progress achieved on all erection activities as compared tothe schedules. The report shall also indic<strong>at</strong>e the reasons for the variancebetween the scheduled and actual progress and the action proposed forcorrective measures wherever necessary.11.0 11.0 MAN-POWER REPORT11.1. The contractor shall submit to the engineer, on the first day of every month, aman hour schedule for the month, detailing the man hours scheduled for themonth, skill wise and area-wise.11.2. The contractor shall also submit to the engineer on the first day of everymonth, a man power report of the previous months detailing the number ofpersons scheduled to have been employed and actually employed, skill-wiseand areas of employment of such labour.12.0 PROTECTION WORKThe contractor shall have total responsibility for protecting his works till it isfinally taken over by the engineer. No claim shall be entertained by the owner or theengineer for any damage or loss to the contractor's works and the contractor shall beresponsible for the complete restor<strong>at</strong>ion of the damaged works to its originalcondition to comply with the specific<strong>at</strong>ions and drawings. Should any such damage tothe contractor's works occur because of other party not under his supervision orcontrol, the contractor shall make his claim directly with the party concerned. If disagreementor conflict or dispute develops between the contractor and the other partyor parties concerned regarding the responsibility for damage to the contractor's worksthe same shall be resolved as per the provisions of the clause 7.0 above entitled cooper<strong>at</strong>ionwith other contractors. The contractor shall not cause any delay in therepair of such damaged works because of any delay in the resolution of suchdisputes. The contractor shall proceed to repair the work immedi<strong>at</strong>ely and the causethereof shall be assigned pending resolution of such dispute.311410168 IV (D) - 5 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>13.0 EMPLOYMENT OF LABOUR13.1. The contractor shall be expected to employ on the work only his regular andpermanent skilled employees with experience of his particular work. Nofemale labour shall be employed after darkness no persons below the age ofeighteen years shall be employed.13.2. All traveling expenses including provisions of all necessary transport to andfrom site lodging allowances and other payments to contractor's employeesshall be the sole responsibility of the contractor.13.3. The hour of work on the site shall be decided by the owner and the contractorshall adhere to it. Working hours shall normally be eight (8) hours per day-Monday to S<strong>at</strong>urday.13.4. Contractor's employees shall wear identific<strong>at</strong>ion badges while on work on site.13.5. In case the owner becomes liable to pay any wages or dues to the labour orto any Government agency under any of the provisions of the MinimumWages Act, Workmen compens<strong>at</strong>ion Act, Contract Labour Regul<strong>at</strong>ionAbolition Act, CMPF Act/EPF Act or any other law due to act of omission ofthe contractor, the owner may make such payments and shall recover thesame from the contractor's bills.14.0 FACILITIES TO BE PROVIDED BY THE OWNER14.1. SpaceThe contractor shall advise the owner within thirty (30) days from the d<strong>at</strong>e ofacceptance of the letter of award, about his exact requirement of space forhis office, mess-rooms storage area, pre-assembly and fabric<strong>at</strong>ion areas,labour colony area, toilets, etc. The above requirement shall be reviewed bythe engineer and space shall be allotted to the contractor for construction ofhis temporary structures like office, storage sheds, labour and staff colonyand other utilities etc. for his own as well as his sub-contractor's use.311410168 IV (D) - 6 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>14.2. ElectricityThe contractor shall submit to the engineer within thirty (30) days from thed<strong>at</strong>e of acceptance of the award letter, his electrical power requirements, ifany, to allow the planning of the temporary electrical distribution by theengineer. The contractor shall be provided with supply of electricity for thepurposes of the contract, only <strong>at</strong> one point in the project site. The contractorshall make his own further distribution arrangement. All temporary wiringmust comply with local regul<strong>at</strong>ions and shall be subject to engineer'sinspection and approval before connection to supply. Power supply for labourcolonies shall also be provided <strong>at</strong> one point. The contractor shall be chargedfor the power supplied <strong>at</strong> work site and labour colonies <strong>at</strong> prevalent r<strong>at</strong>e ofpower supplied by St<strong>at</strong>e Electricity Board or any other Organiz<strong>at</strong>ion.14.3. W<strong>at</strong>erSupply of w<strong>at</strong>er shall be made available for the construction purposes <strong>at</strong> anagreed single point within 100 metres of the work site. And further distributionshall be the responsibility of the contractor. The contractor shall be chargedfor the w<strong>at</strong>er supplied <strong>at</strong> work site @ 1% of the value of civil works and shallbe deducted from the contractor's running/final bills.15.0 FACILITIES TO BE PROVIDED BY THE CONTRACTOR15.1. Tools, tackles and scaffoldingsThe contractor shall provide all the construction equipment, tools, tackles andscaffoldings required for pre-assembly, erection, testing and commissioningof the equipment covered under the contract. He shall submit a list of all suchm<strong>at</strong>erials to the engineer before the commencement of pre-assembly <strong>at</strong> site.These tools and tackles shall not be removed from the site without the writtenpermission of the engineer.15.2. 15.2 Communic<strong>at</strong>ionThe owner shall extend the telephone & telex facilities, if available <strong>at</strong> site, forpurposes of contract. The contractor shall be charged <strong>at</strong> actual for suchfacilities.311410168 IV (D) - 7 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>15.3. First – aid15.3.1. The contractor shall provide necessary first-aid facilities for all his employees,represent<strong>at</strong>ives and workmen working <strong>at</strong> the site. Enough number of contractor'spersonnel shall be trained in administering first-aid.15.3.2. The owner shall provide the contractor, in case of an emergency, the servicesof an ambulance for transport<strong>at</strong>ion to the nearest hospital.15.4. Cleanliness15.4.1. The contractor shall be responsible for keeping the entire area allotted to himclean and free from rubbish, debris etc. during the period of contract. Thecontractor shall employ enough number of special personnel to thoroughlyclean his work area <strong>at</strong> least once in a day. All such rubbish and scrap m<strong>at</strong>erialshall be stacked or disposed in a place to be identified by the engineer.M<strong>at</strong>erials and stores shall be so arranged to permit easy cleaning of the areain areas where equipment might drip oil and cause damage to the floorsurface, a suitable protective cover of a flame resistant, oil proof sheet shall beprovided to protect the floor from such damage.15.4.2. Similarly the labour colony, the offices and the residential areas of thecontractor's employees and workmen shall be kept clean and ne<strong>at</strong> to theentire s<strong>at</strong>isfaction of the engineer. Proper sanitary arrangement shall beprovided by the contractor, in the work areas, office and residential areas ofthe contractor.16.0 LINES AND GRADESAll the works shall be performed to the lines, grades and elev<strong>at</strong>ions indic<strong>at</strong>edon the drawings. The contractor shall be responsible to loc<strong>at</strong>e and layout the works.Basic horizontal and vertical control points shall be established and marked by theengineer <strong>at</strong> site <strong>at</strong> suitable points. These points shall be used as d<strong>at</strong>um for the worksunder the contract. The contractor shall inform the engineer well in advance of thetimes and places <strong>at</strong> which he wishes to do work in the area allotted to him, so th<strong>at</strong>suitable d<strong>at</strong>um points may be established and checked by the engineer to enable thecontractor to proceed with his works. Any work done without being properly loc<strong>at</strong>edmay be removed and/or dismantled by the engineer <strong>at</strong> contractor's expense.311410168 IV (D) - 8 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>17.0 FIRE PROTECTION17.1. The work procedures th<strong>at</strong> are to be used during the erection shall be thosewhich minimise fire hazards to the extent practicable. Combustible m<strong>at</strong>erials,combustible waste and rubbish shall be collected and removed from the site<strong>at</strong> least once each day. Fuels, oils and vol<strong>at</strong>ile or flammable m<strong>at</strong>erials shallbe stored away from the construction and equipment and m<strong>at</strong>erials storageareas in safe containers. Untre<strong>at</strong>ed canvas paper, plastic or other flammableflexible m<strong>at</strong>erials shall not <strong>at</strong> all be used <strong>at</strong> site for any other purpose unlessotherwise specified. If any such m<strong>at</strong>erials are received with the equipment <strong>at</strong>the site, the same shall be removed and replaced with acceptable m<strong>at</strong>erialbefore moving into the construction area or storage.17.2. Similarly corrug<strong>at</strong>ed paper fabric<strong>at</strong>ed cartons etc. shall not be permitted in theconstruction area either for storage or for handling of m<strong>at</strong>erials. All suchm<strong>at</strong>erials used shall be w<strong>at</strong>er proof and flame resistant type. All the otherm<strong>at</strong>erials such as working drawings, plants, etc. which are combustible butare essential for the works to be executed shall be protected againstcombustion resulting from welding sparks, cutting flames and other similar firesources.17.3. All the contractor's supervisory personnel and sufficient number of workersshall be trained for fire-fighting and shall be assigned specific fire protectionduties. Enough of such trained personnel must be available <strong>at</strong> the site duringthe entire period of the contract.17.4. The contractor shall provide enough fire protection equipment of the typesand number for the ware-houses, office, temporary structures, labour colonyarea etc. Access to such fire protection equipment, shall be easy and keptopen <strong>at</strong> all times.18.0 SECURITYThe contractor shall have total responsibility for all equipment and m<strong>at</strong>erials inhis custody stored, loose, semi-assembled and/or erected by him <strong>at</strong> site. Thecontractor shall make suitable security arrangements including employment ofsecurity personnel to ensure the protection of all m<strong>at</strong>erials, equipment and works311410168 IV (D) - 9 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>from theft, fire, pilferage and any other damages and loss. All m<strong>at</strong>erials of thecontractor shall enter and leave the project site only with the written permission of theengineer in the prescribed manner.19.0 CONTRACTOR'S AREA LIMITSThe engineer shall mark-out the boundary limits of access roads, parkingspaces, storage and construction areas for the contractor and the contractor shall nottrespass the areas not so marked out for him. The contractor shall be responsible toensure th<strong>at</strong> none of his personnel move out of the areas marked out for hisoper<strong>at</strong>ions. In case of such a need for the contractor's personnel to work out of theareas marked out for him, the same shall be done only with the written permission ofthe engineer.20.0 CONTRACTOR'S CO-OPERATION WITH THE OWNERIn cases where the performance of the erection work by the contractor affectsthe oper<strong>at</strong>ion of the system facilities of the owner, such erection work of thecontractor shall be scheduled to be performed only in the manner stipul<strong>at</strong>ed by theengineer and the same shall be acceptable <strong>at</strong> all times to the contractor. Theengineer may impose such restrictions on the facilities provided to the contractorsuch as electricity, w<strong>at</strong>er, etc. as he may think fit in the interest of the owner and thecontractor shall strictly adhere etc. such restrictions and co-oper<strong>at</strong>e with theengineer. It shall be the responsibility of the contractor to provide all necessarytemporary instrument<strong>at</strong>ion and other measuring devices required during start-up andoper<strong>at</strong>ion of the equipment systems, which are erected by him. The contractor shallalso be responsible for flushing and initial filling of all the oil and lubricants requiredfor the equipment furnished and erected by him, so as to make such equipmentready for oper<strong>at</strong>ion. The contractor shall be responsible for supplying such flushingoil and other lubricants unless otherwise specified elsewhere in these <strong>document</strong>s &specific<strong>at</strong>ions.21.0 PRE-COMMISSIONING TRAILS AND INITIAL OPERATIONSThe pre-commissioning trails and initial oper<strong>at</strong>ions of the equipment furnishedand erected by the contractor shall be the responsibility of the contractor as detailed311410168 IV (D) - 10 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>in relevant clauses in section GTC. The contractor shall provide, in addition, testinstruments, calibr<strong>at</strong>ing devices, etc. and the labour required for the successfulperformance of these trials. It is anticip<strong>at</strong>ed th<strong>at</strong> the above test may prolong for along time, the contractor's workmen required for the above test shall always bepresent <strong>at</strong> site during such trials.22.0 MATERIALS HANDLING AND STORAGE22.1. All the equipment furnished under the contract and arriving <strong>at</strong> site shall bepromptly received, unloaded and transported and stored in the storagespaces by the contractor.22.2. Contractor shall be responsible for examining all the shipment and notify theengineer immedi<strong>at</strong>ely or any damage, shortage, discrepancy, etc. for thepurpose of engineer's inform<strong>at</strong>ion only. The contractor shall submit to theengineer every week a report detailing all the receipts during the week.However, the contractor shall be solely responsible for any shortages ordamage in transit, handling and/or in storage and erection of the equipment <strong>at</strong>the site. Any demurrage, wharfage and other such charges claimed by thetransporters, railways etc. shall be to the account of the contractor.22.3. The contractor shall maintain an accur<strong>at</strong>e and exhaustive record detailing outthe list of all equipment received by him for the purpose of erection and keepsuch record open for the inspection of the engineer <strong>at</strong> any time.22.4. All equipment shall be handled very carefully to prevent any damage or loss.No bare wire ropes, slings, etc. shall be used for unloading and/or handling ofthe equipment without the specific written permission of the engineer. Theequipment stored shall be properly protected to prevent damage either to theequipment or to the floor where they are stored. The equipment from the storeshall be moved to the actual loc<strong>at</strong>ion <strong>at</strong> the appropri<strong>at</strong>e time so as to avoiddamage of such equipment <strong>at</strong> site.22.5. All electrical panels, control gear, motors and such other devices shall beproperly dried by he<strong>at</strong>ing before they are installed and energized. Motorbearings, slip rings, commut<strong>at</strong>ors and other exposed parts shall be protectedagainst moisture ingress and corrosion during storage and periodically311410168 IV (D) - 11 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>inspected. Heavy rot<strong>at</strong>ing parts in assembled conditions shall be periodicallyrot<strong>at</strong>ed to prevent corrosion due to prolonged storage.22.6. All the electrical equipment such as motors, gener<strong>at</strong>ors, etc. shall be testedfor insul<strong>at</strong>ion resistance <strong>at</strong> least once in three months from the d<strong>at</strong>e of receipttill the d<strong>at</strong>e of commissioning and a record of such measured insul<strong>at</strong>ionvalues maintained by the contractor. Such records shall be open forinspection by the engineer.22.7. The contractor shall ensure th<strong>at</strong> all the packing m<strong>at</strong>erials and protectiondevices used for the various equipment during transit and storage areremoved before the equipment are installed.22.8. The consumable and other supplies likely to deterior<strong>at</strong>e due to storage mustbe thoroughly protected and stored in a suitable manner to prevent damageor deterior<strong>at</strong>ion in quality by storage.22.9. All the m<strong>at</strong>erials stored in the open or duty loc<strong>at</strong>ion must be covered withsuitable we<strong>at</strong>her-proof and flameproof covering m<strong>at</strong>erials whereverapplicable.22.10. If the m<strong>at</strong>erials belonging to the contractor are stored in areas other thanthose earmarked for him, the engineer shall have the right to get it moved tothe area earmarked for the contractor <strong>at</strong> the contractor's cost.22.11. The contractor 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, gener<strong>at</strong>ors, exciters andconsumable like electrodes, lubricants etc. shall be stored in the closedstorage space. The engineer, in addition, may direct the contractor to movecertain other m<strong>at</strong>erials which in his opinion shall require indoor storage, toindoor storage areas which the contractor shall strictly comply with.23.0 23.0 CONSTRUCTION MANAGEMENT23.1. The field activities of the contractors working <strong>at</strong> site, shall be co-ordin<strong>at</strong>ed bythe engineer and the engineer's decision shall be final in resolving anydisputes or conflicts between the contractor and other contractors andtradesmen of the owner regarding scheduling and co-ordin<strong>at</strong>ion of work. Such311410168 IV (D) - 12 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>decision by the engineer shall not be a cause for extra compens<strong>at</strong>ion orextension of time for the contractor.23.2. The engineer shall hold weekly meetings of all the contractors working <strong>at</strong> site,<strong>at</strong> a time and a place to be design<strong>at</strong>ed by the engineer. The contractor shall<strong>at</strong>tend such meetings and take notes of discussions during the meeting andthe decisions of the engineer and shall strictly adhere to those decisions inperforming his works. In addition to the above weekly meetings, the engineermay call for other meetings either with individual contractors or with selectednumber of contractors and in such a case the contractor, if called shall also<strong>at</strong>tend such meetings.23.3. Time is the essence of the contract and the contractor shall be responsible forperformance this works in accordance with the specified constructionschedule. If <strong>at</strong> any time, the contractor is falling behind the schedule, he shalltake necessary action to make good for such delays by increasing his workforce or by working overtime or otherwise acceler<strong>at</strong>e the progress of the workto comply with the schedule and shall communic<strong>at</strong>e such actions in writing tothe engineer, s<strong>at</strong>isfying th<strong>at</strong> his action shall compens<strong>at</strong>e for the delay. Thecontractor shall not be allowed any extra compens<strong>at</strong>ion for such action.23.4. The engineer shall however not be responsible for provision of additionallabour and/or m<strong>at</strong>erials or supply or any other services to the contractorexcept for the co-ordin<strong>at</strong>ion work between various contractors as set outearlier.24.0 FIELD OFFICE RECORDSThe contractor shall maintain <strong>at</strong> his site office up-to-d<strong>at</strong>e copies of alldrawings, specific<strong>at</strong>ions and other contract <strong>document</strong>s and any other supplementaryd<strong>at</strong>a complete with all the l<strong>at</strong>est revisions thereto. The contractor shall also maintainin addition the continuous record of all changes to the above contract <strong>document</strong>s,drawings, specific<strong>at</strong>ions, supplementary d<strong>at</strong>a, etc. effected <strong>at</strong> the field and oncompletion of his total assignment under the contract shall incorpor<strong>at</strong>e all suchchanges on the drawings and other engineering d<strong>at</strong>a to indic<strong>at</strong>e as installed conditionof the equipment furnished and erected under the contract. Such drawings and311410168 IV (D) - 13 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>engineering d<strong>at</strong>a shall be submitted to the engineer in required number of copies.Daily work programme with progress of the previous day and deployment of labourrel<strong>at</strong>ed to work programme and <strong>at</strong>tendance of workmen deployed during the previousday shall be maintained in a register. This register shall be signed by authorisedrepresent<strong>at</strong>ive of the contractor which shall then be checked and signed by theowner's represent<strong>at</strong>ive. Every three months this register shall be deposited to theowner which shall then be owners property.25.0 CONTRACTOR'S MATERIALS BROUGHT ON TO SITE25.1. The contractor shall bring to site all equipment, parts, m<strong>at</strong>erials, includingconstruction equipment, tools and tackles for the purpose of the works withintim<strong>at</strong>ion to the engineer. All such goods shall, from the time of their beingbrought vest in the owner, but may be used for the purpose of the works onlyand shall not on any account be removed or taken away by the contractorwithout the written permission of the engineer. The contractor shallnevertheless be solely liable and responsible for any loss or destructionthereof and damage thereto.25.2. The owner shall have a lien on such goods for any sum or sums which may <strong>at</strong>any time be due or owing to him by the contractor, 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 <strong>at</strong> liberty to sell and dispose of any suchgoods, in such manner as he shall think fit including public auction or priv<strong>at</strong>etre<strong>at</strong>y and to apply the proceeds in or towards the s<strong>at</strong>isfaction of such sum orsums due as aforesaid.25.3. After the completion of the works, the contractor shall remove from the siteunder the direction of the engineer the m<strong>at</strong>erials such as constructionequipment, erection tools and tackles, scaffolding etc. with the writtenpermission of the engineer. If the contractor fails to remove such m<strong>at</strong>erials,within 15 days of issue of a notice by the engineer to do so then the engineershall have the liberty to dispose of such m<strong>at</strong>erials as detailed under clause25.2 above and credit the proceeds thereto the account of the contractor.26.0 PROTECTION OF PROPERTY AND CONTRACTOR'S LIABILITY311410168 IV (D) - 14 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>26.1. The contractor shall be responsible for any damage resulting from hisoper<strong>at</strong>ions. He shall also be responsible for protection of all persons includingmembers of public and employees of the owner and the employees of othercontractors and sub-contractors and all public and priv<strong>at</strong>e property includingstructures, buildings, other plants and equipment and utilities either above orbelow the ground.26.2. The contractor shall ensure provision of necessary safety equipment such asbarriers, sign-boards, warning lights and alarms, etc. to provide adequ<strong>at</strong>eprotection to persons and property. The contractor shall be responsible togive reasonable notice to the engineer and the owners of public or priv<strong>at</strong>eproperty and utilities when such property and utilities are likely to getdamaged or injured during the performance of his works and shall make allnecessary arrangements with such owners, rel<strong>at</strong>ed to removal and/orreplacement or protection of such property and utilities.27.0 PAINTINGAll exposed metal parts of the equipment including pipings, structure railingetc. wherever applicable, after install<strong>at</strong>ion unless otherwise surface protected, shallbe first painted with <strong>at</strong> least one co<strong>at</strong> of suitable primer which m<strong>at</strong>ches the shopprimer paint used, after thoroughly cleaning all such parts of all dirt, rust, scales,greases, oils and other foreign m<strong>at</strong>erials by wire brushing, scarping or sand blasting,and the same being inspected and approved by the engineer for painting. Afterwards,the above parts shall be finished with two co<strong>at</strong>s 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 engineer.28.0 28.0 INSURANCE28.1. In addition to the conditions covered under the clause entitled insurance ingeneral terms and conditions of contract of this volume-1, the followingprovisions shall also apply to the portion of the works to be done beyond thecontractor's own or his sub-contractor's works.28.2. Workmen's compens<strong>at</strong>ion insurance311410168 IV (D) - 15 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>This insurance shall protect the contractor against all claims applicable underthe Workmen's Compens<strong>at</strong>ion Act 1948 (Government of India). This policyshall also cover the contractor against claims for injury, disability disease orde<strong>at</strong>h of his or his sub-contractor's employees, which for any reason are notcovered under the Workmen's Compens<strong>at</strong>ion Act 1948. The liabilities shallnot be less than :Workmen's compens<strong>at</strong>ion : As per st<strong>at</strong>utory provisionsEmployer's liability: As per st<strong>at</strong>utory provisions28.3. Comprehensive Automobile InsuranceThis insurance shall be in such a form to protect the contractor against allclaims for injuries, disability, disease and de<strong>at</strong>h to members of publicincluding the owner's men and damage to the property of others arising fromthe use of motor vehicles during on or off the site oper<strong>at</strong>ions, irrespective ofthe ownership of such vehicles.28.4. Comprehensive General Liability Insurance28.4.1. This insurance shall protect the contractor against all claims arising frominjuries, disabilities, disease or de<strong>at</strong>h of members of public or damage toproperty of others, due to any act or omission on the part of the contractor,his agents, his employees, his represent<strong>at</strong>ives and sub-contractors or fromriots, strikes and civil commotion. The insurance shall also cover all theliabilities of the contractor arising out of the clause entitled defence of suitsunder General Terms and Conditions of contracts of this volume. 1.28.4.2. The hazards to be covered shall pertain to all the works which and areaswhere the contractor, his sub-contractors, his agents and his employees haveto perform work pursuant to the contract.28.5. The above are only illustr<strong>at</strong>ive list of insurance covers normally required and itshall be the responsibility of the contractor to maintain all necessaryinsurance coverage to the extent both in time and amount to take care of allhis liabilities either direct or indirect, in pursuance of the contract.311410168 IV (D) - 16 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>29.0 UNFAVORABLE WORKING CONDITIONSThe contractor shall confine all his field oper<strong>at</strong>ions to those works which canbe performed without subjecting the equipment and m<strong>at</strong>erials to adverse effects,during inclement we<strong>at</strong>her conditions, like monsoon, storms, etc. and during otherunfavorable construction conditions. No field activities shall be performed by thecontractor under conditions which might adversely affect quality and efficiencythereof, unless special precautions or measures are taken by the contractor in aproper and s<strong>at</strong>isfactory manner in performance of such works and with concurrenceof the engineer. Such unfavorable construction conditions shall in no way relieve thecontractor of his responsibility to perform works as per the schedule.30.0 PROTECTION OF MONUMENTS AND REFERENCE POINTSThe contractor shall ensure th<strong>at</strong> any finds such as relic, antiquity, coins,fossils, etc. which he might come across during the course of performance of hisworks either during excav<strong>at</strong>ion or elsewhere, are properly protected and handed overto the engineer. Similarly the contractor shall ensure th<strong>at</strong> the bench marks, referencepoints, etc., which are marked out either with the help of engineer or by the engineershall not be disturbed in any way during the performance of his works. If any work isto be performed which disturb such references, the same shall be done only afterthese are transferred to other suitable loc<strong>at</strong>ions under the direction of the engineer.The contractor shall provide all necessary m<strong>at</strong>erials and assistance for suchreloc<strong>at</strong>ion of reference points etc.31.0 WORK AND SAFETY REGULATIONS31.1. The contractor shall ensure proper safety of all the workmen, m<strong>at</strong>erials plantand equipment belonging to him or the Company or to others, working <strong>at</strong> ornear the site. The contractor shall also be responsible for provision of allsafety notices and safety equipment required both by the relevant legisl<strong>at</strong>ionand the engineer-in-charge as he may deem necessary.31.2. The contractor shall notify well in advance to the engineer-in-charge of hisintention to bring to the site any container filled with liquid or gaseous fuel orexplosive or petroleum substance or such chemicals which may involve311410168 IV (D) - 17 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>hazards. The engineer-in-charge shall have the right to prescribe theconditions, under which such container is to be stored, handled and usedduring the performance of the works and the contractor shall strictly adhere toand comply with such instructions. The engineer-in-charge shall have theright <strong>at</strong> his sole discretion to inspect any such container or such constructionplant/equipment for which m<strong>at</strong>erial in the container is required to be used andif in his opinion, its use is not safe, he may forbid its' use. No claim due tosuch prohibition shall be entertained by the owner. Nor the owner shallentertain any claim of the contractor towards additional safetyprovisions/conditions to be provided for constructed as per engineer-incharge'sinstructions.Further any such decision of engineer-in-charge shall not, in any way, absolvethe contractor of his responsibilities, and in case, use of such a container orentry there of into the site area is forbidden by engineer-in-charge, thecontractor shall use altern<strong>at</strong>ive methods with the approval of engineer-inchargewithout any cost implic<strong>at</strong>ion to Company or extension of workschedule.31.3. Where it is necessary to provide and/or store petroleum products orpetroleum mixtures and explosives, the contractor shall be responsible forcarrying out such provision and/or storage in accordance with the rules andregul<strong>at</strong>ions laid down in Petroleum Act 1934, Explosives Act 1948, andPetroleum and Carbide of Calcium Manual Published by the Chief Inspectorof Explosives of India. All such storage shall have prior approval of theengineer-in-charge . In case, any approvals are necessary from the ChiefInspector (Explosive) or any st<strong>at</strong>utory authorities, the contractor shall beresponsible for obtaining the same.31.4. All equipment used in construction and erection by contractor shall meetIndian, Inter-n<strong>at</strong>ional Standards and where such standards do not exist, thecontractor shall ensure these to be absolutely safe. All equipment shall bestrictly oper<strong>at</strong>ed and maintained by the contractor in accordance withmanufacturer's oper<strong>at</strong>ion manual and safety instructions and perGuidelines/Rules of the Company in this regard.311410168 IV (D) - 18 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>31.5. Periodical Examin<strong>at</strong>ions and all tests for all lifting/hoisting equipment andtackles shall be carried out in accordance with the relevant provisions ofFactories Act 1948, Indian Electricity Act 1910 and associ<strong>at</strong>ed Laws/Rulesenforced from time to time. A register of such examin<strong>at</strong>ions and tests shall beproperly maintained by the contractor and shall be promptly produced as andwhen desired by engineer-in-charge or by the person authorised by him.31.6. The contract shall be fully responsible for the safe storage of his and his subcontractorsradio-active sources in accordance with BARC/DAE Rules andother applicable provisions. All precautionary measures stipul<strong>at</strong>ed byBARC/DAE in connection with use, storage and handling of such m<strong>at</strong>erialshall be taken by contractor.31.7. The contractor shall provide suitable safety equipment of prescribed standardto all employee and workmen according to the need, as may be directed byengineer-in-charge who shall also have right to examine these safetyequipment to determine their suitability, reliability, acceptability andadaptability.31.8. Where explosives are to be used, the same shall be used under the directcontrol and supervision of an expert, experienced, qualified and competentperson strictly in accordance with the code practices/rules framed underIndian Explosives Act pertaining to handling, storage and use of theexplosives.31.9. The contractor shall provide safe working conditions to all workmen andemployees <strong>at</strong> the site including safe means of access, railings, stairs, ladders,scaffoldings etc. The scaffoldings, stairs, ladders etc. shall be erected underthe control and supervision of an experienced and competent person. Forerection, good and standard quality of m<strong>at</strong>erial only shall be used by thecontractor.31.10. The contractor shall not interfere or disturb electric fuses, wiring and otherelectrical equipment belonging to the owner or other contractors under anycircumstances, wh<strong>at</strong>soever, unless expressly permitted in writing by theCompany to handle such fuses, wiring or electrical equipment.311410168 IV (D) - 19 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>31.11. Before the contractor connects any electrical appliances to any plug or socketbelonging to the other contractor or owner, he shall:a) s<strong>at</strong>isfy the engineer th<strong>at</strong> the appliances is in good working conditionb) inform the engineer of the maximum current r<strong>at</strong>ing, voltage and phases ofthe appliances.c) obtain permission of the engineer detailing the sockets to which theappliances may be connected.31.12. The engineer shall not grant permission to connect until he is s<strong>at</strong>isfied th<strong>at</strong>:1. the appliance is in good condition and is fitted with a suitable plug.2. the appliance is fitted with a suitable cable having two earth conductors, oneof which shall be an earthed metal she<strong>at</strong>h surrounding the cores.31.13. No electric cable is in use by the contractor/owner shall be disturbed withoutprior permission. No weight of any description shall be imposed on any cableand no ladder or similar equipment shall rest against or <strong>at</strong>tached to it.31.14. No repair work shall be carried out on any live equipment. The equipmentshall must be declared safe by engineer-in-charge and a permit to work shallbe issued by engineer-in-charge before any repair work is carried out by thecontractor. While working on electric lines/equipments whether alive or dead,suitable type and sufficient quantity of tools shall have to be provided bycontractor to electricians/workmen/officers.31.15. The contractor shall employ necessary number of qualified, full timeelectricians/ electrical supervisors to maintain in his temporary electricalinstall<strong>at</strong>ions.31.16. The contractor employing more than 250 workmen whether temporary,casual, prob<strong>at</strong>ioner, regular or permanent or on contract, shall employ <strong>at</strong> leastone full time officer exclusively as safety officer to supervise safety aspects ofthe equipment and workmen who shall co-ordin<strong>at</strong>e with the project safetyofficer. In case of work being carried out through sub-contractor's, the subcontractor'sworkmen/employees shall also be considered as the contractor'semployees/workmen for above purpose. The name and address of a suchsafety officer of contractor shall be promptly informed in writing to engineer-in-311410168 IV (D) - 20 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>charge with a copy to safety officer-in charge before he starts work orimmedi<strong>at</strong>ely after any change of the incumbent is made during currency of thecontract.31.17. In case any accident occurs during the construction/erection or otherassoci<strong>at</strong>ed activities undertaken by the contractor thereby causing any minoror major or f<strong>at</strong>al injury to his employees due to any reason, wh<strong>at</strong>soever, itshall be the responsibility of the contractor to promptly inform the same to thecompany's engineer-in-charge in prescribed from and also to all theauthorities envisaged under the applicable laws.31.18. The engineer-in-charge shall have the right <strong>at</strong> his sole discretion to stop thework, if in his opinion the work is being carried out in such a way th<strong>at</strong> it maycause accidents and endanger the safety of the persons and/or property,and/or equipment. In such cases, the contractor shall be informed in writingabout the n<strong>at</strong>ure of hazards and possible injury/accident and he shall complyto remove short comings promptly. The contractor after stopping the specificwork, can, if felt necessary, appeal against the order of stoppage of work tothe General Manager of the project within 3 days of such stoppage of workand decision of the project G.M in this respect shall be conclusive and bindingon the contractor.31.19. The contractor shall not be entitled for any damages/compens<strong>at</strong>ion forstoppage of work due to safety reasons as provided in para 31.18 above andthe period of such stoppage of work shall not be taken as an extension oftime for completion of work and shall not be the ground for waiver of levy ofliquid<strong>at</strong>ed damages.31.20. The contractor 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 timewithout demur, protest or content or reserv<strong>at</strong>ion. In case of any inconformitybetween st<strong>at</strong>utory requirement and the Company safety rules referred above,the l<strong>at</strong>er shall be binding on the contractor unless the st<strong>at</strong>utory provisions aremore stringent.311410168 IV (D) - 21 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>31.21. If the contractor fails in providing safe working environment as per theCompany safety rules or continues the work even after being instructed tostop work by engineer-in-charge as provided in para 31.18 above, thecontractor shall promptly pay to the Company, on demand i.e. by the ownercompens<strong>at</strong>ion <strong>at</strong> the r<strong>at</strong>e of Rs. 5,000/= per day or part there of till theinstructions are complied with an so certified by engineer-in-charge. Howeverin case of accident taking place causing injury to any individual, the provisionscontained in para 31.22 shall also apply in addition to compens<strong>at</strong>ionmentioned in this para.31.22. If the contractor does not take all safety precautions and/or fails to complywith the safety rules as prescribed by the Company or under the applicablelaws for the safety of the equipment and plant and for the safety of personneland the contractor does not prevent hazardous conditions which cause injuryto his own employees or employees of other contractors, or the Companyemployees or any other person who are <strong>at</strong> site or adjacent thereto, thecontractor shall be responsible for payment of compens<strong>at</strong>ion under therelevant provisions of the workmen's compens<strong>at</strong>ion act and rules framedthere under or any other applicable laws as applicable from time to time.Permanent disablement shall have same meaning as indic<strong>at</strong>ed in workmen'scompens<strong>at</strong>ion act. The compens<strong>at</strong>ion mentioned above shall be in addition tothe compens<strong>at</strong>ion payable to the workmen/employees under the relevantprovisions of the workmen's compens<strong>at</strong>ion act and rules framed there underor any other applicable laws as applicable from time to time.In case the owner is made to pay such compens<strong>at</strong>ion then the contractor isliable to reimburse the owner such amount.32.0 CODE REQUIREMENTSThe erection requirements and procedures to be followed during theinstall<strong>at</strong>ion of the equipment shall be in accordance with the relevant Indian BoilerRegul<strong>at</strong>ions. ASME codes and accepted good engineering practice, the engineer'sdrawings and other applicable Indian recognised codes and the laws and regul<strong>at</strong>ionsof the Government of India.311410168 IV (D) - 22 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>33.0 FOUNDATION DRESSING AND GROUTING33.1. The surfaces of found<strong>at</strong>ions shall be dressed to bring the top surface of thefound<strong>at</strong>ions to the required level, prior to placement of equipment/equipmentbases on the found<strong>at</strong>ions.33.2. All the equipment bases and structural steel base pl<strong>at</strong>es shall be grouted andfinished as per these specific<strong>at</strong>ions unless otherwise recommended by theequipment manufacturer.33.3. The concrete found<strong>at</strong>ion surfaces shall be properly prepared by chipping,grinding as required to bring the type of such found<strong>at</strong>ion to the required level,to provide the necessary roughness for bondage and to assure enoughbearing strength. All laitance and surface film shall be removed and cleaned.33.4. Grouting mixThe grouting mixtures shall be composed of Portland cement, sand andw<strong>at</strong>er. The Portland cement to be used shall conform to ISI No. 269 orequivalent, sand shall conform to ISI No.383/2386 or equivalent. The groutproportions for fl<strong>at</strong> based where the grouting space does not exceed 35 mmshall be 50 Kg bag of cement to 75 Kg of sand. Only the required quantity ofw<strong>at</strong>er shall be added so as to make the mix quaky and flowable and the mixshall not show excess w<strong>at</strong>er on top when it is being puddled in place. Forthicker grout beds upto 65 mm, the amount of sand shall be increased to 105Kg per bag of cement. Bases which are hollow and are to be filed full ofgrouting shall be filled to a level of 25 mm above the outside rim with a mortarmix in the volumetric proportions of one bag of cement and 1.5 bags sandand 1.5 part 6 mm granite gravel. An acceptable plasticiser may be added tothe grout mixes in a proportion recommended by the plasticisersmanufacturer. All such grouts shall be thoroughly mixed for not less than fiveminutes in an approved mechanical mixer and shall be used immedi<strong>at</strong>elyafter mixing.33.5. Placing of grout33.5.1. After the base has been prepared, its alignment and level has been checkedand approved and before actually placing the grout a low dam shall be set311410168 IV (D) - 23 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>around the base <strong>at</strong> a distance th<strong>at</strong> shall permit pouring and manipul<strong>at</strong>ion ofthe grout. The height of such dam shall be <strong>at</strong> least 25 mm above the bottomof the base. Suitable size and number of chains shall be introduced under thebase before placing the grout, so th<strong>at</strong> such chains can be moved back andforth to push the grout into every part of the space under the base.33.5.2. The grout shall be poured either through grout holes if provided or shall bepoured <strong>at</strong> one side or <strong>at</strong> two adjacent sides giving it a pressure head to makethe grout move in a solid mass under the base and out in the opposite side.Pouring shall be continued until the entire space below the base is thoroughlyfilled and the grout stands <strong>at</strong> least 25 mm higher all around than the bottomof the base. Enough care should be taken to avoid any air or w<strong>at</strong>er pocketsbene<strong>at</strong>h the bases.33.6. Finishing of the edges of the groutThe poured grout should be allowed to stand undisturbed until it is well set.Immedi<strong>at</strong>ely thereafter, the dam shall be removed and grout which extendsbeyond the edges of the structural or equipment base pl<strong>at</strong>es shall be out offflush and removed. The edges of the grout shall then be pointed and finishedwith 1:2 cement mortar pressed firmly to bond with the body of the grout andsmoothed with a tool to present a smooth vertical surface. The work shall bedone in a clean and scientific manner and the adjacent floor spaces, exposededges of the found<strong>at</strong>ions, and structural steel and equipment base pl<strong>at</strong>esshall be thoroughly cleaned of any spillage of the grout.33.7. Checking of equipment after groutingAfter the grout is set and cured, the contractor shall check and verify thealignment of equipment, alignment of shafts of rot<strong>at</strong>ing machinery, the slopesof all bearing pedestals, centering of rotors with respect to their sealingbores, couplings, etc. as applicable and the like items to ensure th<strong>at</strong> nodisplacement had taken place during grouting . The values recorded prior togrouting shall be used during such post grouting check-up and verific<strong>at</strong>ions.Such pre and post grout records of alignment details shall be maintained bythe contractor in a manner acceptable to the engineer.311410168 IV (D) - 24 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>34.0 SHAFT ALIGNMENTSAll the shafts of rot<strong>at</strong>ing equipment shall be properly aligned to those of them<strong>at</strong>ching equipment to as perfect an accuracy as practicable. The equipment shallbe free from excessive vibr<strong>at</strong>ion so as to avoid over-he<strong>at</strong>ing of bearings or otherconditions which may tend to shorten the life of the equipment. All bearings, shaftsand other rot<strong>at</strong>ing parts shall be thoroughly cleaned and suitably lubric<strong>at</strong>ed beforestarting.35.0 DOWELINGAll the motors and other equipment shall be suitably doweled after alignmentof shafts with tapered machined dowels as per the direction of the engineer.36.0 CHECK OUT OF CONTROL SYSTEMS / POWER SUPPLYAfter completion of wiring, cabling furnished under separ<strong>at</strong>e specific<strong>at</strong>ions andlaid and termin<strong>at</strong>ed by the owner, the contractor shall check out the oper<strong>at</strong>ion of allcontrol systems for the equipment furnished and installed under these specific<strong>at</strong>ionsand <strong>document</strong>s. The contractor shall get the drawings pertaining to the controlsystem, power supply etc. approved from Director<strong>at</strong>e General of Mine Safety(DGMS) or any other appropri<strong>at</strong>e authority as necessary, wherever required as perthe rules and regul<strong>at</strong>ions of the Mines Act and Coal Mines Regul<strong>at</strong>ion governed byDGMS.37.0 COMMISSIONING SPARESThe contractor shall make arrangement for an adequ<strong>at</strong>e inventory <strong>at</strong> site ofnecessary commissioning spares prior to commissioning of the equipment furnishedand erected so th<strong>at</strong> any damage or loss during this commissioning activitiesnecessit<strong>at</strong>ing the requirements of spares shall not come in the way of timelycompletion of the works under the contract.38.0 CABLING38.1. 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.311410168 IV (D) - 25 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Erection Conditions of Contract<strong>CMPDI</strong>When cables are run on cable trays, they shall be clamped <strong>at</strong> a minimuminterval of 2000 mm or otherwise as directed by the engineer.38.2. Each cable, whether power or control, shall be provided with a metallic orplastic of an approved type, bearing a cable reference number indic<strong>at</strong>ed inthe cable and conduit list (prepared by the contractor), <strong>at</strong> every 5 metre run orpart there of and <strong>at</strong> both ends or the cable adjacent to the termin<strong>at</strong>ions. Cablerouting is to be done in such a way th<strong>at</strong> cables are accessible for anymaintenance and for easy identific<strong>at</strong>ion.38.3. Sharp bending and kinking of cables shall be avoided. The minimum radii forPVC insul<strong>at</strong>ed cables 1100 V grade shall be 15D, where D is the over alldiameter of the cable. Install<strong>at</strong>ion of other cables like high voltage, coaxial,screened, compens<strong>at</strong>ing, mineral insul<strong>at</strong>ed shall be in accordance with thecable manufacturer's recommend<strong>at</strong>ions. Wherever cables cross roads andw<strong>at</strong>er, oil, sewage or gas lines, special care should be taken for the protectionof the cables in designing the cable channels.38.4. In each cable run some extra length shall be kept <strong>at</strong> a suitable point to enableone to two straight through joints to be made should the cable develop fault <strong>at</strong>a l<strong>at</strong>er d<strong>at</strong>e.38.5. Control cable termin<strong>at</strong>ions shall be made in accordance with wiring diagrams,using identifying codes subject to engineer's approval. Multicore control cablejackets shall be removed as required to train and termin<strong>at</strong>e the conductors.The cable jacket shall be left on the cable, as far as possible, to the point ofthe first conductor branch. The insul<strong>at</strong>ed conductors from which the jacket isremoved shall be ne<strong>at</strong>ly twined in bundles and termin<strong>at</strong>ed. The bundles shallbe firmly but not tightly tied utilising plastic or nylon ties or specially tre<strong>at</strong>edfungus protected cord made for this purpose. Control cable conductorinsul<strong>at</strong>ion shall be securely and evenly cut.38.6. The connectors for control cables shall be covered with a transparentinsul<strong>at</strong>ing sleeve so as to prevent accidental contact with ground or adjacentterminals and shall preferably termin<strong>at</strong>e Elmex terminals and washers. Theinsul<strong>at</strong>ing sleeve shall be fire resistant and shall be long enough to over-passthe conductor insul<strong>at</strong>ion. All control cables shall be fanned out and connectionmade to terminal blocks and test equipment for proper oper<strong>at</strong>ion beforecables are corded together.311410168 IV (D) - 26 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – V (A)Introduction


Introduction<strong>CMPDI</strong>SECTION – V (A)INTRODUCTION1.0 OBJECTIVEInstall<strong>at</strong>ion of 400 tph (dry solid) Demonstr<strong>at</strong>ion- scale plant for dry deshalingof coal based on modified radiometric detection and pneum<strong>at</strong>ic removal technology(ArdeeSort) inside Madhuband <strong>washery</strong>.2.0 LOCATION & COMMUNICATIONMadhuband coal Washery is loc<strong>at</strong>ed in the Madhuband mining area of theJharia coalfield in Dhanbad district of Jharkhand st<strong>at</strong>e, India falling in the BCCLcommand area. Madhuband is well connected by road and rail. The nearest railwayst<strong>at</strong>ion is Kirkend, which lies on Gomoh – Chkradharpur section of South EasternRailway. It is well connected by metalled roads from Dhanbad and Ranchi. It is about12 km from Dhanbad and about 160 km from Ranchi. A railway siding exists <strong>at</strong> the<strong>washery</strong> for disp<strong>at</strong>ch of final product.3.0 CLIMATIC CONDITIONSThe clim<strong>at</strong>e condition of the area is tropical, with monsoon prevailing duringthe months of June to Sept. during which the humidity can go upto 90% (approx).This is followed by the winter months of October to January. Spring and summerprevail from February to May. The maximum temper<strong>at</strong>ure recorded during summer is50 0 C. The drainage of the area leads to south-western side of river Damodar.4.0 SCOPE OF WORKThe scope of this <strong>tender</strong> consists of a package for single responsibilityassignment and includes supply & transport<strong>at</strong>ion of all m<strong>at</strong>erials, plant andmachinery (excluding ArdeeSort equipment complete in all respect-Refer Annexure-I)including electrical; instrument<strong>at</strong>ion & telecommunic<strong>at</strong>ion <strong>at</strong> site; civil & structuralworks, erection, dovetailing with the existing <strong>washery</strong> (wherever required) inconformity with the detailed-design provided by the company, testing,311410168 V (A) - 1 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Introduction<strong>CMPDI</strong>commissioning, elimin<strong>at</strong>ion of teething troubles, successful completion ofperformance guarantee test and finally handing over the plant as envisaged insystem description in s<strong>at</strong>isfactory running condition.5.0 COMPLETION PERIODThe completion period (upto the successful completion of the trial test &commissioning) shall be 9 (nine) months. The zero d<strong>at</strong>e shall be considered from thed<strong>at</strong>e of expiry of ten days from the issue of LOI / LOA or handing over the site whichever is l<strong>at</strong>er.311410168 V (A) - 2 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – V (B)RAW COAL CHARACTERISTICS


Raw Coal Characteristics<strong>CMPDI</strong>SECTION-V(B)RAW COAL CHARACTERISTICS1.0 TEST RESULTS1.1 Screen–cum–Ash Analysis (as Received Coal & Crushed down to 50 mm) :1.1.2 Muraidih OCPThe result of screen-cum-ash analysis of RoM coal and RoM coal crusheddown to 50 mm is given in Table – 1 below.TABLE –1Screen Cum-Ash Analysis of RoM CoalSize (mm) RoM Coal RoM Coal Crushed to – 50 mmWt % Ash % Moist. % Wt % Ash % Moist. %+200 2.3 40.6 0.6 - - -200-100 7.9 38.2 0.7 - - -100-75 23.0 38.6 0.6 - - -75-50 33.6 37.8 0.7 - - -50-25 18.5 37.4 0.4 57.6 39.8 0.825-13 6.3 35.0 0.5 18.3 35.2 0.713 -6 3.4 33.1 0.8 11.1 34.6 0.76-3 1.6 29.2 0.6 4.9 32.2 0.63-0.5 2.1 24.6 0.5 5.0 26.2 0.8-0.5 1.3 24.4 0.9 3.1 25.2 0.8Total 100.0 37.1 0.6 100.0 36.9 0.81.1.3 Block – II OCPThe result of screen-cum-ash analysis of RoM coal and of RoM coal crusheddown to 50 mm is given in Table-2 below.311410168 V(B) - 1Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Raw Coal CharacteristicsTABLE –2Screen Cum-Ash Analysis of RoM Coal Crushed to 50mmSize (mm) RoM Coal RoM Coal Crushed to – 50 mmWt % Ash % Moist. % Wt % Ash % Moist. %+200 2.6 55.1 1.1 - - -200-150 13.3 48.6 1.1 - - -150-100 15.3 46.1 1.2 - - -100-50 22.9 45.2 1.1 - - -50-25 19.4 41.9 1.2 49.0 47.7 1.125-13 7.8 41.7 1.2 16.8 45.0 1.113-6 5.4 42.3 1.2 11.0 44.1 1.26-3 4.2 42.4 1.0 6.9 43.0 1.23-0.5 3.5 41.9 1.1 7.5 38.2 1.3-0.5 5.6 42.0 1.4 8.8 36.6 1.3Total 100.0 44.6 1.2 100.0 44.8 1.2<strong>CMPDI</strong>2.1.2 Combined (Muraidih and Block-II OCP)The result of screen-cum-ash analysis of RoM coal and RoM coal crusheddown to 50 mm in respect of Muraidih OCP and Block - II OCP has been combined inthe r<strong>at</strong>io according to the % contribution i.e. 69.2 % & 30.8 % respectively and isgiven in Table-3Table –3Combined Screen Cum-Ash Analysis of RoM Coal Crushed to 50mmSize (mm) RoM Coal RoM Coal Crushed to – 50 mmWt % Ash % Moist. % Wt % Ash % Moist. %+200 2.4 45.5 0.8 - - -200-150 9.6 42.7 0.9 - - -150-100 20.6 40.5 0.7 - - -100-50 30.3 39.5 0.8 - - -50-25 18.8 38.8 0.7 55.0 42.0 0.925-13 6.8 37.4 0.8 17.8 38.0 0.813-6 4.0 36.9 1.0 11.1 37.5 0.96-3 2.4 36.3 0.8 5.5 36.4 0.83-0.5 2.5 32. 0.8 5.8 31.0 1.0-0.5 2.6 36.0 1.2 4.9 31.6 1.1Total 100.0 39.4 0.8 100.0 39.3 0.9311410168 V(B) - 2Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – V (C)Original Process Flow of MadhubanWashery


Original Process Flow of Madhuband Washery<strong>CMPDI</strong>SECTION – V (C)ORIGINAL PROCESS FLOW OF MADHUBAND WASHERY1.0 Madhuband <strong>washery</strong> of BCCL was installed and commissioned in 1983 witha raw coal input capacity of 2.0 Million tonnes per annum. It is a 3-product<strong>washery</strong> producing clean coal, middling and rejects. Clean coal and middlingare desp<strong>at</strong>ched to Bokaro Steel Plant by rail for making metallurgical cokeand gener<strong>at</strong>ion of power respectively.2.0 Flow scheme is broadly described below:• Transport<strong>at</strong>ion of run-of-mine (R.O.M.) coal (1200 mm) by mine dumpers tothe receiving hopper of 400 t capacity.• Crushing the ROM coal 1200 mm down to 200mm by Gyr<strong>at</strong>ory Crusher.• Crushing 200-50 mm coal down to 50mm in a Double Roll Crusher.• Storage of 50-0 mm crushed coal in a 10000 t Raw Coal Bunker.• Screening of 50-0 mm coal <strong>at</strong> 13 mm.• Crushing of +13 mm coal down to -13mm in Impact Crusher/ Hammer Mill.• Dedusting of entire (crushed & n<strong>at</strong>ural) -13mm coal so as to separ<strong>at</strong>e fines asfar as possible.• Desliming of 13-0mm coal <strong>at</strong> 0.5mm to yield two fractions i.e. 13-0.5mm and -0.5mm.• Washing 13-0.5 mm raw coal in improved Jig to yield 3 products namely cleancoal with ash below 17%, middlings with ash below 32% and rejects.311410168 V (C) - 1 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Original Process Flow of Madhuband Washery<strong>CMPDI</strong>• Re-washing -13mm middlings in heavy medium cyclones to arrest anymisplaced clean coal with space provision for crushing 13 mm middlings downto 6 mm and rewashing in HM Cyclones.• Collection of -0.5 mm coal slurry in radial thickener.• Tre<strong>at</strong>ing -0.5mm fines by means of Froth Flot<strong>at</strong>ion to produce clean coal andtailings (rejects).• Storage of clean coal in a 5000 tonne clean coal Silo.• Storage of middlings in a 5000 tonne middlings Silo.• Transport<strong>at</strong>ion of rejects by conveyors which will finally discharge on to a twinboom stacker for storage of rejects on the ground outside the boundary of the<strong>washery</strong>.311410168 V (C) - 2 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – V (D)Scheme for Proposed Demonstr<strong>at</strong>ionPlant


Scheme for Proposed Demonstr<strong>at</strong>ion Plant<strong>CMPDI</strong>SECTION – V (D)SCHEME FOR PROPOSED DEMONSTRATION PLANT1.0 SALIENT FEATURES OF PROPOSED COAL DRYBENEFICIATION SYSTEM USING RADIOMETRICTECHNIQUE (ARDEESORT) AT MADHUBAND WASHERY,BCCLThe install<strong>at</strong>ion of 400 tph capacity demonstr<strong>at</strong>ion plant inside the Madhuband<strong>washery</strong>, (BCCL) for benefici<strong>at</strong>ion of fine coal have been proposed within thescope of this <strong>tender</strong>. The equipment flow diagram of the demonstr<strong>at</strong>ion plant isgiven in Drawing No. BCCL/00/EFD/001.The loc<strong>at</strong>ion of different equipmentinside the main washing plant <strong>at</strong> different floor is shown in Drawing No.BCCL/BE/00/TPL-001, BCCL/BE/SDP/002, BCCL/BE/SDP/003,BCCL/DE/)!/FDN-001, BCCL/BE/02/RBC/00, BCCL/BE/02/RBC-1&2/01,BCCL/BE/02/RBC-3/02 , BCCL/BE/02/RBC-4/03, BCCL/BE/02/RBC-5/04, andBCCL/BE/02/TRUSSThe brief description of the proposed scheme as elabor<strong>at</strong>ed in theaforementioned Process Flow Diagram is described below.- Collection of (-) 50mm crushed coal from reversible belt conveyor 507A &507B in the ground floor of secondary crusher house by proposed beltconveyorRBC-1.- Transfer of crushed coal from RBC-1 to RBC-2 and then to proposeddeshaling plant.- Screening of crushed coal in Double deck screen to have three fraction, viz.,+50 mm (over size), 50-13mm and -13mm (under size).- The overflow and underflow, i.e. +50 mm and – 13 mm, are combined and fedvia chute to deshaled coal belt RBC-4.311410168 V (D) - 1 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Scheme for Proposed Demonstr<strong>at</strong>ion Plant<strong>CMPDI</strong>- The size fraction 50-13mm are taken to Single deck screen to obtain twofraction, viz., 50-25mm and 25-13mm- Transfer of 50-25mm and 25-13mm size coal to Surge hopper of ArdeeSortmodule.- Feeding of coal through an electromagnetic feeder to the ArdeeSort module.- Deshaling of coal in the proposed ArdeeSort moudles- The deshaled coal and rejects are collected on separ<strong>at</strong>e belt conveyor RBC-4and RBC-3 respectively through chute.- Transfer of deshaled coal , +50mm and n<strong>at</strong>ural -13mm coal to reversible beltconveyor RBC-5 to be installed in existing secondary crusher house.- Transfer of coal from reversible belt conveyor No. RBC-5 to existing beltconveyor No. 701A & 701B for storage in the existing storage bunker andtre<strong>at</strong>ment in the existing <strong>washery</strong>- Storage of reject produced from ArdeeSort in the existing reject hopperthrough proposed belt conveyor RBC-3 for further disposal.2.0 CAPACITY AND OPERATING CONDITION OF THEPROPOSED PLANTInstall<strong>at</strong>ion of four ArdeeSort modules of 400 tph raw coal throughputcapacity, along with all accessories.The plant shall oper<strong>at</strong>e for all the three shifts of 8 hours each per day, 300days in a year (i.e. oper<strong>at</strong>ional hours same as th<strong>at</strong> in practice in existing raw coalcircuit of Maduband <strong>washery</strong>).311410168 V (D) - 2 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Scheme for Proposed Demonstr<strong>at</strong>ion Plant<strong>CMPDI</strong>3.0 SCOPE OF WORK3.1 The <strong>tender</strong>er shall quote for an integr<strong>at</strong>ed scheme for Install<strong>at</strong>ion of aArdeeSort modules of 400tph capacity raw coal feed along with all accessories asper given below.a) Supply of all equipment including electrical, instrument<strong>at</strong>ion &telecommunic<strong>at</strong>ion, chutes, pipes etc. accept ArdeeSort modules.(referAnnexure - 2)b) Install<strong>at</strong>ion of all equipment (including ArdeeSort modules) and all beltconveyors including electrical, instrument<strong>at</strong>ion & telecommunic<strong>at</strong>ion <strong>at</strong> site.c) Dovetailing with the existing system wherever required.d) testing, commissioning, elimin<strong>at</strong>ion of teething troubles, successfulcompletion of performance guarantee test and finally handing over the plantas envisaged in system description in s<strong>at</strong>isfactory running condition.3.2 The <strong>tender</strong>er shall supply all other equipment th<strong>at</strong> required for install<strong>at</strong>ion &completion of the proposed plant.4.0 POLLUTION CONTROL ARRANGEMENT4.1 As per DGMS circular, the noise level should be as low as possible but in nocase, it should be more than 85 dB. The <strong>tender</strong>er shall spell out the expectednoise level and the specific measures adopted in selection of the equipmentand steps envisaged in oper<strong>at</strong>ion to limit the noise level to the barest minimumachievable level.4.2 The <strong>tender</strong>er shall spell out the specific measures adopted to avoid pollutionof air, w<strong>at</strong>er, noise etc. as emphasised by St<strong>at</strong>e/ Central Pollution ControlBoards and Smoke Nuisance Director<strong>at</strong>e and if any, he shall be responsiblefor the same.311410168 V (D) - 3 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Scheme for Proposed Demonstr<strong>at</strong>ion Plant<strong>CMPDI</strong>5.0 MAINTENANCE FACILITIESAdequ<strong>at</strong>e numbers of Electric Hoist/ Chain pulley blocks of suitable capacitywith proper arrangement shall be provided <strong>at</strong> str<strong>at</strong>egic loc<strong>at</strong>ions of the plant (withinthe scope of the work) by the <strong>tender</strong>er for carrying out the maintenance work.6.0 EQUIPMENTThe requirement of the major equipment are broadly mentioned in the scopeand also in Annexure – 2. However, all the equipment necessary to oper<strong>at</strong>e the plantare under the scope of this <strong>tender</strong>.7.0 COMMUNICATION SYSTEMThe <strong>tender</strong>er shall provide communic<strong>at</strong>ion system as described else whereinthe <strong>document</strong> for smooth & efficient oper<strong>at</strong>ion of the proposed plant within the scopeof the work.8.0 FIRE FIGHTING ARRANGEMENTNecessary fire fighting arrangement shall be provided <strong>at</strong> all str<strong>at</strong>egic pointsas per BIS norms. The system shall also have to comply with provision of FactoryAct/Rules for fire fighting arrangement.311410168 V (D) - 4 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – V (E)Mechanical Engineering Works


Mechanical Engg Works<strong>CMPDI</strong>SECTION – V (E)MECHANICAL ENGINEERING WORKS1.0 SCOPE 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 intern<strong>at</strong>ionally accepted standardslike British/ American/ DIN etc. with necessary modific<strong>at</strong>ion as required to suit Indianconditions.The selection, design & manufacture/ fabric<strong>at</strong>ion of Plant & Equipment shallbe reliable, efficient, economical and shall be suitable for the intended services,described in the Tender Specific<strong>at</strong>ions Document. Every equipment and machinery tobe supplied by the <strong>tender</strong>er shall be complete in all respects and shall be specifiedclearly giving all specific<strong>at</strong>ion such as size, capacity, make, m<strong>at</strong>erial of constructionetc. As far as possible, units shall be such as to enable inter-changeability withsimilar units and thus reduce the quantity of spares requirement subject to thecondition th<strong>at</strong> this shall be of adequ<strong>at</strong>e capacity & size for the duty involved.Unless otherwise st<strong>at</strong>ed, all equipment shall be designed to withstandminimum 20% intermittent overload over normal capacity for safe mechanicaloper<strong>at</strong>ion.As far as possible, all equipment shall be assembled <strong>at</strong> manufacturer'sworks on a suitable base for proper assembly/alignment and shall be subject tointernal inspection and testing by the successful <strong>tender</strong>er as per standard practiceprior to offering them for inspection by the purchaser. For equipment requiringassembly <strong>at</strong> site, major components shall be covered by polythene in position beforepacking the same in wooden boxes, to prevent311410168 V(E) - 1 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works<strong>CMPDI</strong>ingress of dirt, grease etc. All fabric<strong>at</strong>ions and assembly areas shall be keptclean and free from contamin<strong>at</strong>ion and during fabric<strong>at</strong>ion all equipment, pipes etc.shall be kept sealed to the extent possible to avoid ingress of foreign m<strong>at</strong>erials.All equipment shall be complete with approved safety devices againstpotential hazards to personnel and adequ<strong>at</strong>e provision of safe access to and aroundthe equipment for oper<strong>at</strong>ion and maintenance shall also be kept.All equipment shall be complete with adequ<strong>at</strong>e commissioning spares andfirst fill of oil/ grease/ lubricant.Suitable working pl<strong>at</strong>forms, walkways, ladders, lifting tools and tacklesrequired for above shall be provided.2.0 BELT CONVEYORSThe elev<strong>at</strong>ing gradient of belt conveyors shall be limited to 16o. Conveyorsfor coal transport<strong>at</strong>ion shall be designed based on IS 4776 Part I & II, IS 8598 and IS8531.2.1 Scope of SupplyThese specific<strong>at</strong>ions cover manufacturing, testing before desp<strong>at</strong>ch, delivery<strong>at</strong> 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 specific<strong>at</strong>ions, given hereunder, for efficient andsmooth oper<strong>at</strong>ion of the Plant. It shall inter-alia include the following:2.1.1 Conveyor FrameThe conveyor frame shall consist of minimum ISMC 150 stringers connectedby “N” shaped cross bracings of minimum ISA 50x50x6. Individual sectionsshall be of such length so as to facilit<strong>at</strong>e easy assembly <strong>at</strong> site without anym<strong>at</strong>ch marks and having any reference to left and right of the conveyor. Atthe same time top and bottom idler frames when assembled on the stringer311410168 V(E) - 2 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works<strong>CMPDI</strong>shall have their position <strong>at</strong> right angles to the longitudinal axis of theconveyor.The conveyor frame shall be complete with stools for supporting stringers.Holes for fixing the supporting stools shall be drilled on stringer channel forintermedi<strong>at</strong>e structures. Stools for support of conveyor frames shall consist ofvertical supports with base pl<strong>at</strong>e to enable fixing of stools on found<strong>at</strong>ion. Theheight of the stools shall be such as to give clearance between return rollerand ground of <strong>at</strong>least 500mm. The base pl<strong>at</strong>es of the stools shall be suitablydrilled for grouting.2.1.2 Idlersi) Diameter, thickness of roller tubes and bearing bores for carrying idlers, returnidlers, impact idlers should be mentioned clearly for different widths to suit theduty condition. However, in no case, it shall be lower than the following :ii)iii)Impact Return Carrying IdlerIdler Idler Upto 1200 mmBelt WidthAbove 1200mm Belt WidthD.D. of Steel Tube (mm) 106.0 108.0 152.0 168.0Tube thickness(mm) 5.4 5.4 5.4 5.4Bearing Bore (mm) 35.0 30.0 30.0 30.0D.D. of Rubber Disc.(mm) 190.0Idlers spacing in mm (Maximum)Belt WidthCarrying idlerReturn(mm) Bulk Density lessthan 1000 kg/cu.mBulk Density more than1000 kg/cu.mIdlerUp to 1000 1350 1200 2700Above 1000 1200 900 2400Bearing for Idler RollersCarrying idlers (except the impact idlers) and their return idler shall beprovided with suitable size single row deep groove ball bearing with C3clearance and heavy duty type and the impact idlers with taper roller bearingsof suitable size. The life of the bearings shall be guaranteed for a minimumperiod of 30,000 working hours.311410168 V(E) - 3 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works<strong>CMPDI</strong>iv)Idler ShaftIdler shaft shall be made of EN-8 of BS:970 or C-35 of IS: 1570 or equivalentquality steel and suitable size for the duty requirement.v) Idler ArrangementThe carrying idler set shall generally consist of three rollers of equal lengths.The angle of inclin<strong>at</strong>ion of side rollers to horizontal shall be 35 Deg.Depending on the requirement, fl<strong>at</strong> tubular type carrying idler shall also beused. Forward tilt (upto 2 Deg.) of side rollers of carrying idlers shall beprovided. It shall, however, not to exceed 2 Deg.vi)Return IdlersThe return idlers shall be of single roll type.vii)Impact IdlersThe impact idler shall be used <strong>at</strong> all loading and transfer points. Minimum 7sets of impact idlers (each having three idlers) shall be provided for eachloading and transfer points.viii)Self-aligning IdlersThe self–aligning troughing idlers (2 sets) shall be provided <strong>at</strong> 5 metersspacing from head and tail drums and the spacing of intermedi<strong>at</strong>e self aligningtroughing idlers shall be 15 meters.The self aligning return idlers ( 2 sets) shall be provided <strong>at</strong> 10 meters spacingfrom head and tail pulleys and the spacing of intermedi<strong>at</strong>e self-aligning returnidlers shall be 20 meters. The idler frame shall be suitably cradled about avertical pivot supported on bracings over a fixed pl<strong>at</strong>e.ix)Transition IdlersTransition idlers shall be used adjacent to head and tail drums to permit propersupport of loaded belt near the head and tail drums without excessive stress311410168 V(E) - 4 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works<strong>CMPDI</strong>and stretch of the belt edges. Minimum 3 sets of transition idlers shall beprovided <strong>at</strong> both ends of conveyor. The transition length and the number oftransition idlers shall be selected depending upon the tension, type and sizeof belt, number of plies and other necessary governing factors in step of 5Deg., 10 Deg. & 20 Deg. However, necessary calcul<strong>at</strong>ions shall be submittedfor 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 toIS:1570 (Current).xi)xii)xiii)The idlers shall be sealed and greased for life. Idler bearings shall be providedwith suitable labyrinth seal on outer side and felt seal on inner side.The bearing housing of idler shall be made of processed steel and shall bepress fitted and shall preferably be completely welded with idler tube.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 <strong>at</strong> anypoint along the shell. Idler shall be made of ERW seamless tubes. The spacefor greasing shall be clearly indic<strong>at</strong>ed on the drawing and quantity should alsobe indic<strong>at</strong>ed. It should not be less then 16 cc approx. on either side of eachidler.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.xv)The fixing arrangement of carrying and return idlers shall be such as to permitadjustment of the idler sets for purposes of belt training. Allowance for suchadjustments should be provided on both side of the conveyor and the playshall not be less than 10mm on either side. All idlers shall be drop-in slot type.311410168 V(E) - 5 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works2.1.3 Reduction Gears<strong>CMPDI</strong>These shall be suitable for continuous oper<strong>at</strong>ion <strong>at</strong> full load and shall also besuitable for moder<strong>at</strong>e shock loads. A minimum service factor of 1.6 overdriver<strong>at</strong>ing shall be taken for selection of the gearbox. For drive upto 30 HP wormgears shall be used and above th<strong>at</strong> parallel shaft helical/bevel gears are tobe used. Open gearing system shall not be acceptable. The gear box shallbe of reputed make.2.1.4 CouplingsFlexible pin-bush couplings/ gear couplings shall be used for powertransmission depending upon the duty requirement. Type and size shallbeselected in accordance with the drive power requirement. However, flexiblepin bush couplings shall be provided both on low speed side and high speedside for all drives below 40 HP. Flexible gear couplings shall be used forpower transmission on low speed side for all drives above 40HP. Tractiontype fluid couplings shall be used for power transmission on high speed sidefor all drives.2.1.5 Drumsi) DiametersAll the drums shall be of welded steel constructions and st<strong>at</strong>ically balanced.Solid and discs shall be designed to give maximum strength. The diameters ofthe drums shall be as per IS: 8531 -1977. The machining tolerance ofindividual parts of the drum assembly should comply with IS:919 (Current).The diameter 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 drumdiameter.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 on thedrums. 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 & otherdrums.311410168 V(E) - 6 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Worksiv)Bearings & Plummer Blocks<strong>CMPDI</strong>All drums shall be provided with self-aligning ball/roller bearings to suit loadingconditions. For heavy duty conditions, where shaft diameter exceeds 70mm,spherical roller bearing shall be provided.Plummer blocks shall be of cast steel and provided with grease nipples forlubric<strong>at</strong>ion purposes. All lubric<strong>at</strong>ing nipples shall be readily accessible withoutremoving the guards. Bearings shall be protected against ingress of dust andmoisture by providing suitable labyrinth/rubber seals on both sides. Life of thebearings shall not be less than 30,000 hours and the bearings shall beguaranteed for the same. The drums of same diameter shall have similar sizeand type of bearings.v) Drum ShaftsAll drum shafts shall be of EN-8 steel as per BS-970 (Current) /C-40 steel asper IS:1570 (Current).vi)vii)All drive drums shall be lagged. The lagging shall be done by vulcanizedn<strong>at</strong>ural rubber. The thickness of the lagging shall be 12mm. The rubberlagging shall have V-type herring bone p<strong>at</strong>tern grooves (6mm wide x 6 mmdeep.) The apex of the grooves shall be in the belt travel direction.Altern<strong>at</strong>ively, herring bone profiled wear resistant rubber bars moulded withaluminium reinforcement shall be preferred for easy replacement. The rubberlagging shall have a minimum durometer hardness of 55 Deg. Shore A –scale. Counter sunk, copper rivets and vulcaniz<strong>at</strong>ion shall be used to fix thelagging on the pulley.All drums of conveyors, 800 mm or more in face width, shall have stiffenersexcept the tail drum and bend drums on lesser tension side.2.1.6 Bed Frame & Found<strong>at</strong>ion arrangementsi) The drive unit consisting of motor, reduction gear shall have a common bedframe. The motor, reduction gear and the drive drums shall be properlyaligned in the works of the manufacturer before the supply is affected. Suitable311410168 V(E) - 7 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works<strong>CMPDI</strong>bracings, wherever necessary should be provided on the drive unit bed frameand super-structure.ii)The head drum unit, the take-up unit and the tail unit shall have suitablefound<strong>at</strong>ion arrangement. Suitable bracings shall be provided on the structuresof these units wherever necessary.2.1.7 Decking Pl<strong>at</strong>eFormed steel sheet decking pl<strong>at</strong>es to protect the bottom belt against spillageshould be provided on the entire length of the conveyor. The thickness ofdecking pl<strong>at</strong>e shall not be less than 3.15 mm. The decking pl<strong>at</strong>e shall beprovided throughout the tunnel length, if any, for full length of fl<strong>at</strong> beltconveyor.2.1.8 Skirt Pl<strong>at</strong>eCentrally loc<strong>at</strong>ed skirt pl<strong>at</strong>es shall be provided <strong>at</strong> every loading point for adistance of 5 meters to prevent spillage. At their commencement, these pl<strong>at</strong>esshall be placed about two thirds of the belt width apart and they shall widenout in the direction of the belt travel.These pl<strong>at</strong>es shall be mounted to give clearance of <strong>at</strong>least 50mm from the beltsurface and this gap shall be closed by a soft rubber strip fixed to the skirtpl<strong>at</strong>es by means of slotted holes to permit adjustment necessit<strong>at</strong>ed by wear.The rubber strips shall be approx. 12mm thick and 150mm wide. Pieces ofconveyor belting shall not be used for this purpose. The skirts should flareslightly upwards from the chute to prevent the m<strong>at</strong>erial from wedging.2.1.9 Belt Cleaning Arrangementi) Counter weighted or spring loaded double blade rubber scrapper shall beprovided <strong>at</strong> discharge drum. The rubber strip used with the scrapper shall beof soft rubber 12mm thick, 100mm wide for wide contact surface and shall befixed suitably to facilit<strong>at</strong>e easy mounting,. The scrapped m<strong>at</strong>erial shall bedropped in the main discharged chute through suitable arrangement.311410168 V(E) - 8 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works<strong>CMPDI</strong>ii) A ‘V’ type plough scrapper (60 deg. Angle) shall be provided on the return beltnear the tail drum. In conveyors using loop/vertical gravity take up ’V’ typeplough scrapper shall also be provided near the snub drum forming part oftake-up unit to prevent m<strong>at</strong>erial spilled on the return belt, from damaging thebelt <strong>at</strong> the take-up drums.iii)All the conveyors shall be provided with one self cleaning type rubber discreturn idler loc<strong>at</strong>ed near the head drum for cleaning the return belt.2.1.10 Hold Back DeviceIntegral hold back devices alongwith gear box shall be provided for preventingrunning back of the conveyor belt in loaded conditions due to power failure orotherwise.2.1.11 Accessoriesi) Pull Chord SwitchFor stopping the conveyor from any point along the conveyor length, pullchord switches shall be provided on one side of the whole conveyor length.This shall be totally enclosed, dust and vermin proof, cast metal unit with tripand reset levels mounted along the main walkway side <strong>at</strong> regular interval of50meters (with minimum one per conveyor). The pull chord rope shall be ofPVC she<strong>at</strong>hed GI wires.ii)Belt Sway SwitchTotally enclosed dust & vermin proof belt sway switch shall be provided onboth sides along the conveyor length <strong>at</strong> a regular interval of 50 meters. Beltsway switches shall also be provided near head drum, tail drum and drivedrums. These switches shall be auto reset double contact type. One foradvance indic<strong>at</strong>ion on excessive belt sway and the other for tripping of theconveyor.i) Zero Speed Switch/Belt sequence Switch311410168 V(E) - 9 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works<strong>CMPDI</strong>One number belt speed monitoring switch per conveyor shall be providedwhich shall stop the conveyor in case of slipping or snapping of the belt or incase belt speed falling below 80% of the r<strong>at</strong>ed speed. These switches shallalso serve as belt sequence switch for the preceding conveyor.2.1.12 Guardingi) Guarding on the conveyor drive shall comply with the relevant l<strong>at</strong>est IndianStandards. The guards shall be of expanded metal conforming to IS:412(Current). The minimum clearance between the guard & moving parts & thesize of opening 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 for insertionof bars for cleaning. The minimum distance between any moving parts of theconveyor and any part of the slot shall be 300mm.Guards shall totally enclose all parts as far as practicable. Prevent access tothe part e.g. for an in running belt, the guard around which an oper<strong>at</strong>or canput his arm shall extend <strong>at</strong>least 900mm from the belt. All surface andoverhead conveyors shall have a walkway of 1.2m on both sides. In case ofthe traveling tripper conveyor, the following sub-clauses shall also apply.Access: Where main is any danger or trapping a person between the movingtripper conveyor and fixed observed other than its track, than shall beminimum clearance 1500mm.Guards: Guards shall be provided to prevent any trapping between thetraveling wheels and the rails.311410168 V(E) - 10 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works<strong>CMPDI</strong>2.1.13 Compliance with StandardsThe troughed belt conveyors shall comply with the relevant l<strong>at</strong>est IndianStandard specific<strong>at</strong>ions. All components, m<strong>at</strong>erials and equipment used shallalso comply with the relevant l<strong>at</strong>est Indian Standards specific<strong>at</strong>ions andcode of practices or in their absence. the BS/DIN/USA or equivalentIntern<strong>at</strong>ional Standards, unless otherwise mentioned.2.1.14 Conveyor BeltingThe belting shall be suitable for oper<strong>at</strong>ion under the duty conditions andcomply with all relevant Indian Standards/Codes.Skim co<strong>at</strong>ed plies are recommended for all conveyors having high m<strong>at</strong>erialimpact <strong>at</strong> loading points on the belts. The belting of the conveyors under thescope of the <strong>tender</strong>, should meet the following technical specific<strong>at</strong>ions:- Fabric Type : Nylon/Nylon- Minimum factor of safety : 10 for arriving <strong>at</strong> allowableWorking tension- Tension Utilis<strong>at</strong>ion factor : 80%- Cover grade : M-24- Approx. thickness (Ply) : 1.5-1.85 mm- Approx. weight : 15.75-19.75 g/cm/ply/mtr- Cover thickness : 5mm top/ 3mm bottom, or as per specificdesign requirement whichever is more.Belt shall have sufficient l<strong>at</strong>eral flexibility so th<strong>at</strong> it shall suit the troughingangle requirement even when it is empty and also shall have sufficient l<strong>at</strong>eralstiffness. Belt shall have sufficient longitudinal flexibility so th<strong>at</strong> it can easilyflex around different pulleys of the conveyor system.Belt shall have sufficient impact resistance to withstand impact <strong>at</strong> loadingpoints and shall be mildew inhibited, edge protected, open end skim co<strong>at</strong>edplies.311410168 V(E) - 11 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works<strong>CMPDI</strong>2.1.15 The <strong>tender</strong>er shall submit a conveyor schedule giving complete specific<strong>at</strong>ionsas per form<strong>at</strong> below:Sl.No.1 Quantity Nos.2 Width (approx.) Mm3 Troughing angle Deg.4 Length (approx.) M5 Speed (approx.) m/sec6 Peak capacity Tph7 Lift (approx.) M8 Type of drive9 Motor power kW10 Synchronous speed RPM11 Anti roll back device(mechanical typeParticulars Units ConveyorsRBC-1 RBC-2 RBC-3 RBC-4 RBC-512 M<strong>at</strong>erial to be conveyed13 Bulk density of them<strong>at</strong>erialt/m 314 Nominal lump size Mm15 Condition of m<strong>at</strong>erial Moist or Wet16 Belt selectedi)Type of carcassii) Belt Joint3.0 SCREENSScreen shall be vibr<strong>at</strong>ing, 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 <strong>at</strong> 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 beprovided to facilit<strong>at</strong>e maintenance of the equipment/ unit. Normally the drive will bev-belt type or universal coupling type. The <strong>tender</strong>er will submit a screen schedulegiving complete specific<strong>at</strong>ions as per form<strong>at</strong> given hereinafterNo.Unitno.Cap(tph)Size(mm)LBMotorPower(KW)Aperture(mm)Amplitude(mm)Frequency(Cyclesper min)Make Type ** Circular throw, Linear motion, Double counterweight, etc.311410168 V(E) - 12 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works4.0 CHUTES AND LINERS<strong>CMPDI</strong>4.1 The chutes shall be fabric<strong>at</strong>ed from 10mm thick MS Pl<strong>at</strong>es by electric weldingas per relevant IS Codes of practices. These shall be provided with necessarystiffeners and brackets for supporting from the adjacent structures. The chutesshall be provided with wear resistant synthetic/rubber liner on their wearingand impact bearing surfaces. The minimum thickness of the synthetic/rubberliner shall be 40 mm and it shall have the shore hardness of 68 degree + 5degree A. The liner pl<strong>at</strong>e shall be high pressure moulded to ensure uniformcuring of thick sections. For all impact areas, the liner pl<strong>at</strong>es shall be ofstandard size and replaceable pl<strong>at</strong>e wise for ease or maintenance. For nonimpactareas, where only fine particles of coal are supposed to fall should belined with polymer liner pl<strong>at</strong>es of suitable thickness.4.2 The liners shall be fastened with a flexible system to minimize instantaneousimpact and hence reduce the wear r<strong>at</strong>e. The fastening system shall be eitherthrough bolting or stud welded belting for quick install<strong>at</strong>ion. For all impactareas the bolt heads shall be protected by a rubber plug. The working<strong>at</strong>mosphere shall be dusty, temper<strong>at</strong>ure shall range between 4 0 C and 50 0 Cand rel<strong>at</strong>ive humidity up to 100%.5.0 ELECTRIC HOIST, CHAIN PULLEY BLOCK AND LIFTINGBEAMSElectric hoist of suitable capacity shall have to be provided <strong>at</strong> str<strong>at</strong>egic pointsin primary shaft sizer house. In addition to above, lifting beams, hooks shall also haveto be provided wherever required.While designing layout of the plant and equipment, adequ<strong>at</strong>e space shall alsobe provided to facilit<strong>at</strong>e safe maintenance of the equipment.311410168 V(E) - 13 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works<strong>CMPDI</strong>6.0 PAINTINGAll mechanical parts shall be co<strong>at</strong>ed with antirust varnish. On completion oferection, the exposed steel and iron parts shall be given two co<strong>at</strong>s of approvedsynthetic painting after primer co<strong>at</strong>ing.The paint for M.S. pl<strong>at</strong>es and pipes shall consist of one primer co<strong>at</strong> afterperfect brushing and two finish co<strong>at</strong>s. 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 th<strong>at</strong> the painting may beperformed uniformly and homogeneously. Care is to be taken to obtain minimumrequisite film thickness.7.0 LUBRICATIONPressure lubric<strong>at</strong>ing fittings and/or fl<strong>at</strong> industrial button head type greasenipples of adequ<strong>at</strong>e size shall be provided on all bearings and machinery partsrequiring lubric<strong>at</strong>ion. Autom<strong>at</strong>ic feed lubric<strong>at</strong>ors may also be provided whereverneeded. Extension tubing shall be provided for all points otherwise inaccessible fromnormal working floors to facilit<strong>at</strong>e lubric<strong>at</strong>ion.The machinery parts requiring lubric<strong>at</strong>ion shall be adequ<strong>at</strong>ely and properlylubric<strong>at</strong>ed <strong>at</strong> the time of install<strong>at</strong>ion of the equipment. Lubricants used shall conformto relevant BIS or equivalent acceptable standards.8.0 FIRE FIGHTING SYSTEMNecessary fire fighting arrangement shall be provided <strong>at</strong> all str<strong>at</strong>egic pointsas per TAC and other relevant standards. The system shall also have to comply withprovision of Factory Rules for fire fighting arrangement.311410168 V(E) - 14 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works<strong>CMPDI</strong>9.0 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 <strong>tender</strong>er may also quote any other make,which may be considered/ accepted by the purchaser provided the purchaser iss<strong>at</strong>isfied with the furnished evidence and justific<strong>at</strong>ion in support of the performance ofany such particular make of equipment quoted by the <strong>tender</strong>er.Sl.No.Company preference Vendor ListItem DescriptionName of Approved Manufacturers1 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/ HINDUSTAN311410168 V(E) - 15 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg WorksUDYOG LTD/ HI-TECH EQUIPMENTSYSTEM (P) LTD.<strong>CMPDI</strong>7 BELTING MRF/ NIRLON/ ANDREW YULE/ HILTON/FENNER/ NORTHLAND RUBBER MILLS/ORIENT RUBBER ./ FORECH/HINDUSTAN RUBBER.8 CHUTE LINER TEGA/ KAVERI/ HILTON/ DEVI- RUBBER/WEAR RESISTANT TECHNOLOGIST9 CHAIN PULLEY BLOCK INDEF/ TRACTEL TIRFOR/ ELEMECHHOIST/GRIP ENGINEERS/ INDEF/GREAVES COTTON/ REVA ENGG/KANUBHAI/ BATLIBOI/TURBOFURGUSON/ SUREKA/ ARMSEL10 FIRE FIGHTING MAX/ THERMAX/ VIJAY/ F.HARLEY /MINIMAX/ APC/ TECHNOFAB/ STEEAGE/TECHNO INDIA/ PROJECTS & CONTROL11. ELECTRIC HOIST HOIST-O-MECH/GREAVES COTTON/ELEMECH HOIST/POWER BUILD/KANUBHAI/ INDEF/ BATLIBOI/ BRADY/TRACTEL/TRIFOR/ HITECH/ TURBO-FURUGUSON/ GRIPP ENGGG/SWIFT(GREAVES)/KM ENGG./SUREKA12. VIBRATING SCREENS TRF/IC/HYDIND/ELECON/MBEORIENT/SAYAJI/BUCKAU0-WOLFL&T/HUMBOLDT WEDAG, IMT13. LINER TEGA/ TISCAL/ HILTON/ KAVERI311410168 V(E) - 16 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works<strong>CMPDI</strong>10.0 INSTALLATION & ERECTION10.1 All the mechanical and electrical equipment install<strong>at</strong>ion shall be under thesupervision of experienced, competent and qualified engineers in therespective field.10.2 All install<strong>at</strong>ions of mechanical and electrical equipment along with itsaccessories and m<strong>at</strong>erials shall conform to the Indian Electricity Rules, FactoryRules & relevant current Indian Standard specific<strong>at</strong>ions and code of practice.Where no Indian specific<strong>at</strong>ions are available, the same shall conform toBSS/DIN/ US/ any equivalent Intern<strong>at</strong>ional Standards or generally acceptedsound engineering practices.10.3 All the mechanical & electrical equipment associ<strong>at</strong>ed in the system shall beprovided with sufficient space around it for approach to the equipment for thepurpose of easy oper<strong>at</strong>ion, maintenance and inspection.10.4 All the mechanical & electrical equipment along with their accessories shall beproperly secured with proper locking and other means to avoid noise andvibr<strong>at</strong>ion of the equipment and its different components.10.5 All the equipment shall be given proper safety enclosures with sufficientmoving space and all the rot<strong>at</strong>ing parts shall be covered by suitableenclosures/ safety guards.10.6 Initial filling of oil and lubricant shall be done by the contractor as per therequirement of individual machine.11.0 EQUIPMENT COMPONENT DETAILSIn respect of all the mechanical/ electrical/ electronic equipment/ component,the <strong>tender</strong>er shall have to furnish their full technical details covering capacity, make,type, size, weight, quantity, performance parameters, specific technical fe<strong>at</strong>ures,descriptive pamphlets, past performance certific<strong>at</strong>e, oper<strong>at</strong>ional manuals, detailed311410168 V(E) - 17 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


Mechanical Engg Works<strong>CMPDI</strong>circuit diagrams with components specific<strong>at</strong>ions, install<strong>at</strong>ion and maintenancemanuals etc. as far as possible and as applicable.Drawings, pamphlets and liter<strong>at</strong>ure of the main equipment shall be furnishedalong with the offer.311410168 V(E) - 18 Sign<strong>at</strong>ure of <strong>tender</strong>erwith seal and d<strong>at</strong>e


SECTION – V (F)Electrical Engineering Works


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>SECTION – V (F)ELECTRICAL ENGINEERING WORKS & SPECIFICATION1.0 SCOPE OF WORKThe scope of work of this <strong>tender</strong> shall broadly covers, supply of equipment,erection, testing, commissioning and finally handing over of the plant in s<strong>at</strong>isfactoryrunning condition after the final test in respect of electrical system. The EntireElectrical works shall be conforming to Indian Electricity Rules and relevant IndianStandards.The scope of work broadly covers as follows:a) Power for the proposed Deshaling plant shall be received throughsuitably r<strong>at</strong>ed 6.6kV grade XLPE cable from 33/ 6.6kV sub-st<strong>at</strong>ion of the<strong>washery</strong>. One no. feeder from the existing 6.6kV distribution board isavailable for feeding power to Transformer of the proposed Deshalingplant. (The existing feeder shall be renov<strong>at</strong>ed as per the requirement.)b) One indoor sub-st<strong>at</strong>ion with 750kVA, 6.6kV/415V transformer has beenconsidered to feed power to the MCC of the proposed Deshaling plant.The sub-st<strong>at</strong>ion will be loc<strong>at</strong>ed in the proposed plant.c) Supply and Install<strong>at</strong>ion of one no of MCC panel for supply power to thedrives loc<strong>at</strong>ed in different position (including capacitor banl).d) Supply and Install<strong>at</strong>ion of Power, Control and Lighting Cables.e) Supply of the Illumin<strong>at</strong>ion system external & internal for the proposedplant.f) Supply and Install<strong>at</strong>ion of Earthing System.g) Other works as required for.311410168 V(F) - 1 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion2.0 PROPOSED POWER SUPPLY SCHEME<strong>CMPDI</strong>2.1 Indoor Sub-st<strong>at</strong>ionOne indoor type sub-st<strong>at</strong>ion with 750 kVA, 6.6kV/415V transformer has beenconsidered to feed power to the MCC of the proposed deshaling plant. Thesub-st<strong>at</strong>ion will be loc<strong>at</strong>ed in the proposed plant.The single line power supply and distribution diagram is shown in Drg. No.Hq/311410168/04/013.0 SELECTION OF EQUIPMENT3.1 All electrical equipment design, supply, install<strong>at</strong>ion, testing & commissioningshall conform to the Indian Electricity Rules & Relevant Indian StandardSpecific<strong>at</strong>ions. The equipment shall be r<strong>at</strong>ed for continuous oper<strong>at</strong>ion andshall be suitable for heavy coal dust laden <strong>at</strong>mosphere with an ambienttemper<strong>at</strong>ure of 50 o C and 100% humidity. The equipment shall be suitable foroper<strong>at</strong>ion with the following system particulars :Utilis<strong>at</strong>ion Voltage : 415V for Motors upto160 kW.230 V for Illumin<strong>at</strong>ionFrequency : 50 Hz.Phase : 3 (Three).Neutral : Solidly earthed.Fault level : 31 MVA <strong>at</strong> 415V for 1 secondVoltage Vari<strong>at</strong>ion : + 5% <strong>at</strong> 415VFrequency Vari<strong>at</strong>ion : + 3%Control Voltage : 220 V AC.4.0 SPECIFICATION OF TRANSFORMER4.1 GeneralThe transformer shall comply with the l<strong>at</strong>est revisions of IS : 2026 and IEC :76 except where modified or extended by the provisions of this specific<strong>at</strong>ion.311410168 V(F) - 2 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>Any m<strong>at</strong>erial and component not specifically st<strong>at</strong>ed in this specific<strong>at</strong>ion butnecessary for trouble free oper<strong>at</strong>ion of the equipment and accessoriesspecified herein shall deemed to be included.4.2 Other Relevant StandardsThe other relevant standards applicable are as under:IS : 10561 : Applic<strong>at</strong>ion guide for power transformers.IS : 10028 : Code of practice for selection, install<strong>at</strong>ion andmaintenance of transformers.IS : 1866 : Code of practice for maintenance supervision of mineralinsul<strong>at</strong>ing oil.IS : 2099 : Bushing for altern<strong>at</strong>ing voltage above 1000V.IS : 3639 : Fittings and accessories for power transformers.IS : 335 : New insul<strong>at</strong>ing 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 lowvoltage switchgear and control gear.IS : 1554 : PVC insul<strong>at</strong>ed(heavy duty)electric cables-1100V(Part-I).IS : 7404 : Paper covered 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 vari<strong>at</strong>ion (combined) of voltage and frequency.b) Continuous oper<strong>at</strong>ion <strong>at</strong> r<strong>at</strong>ed kVA <strong>at</strong> each of the tap voltagesc) Over loading of units as indic<strong>at</strong>ed in IS:6600d) Temper<strong>at</strong>ure rise limited to the following values:Cooling Oil WindingONAN 45 0 C to 55 0 C -311410168 V(F) - 3 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>Sl.No.Detail Technical Parameters of 750 kVA TransformerDescriptionR<strong>at</strong>ing1 R<strong>at</strong>ed capacity : 750 kVA2 Quantity : 1no3 Loc<strong>at</strong>ion : Indoor Sub-st<strong>at</strong>ion4 Type of transformer : Core type oil immersed for nonparallel oper<strong>at</strong>ion5 Number of phases : 36 Frequency ; 50 Hz+ 3% to -3%7 Loc<strong>at</strong>ion ; Indoor8 Type of cooling ; ONAN9 Type of oil ; Mineral oil10 R<strong>at</strong>ed voltageHV WindingLV Winding11 Highest system voltageHV WindingLV Winding::12 Impedance voltage <strong>at</strong> r<strong>at</strong>ed current : -13 Method of system earthingHV Winding:LV Winding:::6600Volts + 10%415Volts + 5%---------- Volts--------- VoltsNilSolid14 R<strong>at</strong>ed insul<strong>at</strong>ion 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.15 Connection symbol : DY1116 Earthing of neutral terminals : Required for LV windings17 Tap changer type : +2.5%, +5%, +7.5%, +10%,+12%18 Tapings :19 Terminal Arrangementa) HV sideb) LV side20 a) Temper<strong>at</strong>ure rise (over Ambient ) in Oilb) Temper<strong>at</strong>ure rise (over Ambient) inWinding::::Cable box to suit suitable sizePVCSWA (Al) cableBare bushing for flexibleconnection through flangemounted on tank for bus duct45 0 C55 0 C21 Type of Winding : Double wound copper22 Auxiliary supply voltage for alarm & relay : 230 V AC23 Standard applicable for transformer : IS : 2026 (Current)24 Standard applicable for oil used : IS : 335 (Current)311410168 V(F) - 4 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion5.0 MOTOR CONTROL CENTRE (MCC)<strong>CMPDI</strong>Each motor feeder shall have suitably r<strong>at</strong>ed MCCB, Contactor and Overloadrelay. Also all feeders in the MCC panel shall be provided with an indic<strong>at</strong>ion lamp toindic<strong>at</strong>e running of respective drive.Power to the allied equipment like Welding socket outlets, shall be providedfrom the MCC through switch-fuse unit.5.1 Specific<strong>at</strong>ion for Motor Control Centre (MCC)5.1.1 GeneralThis specific<strong>at</strong>ion covers requirements for 415V LT Motor Control Centre(MCC) incorpor<strong>at</strong>ing MCCB or fuse switch units or any combin<strong>at</strong>ion of these.The Motor Control Centre (MCC) shall comply with the l<strong>at</strong>est version of IS:8623 & IEC 439-1 except where modified or extended by this specific andwith the relevant parts of standards mentioned in elsewhere.Any m<strong>at</strong>erial and component not specifically st<strong>at</strong>ed in this specific<strong>at</strong>ion butnecessary for trouble free oper<strong>at</strong>ion of the motor and its accessoriesspecified herein shall be deemed to be included.5.1.2 Constructional Details of MCCMotor Control Centre (MCC), shall be of metal enclosed, indoor, floormounted, free-standing type.All switchboard frames and load bearing members shall be fabric<strong>at</strong>ed usingsuitable mild steel structural sections or pressed and shaped cold-rolledsheet steel of thickness not less than 2.0 mm. Frames shall be enclosed incold-rolled sheet steel of thickness not less than 1.6mm. Doors and coversshall also be of cold rolled sheet steel of thickness not less than 1.6 mm.Stiffeners shall be provided wherever necessary. The gland pl<strong>at</strong>es thicknessshall be 3.0 mm 9minimum) for hot/cold rolled sheet steel and 4.0mm(minimum) for nonmagnetic m<strong>at</strong>erial.311410168 V(F) - 5 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>All panel edges and cover/door edges shall be reinforced against distortionby rolling, bending or by the addition of welded reinforcement members. Thetop covers of the panels should be designed such th<strong>at</strong> they do notpermanently bulge/bend by the weight of maintenance personnel working onit.The complete structures shall be rigid, self-supporting, and free from flaws,twists and bends. All cutouts shall be true in shape and devoid of sharpedges.All switchboards shall be of dust-proof and vermin-proof construction andshall be provided with a degree of protection of IP 52.All switchboards shall be of dust-proof and vermin-proof construction andshall 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 r<strong>at</strong>ing is 850A and above. Provision shall be made in allcompartments for providing IP: 52 degree of protection, when circuit-breakeror module trolley has been removed. All cutouts shall be provided withsynthetic rubber gaskets, The switchboards which are meant for outdoor dutyshall be provided with degree 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 chamberswhere continuous busbar r<strong>at</strong>ing in 850A and above.All switchboards shall be of uniform height not exceeding 2100mm.Switchboards shall be easily extendable on both sides by the addition ofvertical sections after removing the end covers.Switchboards shall be supplied with base frames made of structural steelsections alongwith all necessary mounting hardware required for weldingdown the base frame to the found<strong>at</strong>ion/ steel insert pl<strong>at</strong>es. The base frameheight shall be such th<strong>at</strong> floor finishing (50 mm thick) after erection of theswitchboards does not obstruct the movement of doors, covers withdrawablemodules etc.311410168 V(F) - 6 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>All switchboards shall be divided into distinct vertical sections (panels), eachcomprising of the following compartments.5.1.3 ContactorsMotor starter contractors will be of air break, electro magnetic type r<strong>at</strong>ed foruninterrupted duty.Contactors will be double break, non-gravity type and their main contacts willbe silver faced.Each contactor will be provided with required number of normally open (NO)and normally closed (NC) auxiliary contacts.Oper<strong>at</strong>ing coils of contactors will be of 220 AC. The contactors will oper<strong>at</strong>es<strong>at</strong>isfactorily 85% to 110% of the r<strong>at</strong>ed voltage. The contactor will not dropout <strong>at</strong> 70% of the r<strong>at</strong>ed voltage, but will definitely drop out <strong>at</strong> 20% of the r<strong>at</strong>edvoltage.Motor protection Relay – Motor protection relay will be provided to providecomprehensive protection to the motors.Earth Leakage Protection – All the outgoing feeders will be equipped withearth leakage protection.5.1.4 Overload RelayThe Bi-metallic overload relay shall be suitable for contactor mounting. Theauxiliary contacts of the overload relays shall be provided with quick makeand break mechanism. The over-load relay shall be three elements, time lag;with auto reset/ hand reset mechanism. The relay shall be provided with anambient temper<strong>at</strong>ure-compens<strong>at</strong>ing device to offset the effect of ambienttemper<strong>at</strong>ure vari<strong>at</strong>ion.311410168 V(F) - 7 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>5.1.5 Technical Parameters of 415V MCCDetail Technical Parameters of MCCSl No. Item Description1 Applicable Standard : IS 86232 Enclosure : Single front3 Protection of Enclosure : IP:52 for indoor4 Loc<strong>at</strong>ion : Indoor5 R<strong>at</strong>ed Voltage : 415V6 R<strong>at</strong>ed Control Voltage : 220V AC7 Bus Bar System : TPN, Aluminum8 Bus Bar R<strong>at</strong>ing : Horizontal main bus 400Amps,.9 Short time r<strong>at</strong>ing : 50kA for 1 Sec10 Power frequency withstandvoltage: 2.5kV for 1 min for Bus bars &Breakers, Switches &Contactors 2kV for 1 min forrelays, Timers, Transformers.11 Duty of Power Contactors : AC3 for non reversible & AC4for reversible13 Duty of Auxiliary Contactors : AC114 C<strong>at</strong>egory of Switches : AC23 for fuse switches & AC22for auxiliary devices15 Type of Control Transformer : Dry type, 415/110V ofadequ<strong>at</strong>e r<strong>at</strong>ing17 Cable Entry : Bottom/Top18 Earthing : Main Bus-Aluminum 300 Sq.mm Vertical Bus-150Sq. mm19 Dimension of a Single Panel : As required20 Paint & Finish : Panel outer surface-SmokeGreyPanel inner Surface-GlossyWhiteName pl<strong>at</strong>e- Non rustingm<strong>at</strong>erial21 Requirement for Local oper<strong>at</strong>iononly: As required6.0 CONTROL DESKThe proposed Deshaling plant shall be controlled from a control desk to beinstalled in the plant and system shall work on relay logic system to commensur<strong>at</strong>ewith existing relay logic system of Madhuband <strong>washery</strong>.The proposed system shall be interlocked with the existing plant where evernecessary for smooth oper<strong>at</strong>ion of the plant.311410168 V(F) - 8 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>The control desk shall be loc<strong>at</strong>ed in the proposed plant in a dust freeenvironment.Start- stop facility with local – remote facility along with mimic diagram has tobe provided in the control desk.7.0 CABLES7.1 XLPE cable of suitably r<strong>at</strong>ed 6.6kV grade has been considered for feedingpower to Deshaling plant. The indoor transformer of the proposed Deshalingplant will received power from spare feeder of 33/6.6kV sub-st<strong>at</strong>ion of the<strong>washery</strong> through XLPE cables.All outdoor cable <strong>at</strong> the plant site are to be laid in trenches and partly on thecable supporting structures where ever required along the outdoor walls ofbuildings and galleries.Indoor cables are to be laid on cable supporting structures under floors,along wall as well as in pipes and in bottom level doors, where cable reachthe electrical equipment.7.2 Specific<strong>at</strong>ion for 1100 V grade Power CablesThis specific<strong>at</strong>ion covers requirements of 1.1kV grade PVC insul<strong>at</strong>ed (heavyduty) armoured Aluminum conductor electric cables. The cable shall complywith the l<strong>at</strong>est version of IS: 1554(Part-1) except where modified or extendedby this specific<strong>at</strong>ion and with the relevant parts of standards mentionedelsewhere. Any m<strong>at</strong>erial, component or accessory not specifically st<strong>at</strong>ed inthis specific<strong>at</strong>ion but necessary for trouble free oper<strong>at</strong>ion shall be deemed tobe included.7.3 Specific<strong>at</strong>ion for 660V grade Control CablesThis specific<strong>at</strong>ion covers requirements of 660V grade PVC insul<strong>at</strong>edArmoured Copper conductor control cables. The cable shall comply with thel<strong>at</strong>est version of IS : 1554(Part-1) except where modified or extended by thisspecific<strong>at</strong>ion and with the relevant parts of standards mentioned elsewhere.311410168 V(F) - 9 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>Any m<strong>at</strong>erial, component or accessory not specifically st<strong>at</strong>ed in thisspecific<strong>at</strong>ion but necessary for trouble free oper<strong>at</strong>ion shall be deemed to beincluded.7.4 Technical Inform<strong>at</strong>ion:Applicable Code - IS 1554 (Part-I )Cable Code - YWY/YFYVoltage Grade - 660VConductor Size - 1.5(internal ) /2.5 (external) mm 2No. of Cores - As required7.5 Specific<strong>at</strong>ion for Accessories of CablingThe Specific<strong>at</strong>ion covers the requirements for accessories of cabling worklike cable trays, cable ladders, PVC & Steel conduits and fittings, supportsystems.Any m<strong>at</strong>erial, component or accessory not specifically st<strong>at</strong>ed in thisspecific<strong>at</strong>ion but necessary for trouble free oper<strong>at</strong>ion shall be deemed to beincluded.Nothing in this specific<strong>at</strong>ion shall be construed as to relieve the bidder of theresponsibility for correctness of the design and construction of theequipment.7.6 CodesThe applicable codes are as under :IS 732 - Codes of practice for electrical wiringIS 513 - Cold rolled low carbon steel and strips.IS 1079 - Hot rolled carbon steel and strips.IS 9537 - Conduits for electrical install<strong>at</strong>ionIS 2667 - Fittings for rigid steel conduits for electrical wiring.IS 2629 - Recommended practice for hot dip galvanizing.311410168 V(F) - 10 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>7.7 Conduits, Fittings and AccessoriesConduits offered shall be rigid steel & PVC complete with fittings andaccessories ( like bends, check nuts, sockets etc). The size of the conduitshall be selected on the basis of maximum 40% fill factor and in accordancewith relevant code.a) Rigid Steel ConduitsRigid steel conduits conforming to relevant codes shall be threaded on bothsides and suitable for mechanical stresses. Conduits shall be smooth <strong>at</strong>inside and outside. Conduits shall be plugged by PVC caps <strong>at</strong> the ends forstorage and transport<strong>at</strong>ion. Fittings and accessories shall also be hot dipgalvanized.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 ofcold rolled steel sheet of minimum thickness 2 mm. Top of the boxes shallbe arranged to slope towards rear of the box. Gland pl<strong>at</strong>e shall be 3mm thicksheet steel with neoprene/ synthetic rubber gaskets. Twenty percent spareterminals shall be provided in each terminal block.8.0 LOCAL PUSH BUTTON STATIONLocal Push button st<strong>at</strong>ion (LCS) shall be metal enclosed, suitable foroutdoor/indoor mounting on wall or steel structures. The enclosure shall be die-castaluminum or cold rolled sheet steel of <strong>at</strong> least 1.6mm thickness. The enclosure shallbe provided with a hinged guard <strong>at</strong> the front, covering full length, to avoid inadvertentoper<strong>at</strong>ion of push buttons. LCS shall be painted to shade no. 692 of IS:5 inaccordance with relevant code. The LCS shall be dust and vermin proof and shallhave a degree of protection of IP-53 as per the relevant code.The LCS shall be suitable for both top and bottom cable entry and shall beprovided with removable undrilled gland pl<strong>at</strong>es or knockouts. Adequ<strong>at</strong>e space shall311410168 V(F) - 11 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>be available inside the LCS enclosure for termin<strong>at</strong>ing external cables directly on pushbutton terminals.Push button will be of spring return push to actu<strong>at</strong>e type. Their contacts shallbe r<strong>at</strong>ed to make continuously carry and break 10A <strong>at</strong> 230V AC. All push buttonsshall have one normally open and normally closed contact unless specifiedotherwise. The colour of the button shall be as follows:GreenRedBlackfor motor START, breaker CLOSE, commandsfor motor TRIP, breaker OPEN commands andfor all enunci<strong>at</strong>or functions, overload, reset andmiscellaneous commands including reversal.9.0 INDICATING LAMPSIndic<strong>at</strong>ing lamp shall be the panel mounting, filament type and low w<strong>at</strong>tconsumption. The lamps shall have escutcheon pl<strong>at</strong>es marked with its functionwhenever necessary.The lamps shall have translucent lamp-covers of the following colours:a) Red - for motor ON, valve/damper OPEN, breaker CLOSEb) Green - for motor OFF, valve/damper CLOSE, breaker OPENc) White - for motor AUTO TRIP.d) Blue - for all healthy conditions (e.g. CONTROL SUPPLY ONand also for SPRING CHARGED)e) Amber - for all Alarm conditions (e.g. overload). Also for SERVICEand TEST position indic<strong>at</strong>ions.Bulbs and lamps covers shall be easily replaceable from the front of thecubicle.Indic<strong>at</strong>ing lamps should be loc<strong>at</strong>ed just above the associ<strong>at</strong>ed push button/control switches.311410168 V(F) - 12 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>All indic<strong>at</strong>ing lamps shall be suitable for continuous oper<strong>at</strong>ion <strong>at</strong> 90% to110% of their r<strong>at</strong>ed voltage.10.0 MOULDED CASE CIRCUIT BREAKER (MCCB)This specific<strong>at</strong>ion covers requirements for 415V, 850A 3 ph, 50Hz, MouldedCase Circuit Breakers suitable for power supply to the MCC from existing MCC. TheMoulded case circuit breakers shall comply with the l<strong>at</strong>est revision of IS: 13947 (Part-I) and IEC.Any m<strong>at</strong>erial and component not specifically st<strong>at</strong>ed in this specific<strong>at</strong>ion butnecessary for trouble free oper<strong>at</strong>ion of the equipment and accessories specifiedherein shall deemed to be included.10.1 The other relevant Indian standards are as under:IS: 3072 :IS:4237 :IS:10118 :IS: 11353 :Code for practice for install<strong>at</strong>ion and maintenance ofswitchgearGeneral requirements for switch gear and control gears forvoltages not exceeding 1000V AC.Code of practice for selection, install<strong>at</strong>ion and maintenance ofSwitch gear and control gear.Guide for uniform system of marking and identific<strong>at</strong>ion ofconductors and appar<strong>at</strong>us termin<strong>at</strong>es.10.2 Constructional Fe<strong>at</strong>ures:The Circuit breakers shall be three poles, moulded case air break type. Thecircuit breaker shall have tripping mechanism for over load and short circuitirrespective of the type of oper<strong>at</strong>ing mechanism. Suitable indic<strong>at</strong>ions shall beprovided on circuit breaker to show “ON” “OFF”, conditions.10.3 Protection:The MCCBs shall be ambient temper<strong>at</strong>ure compens<strong>at</strong>ed thermal overloadtrip with adjustable settings and magnetic short circuit trip.311410168 V(F) - 13 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>10.4 Technical details1. Applic<strong>at</strong>ion : Switch board2. Number of poles : 33. R<strong>at</strong>ed current : 850A4. Making capacity : 25kA for 1 second5. R<strong>at</strong>ed voltage : 415V (+5%)6. Frequency : 50 Hz (-5% to 3%)7. Symmetrical breaking : 10kA (rms)capacity8. Settings : Thermal (Adjustable)9. Oper<strong>at</strong>ing Mechanism : Manual trip free10. Tripping arrangement : Thermal overload & short circuitelectromagnetic release.11. Protection : Short circuit, Overload and Single phasing.12. Cable Entries : Suitable for PVC(SWA) with Aluminiumconductor, totally shrouded to avoid risk ofelectric shock to oper<strong>at</strong>ing personnel.13. Execution : Fixed11.0 MINIATURE CIRCUIT BREAKER (MCB)1. Applic<strong>at</strong>ion : Switch board2. Number of poles : 23. R<strong>at</strong>ed current : 63A, 40A, 32A, 25A, 20A, 16A,10A & 6A4. Breaking capacity : 9kA for 1 second5. R<strong>at</strong>ed voltage : 230V (+5%)6. Frequency : 50 Hz (-3% to 3%)7. Enclosure of the breakers : Moulded self extinguishingThermoset plastic8. Dolly (Switching level) : Either OFF or ON position9. Fixing : Snap fitting10. Terminals : To take PVCSWA 25 mm2311410168 V(F) - 14 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>Conductors for the outgoing cables.Incoming terminals shall beconnected to bus.11. Mechanical service life : Not less than 20,000 oper<strong>at</strong>ions.12. Electrical endurance<strong>at</strong> r<strong>at</strong>ed Load : Not less than 20,000 oper<strong>at</strong>ions13. Clim<strong>at</strong>e resistanceto confirm : IEC-68/214. Ambient temper<strong>at</strong>ure : As mentioned in elsewhere15. Oper<strong>at</strong>ing mechanism : Manual Trip Free16. Tripping Arrangement : Magnetic Short Circuit Release.Thermal Overload Release12.0 SWITCH FUSE UNIT12.1 ScopeMCC module provided with a switch fuse combin<strong>at</strong>ion shall be heavy duty,load-break suitable for continuous oper<strong>at</strong>ion. The switch shall be adequ<strong>at</strong>elyr<strong>at</strong>ed so as to be fully protected by its associ<strong>at</strong>ed HRC fuses during abnormaloper<strong>at</strong>ing conditions such as short circuit etc.This specific<strong>at</strong>ion covers requirements for 415V Switch Fuse Unitsconforming to IS: 13947 (Part3) inclusive of l<strong>at</strong>est amendments, if any .Any m<strong>at</strong>erial and component not specifically st<strong>at</strong>ed in his specific<strong>at</strong>ion butnecessary for trouble free oper<strong>at</strong>ion of the equipment and accessoriesspecified herein shall be deemed to be included.12.2 Design CriteriaThe switches shall oper<strong>at</strong>e on a 415V(+5%), 3 phase, 50 Hz (-3% to 3%)power supply. Fault withstand capacity shall be not less than 9KA for onesecond.Technical Specific<strong>at</strong>ion for Switch Fuse unit311410168 V(F) - 15 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>1 Install<strong>at</strong>ion : Switch board2 No. of poles : 33 Service Voltage : 415V (+5%)4 Continuous Current : 250A,200A,125A,63A,& 32A5 Nominal short time current : 9KA6 Contactor Duty : AC17 Frequency : 50Hz(-3% to 3%)8 Mechanical life : Not less than 3 Million oper<strong>at</strong>ions9 Enclosure : sheet Steel 1.6 mm.13.0 SPECIFICATION FOR CAPACITORS BANKThe capacitors bank shall be provided <strong>at</strong> MCC and erected as per thefollowing specific<strong>at</strong>ions:The st<strong>at</strong>ic shunt capacitor shall be used for power factor correction on 415volts, 3 phase 50 Hz restricted earthed system. The improvement in power factor willbe 0.92 lag and above. The Bidder will indic<strong>at</strong>e the level of improved in the offer.Power capacitor banks shall be of unit type construction. The required outputbeing obtained by banking together a number of basic units in a parallel or seriesparallel to obtain high degree of reliability. The unit will be mounted on steel racks,which are built up into stacks of desired r<strong>at</strong>ing. The unit will be hermetically sealedcomplete with excellent electrical design ensuring long life. The impregn<strong>at</strong>e usedshall be non-inflammable and non oxidizing synthetic chlorin<strong>at</strong>ed biphenyl to ensureuniform field distribution and high ioniz<strong>at</strong>ion limit. Each element of capacitor unit willhave its own built in special fuse to ensure unit services. In case of fault in anelement, the over voltage on the remaining elements does not exceed 10%.Thecapacitor banks will be designed to withstand electro-dynamic and thermal stressescaused by transient over currents during switching. Internal discharge resistance willbe provided with each unit to limit the residual voltage to less than 50 volt as perrelevant standard.To elimin<strong>at</strong>e unduly frequent switching when peak load of short dur<strong>at</strong>ionoccur, a time relay will be incorpor<strong>at</strong>ion. In case of supply interruption, the zero311410168 V(F) - 16 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>voltage relay will be provided to reset the control devices to their neutral position soth<strong>at</strong> on restor<strong>at</strong>ion of supply, the capacitor stages are switched on again thuspreventing any undesirable current and voltage peak.The unit will be put through a series of physical and electrical tests as perrelevant standards, IS 2834 –1964.14.0 PLANT CONTROL SYSTEMThe proposed deshaling plant control system will be controlled by relay logicsystem. The control desk shall have the followings-Oper<strong>at</strong>or panels with mimic diagrams, control and signaling equipment,control keys and buttons.Sequential control of the proposed deshaling plant product belt conveyor tothe feed conveyor of bunker of existing system i.e. <strong>washery</strong> along with individuallocal control of each equipment of the proposed plant.However, when sequence control fails to oper<strong>at</strong>e, the plant can be startedmanually from control desk as well as from site.15.0 INSTRUMENTATIONReliable, sensitive and stable instrument<strong>at</strong>ion system has been proposed forcontrol desk, MCC panel , conveyors are noted below:- Ammeter, voltmeter, power factor meter, maximum demand & energymeter.- Zero speed switch, pull cords.16.0 COMMUNICATIONFor efficient oper<strong>at</strong>ion of the plant, communic<strong>at</strong>ion system with three(3) nos.of lines with phone sets for noisy areas to be provided. The telephone lines to beconnected with existing EPABX telephone exchange of <strong>washery</strong>.311410168 V(F) - 17 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion17.0 POWER POINTS FOR WELDING<strong>CMPDI</strong>Suitable numbers 415 Volts, suitably r<strong>at</strong>ed, 3 Phase 4 wire welding plug andsockets with protective fuses and controlling switches shall be provided in thestr<strong>at</strong>egic loc<strong>at</strong>ion of the area.18.0 GENERAL EARTHINGDouble earthing system provided for earthing of equipment shall be carriedout generally as per IS:3043-1966 and Indian Electricity Rules (Revised) using GIelectrodes and conductors having fe<strong>at</strong>ures given hereinafter.18.1 Two Nos. of earth pits shall be provided all around the pump house fordouble earthing of all electrical equipment, industrial structures etc.18.2 Motor, cable trays and other electrical appar<strong>at</strong>us used for medium voltageaccessories shall be earthed by 2 separ<strong>at</strong>e and distinct earth connection asenvisaged in Indian Electricity Rules in addition to cable armoring wherethere are cable connections.18.3 All the electrical equipment shall be earthed using single/double run ofminimum size of GI conductors as detailed below :Equipment .GI conductor size No. of run of earth conductorMotor Control Centres 50 x 6 mm DoubleAuxiliary Control Devices 10 SWG Wire SingleMotors 30 HP to 100 HP 25 x 6 mm DoubleMotor 3.0 HP to 29 HP 15 x 3 mm Double18.4 Two number of earth pits shall be installed such a manner th<strong>at</strong> earthresistance of each system should not exceed 1.0 ohm as per IndianElectricity Rules/IS.18.5 Earth pit interconnection with existing system & interconnection shall be doneby double GI conductor not less than 65 x 12 mm size buried in earth <strong>at</strong> adepth not less than 1 Metre.311410168 V(F) - 18 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>Level of illumin<strong>at</strong>ion of the working places shall be considered as perIS:3646-L<strong>at</strong>est and IE Rules.19.0 ILLUMINATIONTo c<strong>at</strong>er the entire lighting loads of the proposed deshaling plant one no.lighting feeder has been considered. The lighting distribution shall be done <strong>at</strong> 415 V,3 phases, 4 wire systems as well as 230V, single phase. The level of illumin<strong>at</strong>ion <strong>at</strong>various places like MCC room, control room, building, conveyor gantries, andworking places shall be as per IS:3646, Feb.1966 and I.E. Rules.Detail of Illumin<strong>at</strong>ion LevelsSl Loc<strong>at</strong>ionLevel of Type of Lighting FixtureNo.Illumin<strong>at</strong>ion1 MCC roomsmaintenance cum200 Fluorescent tube light with Industrialtype fixturetesting rooms.2 Control room 300 Fluorescent tube light withDecor<strong>at</strong>ive lighting fixture3 Conveyor gantries, 70–100 HP Sodium vapour lamp close typedustproof well glass lighting fixturewith suitable reflectors.4 External area lightingnear Deshaling plant,conveyor gantries, subst<strong>at</strong>ions,roads etc.20 High pressure sodium vapour lampwith flood lighting/street lightingfixture.19.1 Indoor Illumin<strong>at</strong>ionThe indoor areas of the plant office, control room, stair cases toilets etc. shallbe illumin<strong>at</strong>ed with the help of 230V, AC, 2x40W/ 1x 40W fluorescent lampswith industrial/ decor<strong>at</strong>ive type totally enclosed, dust proof fixtures.19.2 Out door Illumin<strong>at</strong>ionThe outdoor area of the deshaling plant including street and general area shallbe illumin<strong>at</strong>ed with the help of 250W, 230V, AC, HPSV lamps with dust proof311410168 V(F) - 19 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ionflood lighting fixtures.<strong>CMPDI</strong>19.3 Gantries230V, AC, 1x70 W industrial type HPSV lamps shall be utilized forillumin<strong>at</strong>ions of conveyor gantry of tunnels <strong>at</strong> suitable intervals. Fixtures usedfor this purpose shall be dust proof industrial well glass type and wire guard.Illumin<strong>at</strong>ion design, fittings and install<strong>at</strong>ions shall be aimed <strong>at</strong> providing properlevel of illumin<strong>at</strong>ion <strong>at</strong> Deshaling plant, MCC room and street.20.0 STEEL TUBULAR POLES FOR LIGHTING20.1 This specific<strong>at</strong>ion covers requirements for swaged type steel tubular poles foroutdoor lighting.The poles shall comply with the requirements of IS:2713 except wheremodified or extended by the specific<strong>at</strong>ion and with the relevant part.20.2 Other Relevant StandardsThe other relevant standards applicable are as under:IS:2633 - Method of testing weight, thickness and uniformity ofco<strong>at</strong>ing on hard dipped, galvanising articles.IS:728 - Method on determin<strong>at</strong>ion of weight, thickness anduniformity of co<strong>at</strong>ing on galvanized articles other thanwires & sheets.IS: 5 - Colour for ready mixed paints and enamels.20.3 ConstructionThe tubular poles shall consist of 3 or 4 sections of dimensions conforming tothe relevant standard.The thickness of the steel sheets shall conform to the relevant standards.The section shall be hard dip galvanized in accordance with the relevantstandards.311410168 V(F) - 20 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>The section shall be applied with 2 co<strong>at</strong>s of primer and one coal of final paintin accordance with the relevant standards.In case of swan neck pole, top section shall be curved in accordance with thedrawing enclosed. The lamp fixture shall freely fit in with the coupler. For othertype of poles, the lamp fixture mounted on a bracket clamped on the pole <strong>at</strong> aheight of not less than 7 m from the road surface and projecting <strong>at</strong> least 1.3minto the road from the centre of the pole.The lower most section shall be provided with a base pl<strong>at</strong>e having holes forfirm fix<strong>at</strong>ion in the found<strong>at</strong>ion. The height of the pole shall be 9m. Thebidder/supplier shall submit the dimensioned drawings for different sections forapproval by Purchaser before fabric<strong>at</strong>ion.21.0 GENERALa) The plant & equipment shall be checked properly before erectionb) All safety rules & regul<strong>at</strong>ions prevailing in the area and as prescribed bythe employer 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 duringtransport<strong>at</strong>ion/erection or by corrosion or otherwise, shall be given twoco<strong>at</strong>s of paint (primary finishing) after removal of scales, rust, oil,grease etc.e) All iron frame shall be provided with one co<strong>at</strong> of paint before erection.All equipment shall be provided final co<strong>at</strong> of paint according to thecolour scheme of the Company after erection.f) The following item shall be supplied by the successful <strong>tender</strong>er:- Complete set of instruction manuals for install<strong>at</strong>ion, maintenance,testing and adjustment of entire electrical install<strong>at</strong>ion.- Detailed wiring diagram.- Spare parts c<strong>at</strong>alogue.- Set of tools for maintenance.- Spare for commissioning.311410168 V(F) - 21 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion- Overall dimensions & general arrangement.<strong>CMPDI</strong>22.0 MAKE OF EQUIPMENTAll the equipment and accessories quoted for the plant shall be of reputedmake and duly approved by the purchaser. The purchaser's preference for some ofthe equipment is given hereafter. In addition to this, the <strong>tender</strong>er may also quote anyother make, which may be considered/ accepted by the purchaser providedpurchaser is s<strong>at</strong>isfied with the furnished evidence and justific<strong>at</strong>ion in support of theperformance of any such particular make of equipment quoted by the <strong>tender</strong>er.Purchaser's Preference for Make of EquipmentSl No. Item Description Name of the Approved Manufactures1 TRANSFORMERS L&T/ SIEMENS/ GEC/ NGEF/ KIRLOSKAR/ BCH/ANY OTHER REPUTED MAKE2 CAPACITOR BANKWITH PFCORRECTIONABB/ MADHAV CAPACITOR/ GEC ALSTHOM/VOLTAS/ YESHA/ KHATAU/ GEN ELEC/ ASEA/JUNKER/ BHEL/ UNISTAR/ NGEFEQUIPMENT3 CONTROLTRANSFORMERSL&T/ SIEMENS/ JYOTI/GEC ALSTHOM/ NGEF/KIRLOSKAR/ BCH/ ANY OTHER REPUTED MAKE4 MOTOR CONTROLCENTRE/ MCCB/MCBNGEF / L&T./ JYOTI/ SIEMENS / BCH / . ANDREWYULE/ ./GEC/ABB/EASUN ENGG/ CROMPTON /KIRLOSKAR SYSTEM /GEC ALSTHOM/ ASE/MEDITRON/ INCOTECH ENGINEERING PVT LTD/ ANY OTHER REPUTED MAKE5 POWER CABLES CABLE CORPOR./ FORT GLOSTER/ NICCO/PREMIER CABLES/ HINDUSTAN CABLES/HAVELLS/ UNIVERSAL CABLES/ INCAB/ ASEAN/ANY OTHER REPUTED MAKE311410168 V(F) - 22 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


Electrical Engg Works & Specific<strong>at</strong>ion<strong>CMPDI</strong>Sl No. Item Description Name of the Approved Manufactures6 CONTROL CABLES CABLE CORPOR./ FORTGLOSTER/ NICCO/ASEAN/ UNISTAR/ HINDUSTAN CABLES/ K.D.K/RAJNIGANDHA CABLES/ HAVELLS/INCAB/ ANYOTHER REPUTED MAKE7 LIGHT FITTINGS PHILIPS/ CROMPTONS/ GEC ALSTHOM/BAJAJ/ECE/ GLOLITE/ ANY OTHER REPUTED MAKE8 RELAYS GEC ALSTHOM/ L&T/ UNIVERSAL ELECTRIC/SIEMENS/ KIRLOSKAR SYSTEMS/ .A.V.K.-S.E.G.CONTROLS LTD/AGE-NGEF/ENGLISHELECTRIC/ ANY OTHER REPUTED MAKE9 LT CONTACTOR SIEMENS/ L&T/ BCH/ GEC ALSTHOM/ ANDREWYULE/ JYOTI/ HAVELL/ KIRLOSKAR SYSTEMS/AEG/ ANY OTHER REPUTED MAKE10 PUSH BUTTON,INDICATING LAMPL&T/ SIEMENS/ ESSEN/ BCH/ ANY OTHERREPUTED MAKE11 CONTROL L&T/ KAYCEE/ JYOTI/ESSEN/ SIEMENS/SWITCHES HAVELL’S/ ANY OTHER REPUTED MAKE12 ISOLATING L&T/SIEMENS/BCH/ANDREW YULE/ GECSWITCHES ALSTHOM/ JOYTI/ CROMPTON GREAVES/HAVELL’S/EE/ ANY OTHER REPUTED MAKE13 HRC FUSES SIEMENS/L&T/ENGLISH ELECTRIC/ ANY OTHERREPUTED MAKE14 CONTROL DESK JYOTI/ ABB/ MEDITRON/ INCOTECH ENGG PVTLTD311410168 V(F) - 23 Sign<strong>at</strong>ure of Tendererwith Seal & D<strong>at</strong>e


SECTION – V (G)Civil Engineering Works


Civil Engg Works<strong>CMPDI</strong>SECTION – V (G)CIVIL ENGINEERING WORKS1.0 SCOPE OF WORKThe scope of Civil Engineering Work includes construction/ erection of civilworks including supply of all m<strong>at</strong>erials connected with the work of ‘Demonstr<strong>at</strong>ion ofCoal Dry Benefici<strong>at</strong>ion using Radiometric Techniques (ArdeeSort) <strong>at</strong> MadhubandWashery, BCCL’.A schedule of approxim<strong>at</strong>e total quantities against major/ main items ofconstruction is given in Section – VI, Clause – 2.0 – B.4, which shall form basis ofquot<strong>at</strong>ion. Any shortfall in total quantity of all civil & structural works shall be allowedup to 10 % only to every individual items. For shortfall of quantities exceeding 10%,there shall be proportional reduction in the price of the individual items resulting thereduction in the award value by the same amount. Upward vari<strong>at</strong>ion in quantity ofindividual items for civil & structural works should be absorbed by contractor unlessspecifically st<strong>at</strong>ed otherwise in the <strong>document</strong>.The above scope of Civil Engineering Works broadly covers the following:- Site Prepar<strong>at</strong>ion- New Deshaling Plant Building along with MCC room and control room- Conveyor gantries- Modific<strong>at</strong>ion of existing structures essentially required for the proposeddemonstr<strong>at</strong>ion plant and dovetailing with existing system wherever required.All found<strong>at</strong>ion shall be taken <strong>at</strong> least 600 mm below original ground level.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.Two sets of all working drawings for execution of the work shall besupplied to the contractor by the customer <strong>at</strong> the time of execution of the work.311410168 V (G) - 1 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>General arrangement drawings of the various sections are enclosed in the TenderSpecific<strong>at</strong>ion Document for guidance of the <strong>tender</strong>ers.2.0 SURVEY AT SITE2.1 The bidder before submitting his offer, is required to inspect and examine thesite and its surroundings and s<strong>at</strong>isfy himself as to the n<strong>at</strong>ure andcharacteristics of ground and soil, rainfall, the availability and suitability ofother requirements, as required for fair bidding purposes.2.2 The contractor on award of work shall have to undertake detailed site survey.All works rel<strong>at</strong>ed site survey should be conducted as per standard practiceand also as per system requirement.2.3 Pre-construction Anti-termite Tre<strong>at</strong>ment - Pre-construction anti-termitetre<strong>at</strong>ment of soil in found<strong>at</strong>ion and floors should be carried out as per thetechnical requirement and instruction of Engineer in charge.3.0 PLANT STRUCTURES & BUILDINGS3.1 Deshaling Plant Building(Refer Drawing No. i) BCCL/BE/TPL/001, ii) BCCL/BE/SDP/002iii) BCCL/BE/SDP/003, iv) BCCL/DE/01/FDN/0013.1.1 Approxim<strong>at</strong>e Sizea) 11.9m x 11.00m x 16.00m (ht.) for main buildingb) 5.0m x 11.0m x 8.0m (ht.) for MCC & Control Room annexed to mainbuilding3.1.2 Type of construction: RCC framed structure with brickwall side cladding (250mm thick) in all floors and RCC slab <strong>at</strong> all floors including roof. Internalpartitions (125 mm thick) shall be of brickwork.3.1.3 Steel doors, windows and ventil<strong>at</strong>ors (having necessary glazing to provide311410168 V (G) - 2 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>maximum n<strong>at</strong>ural light) shall be as per relevant Indian Standard Specific<strong>at</strong>ions.A tent<strong>at</strong>ive schedule of doors, windows and ventil<strong>at</strong>ors is given in drg noBCCL/BE/SDP/003.3.1.4 Necessary flooring as per requirement shall be provided. Unless otherwisespecified, the total thickness of finished floors shall be minimum 52 mm,including 12 mm thick concrete hardener topping over 40 mm thick cementconcrete (1:2:4) and thickness of finished dado/ skirting shall be minimum 25mm. Topping shall be of uniform thickness. Dado/ skirting shall project out 6mm from adjacent plaster or other finishes. Flooring <strong>at</strong> ground floor shall be asper the following:(i) 75 mm thick PCC(1:4:8) over sand filling over well compacted ground(ii) 75 mm thick RCC (M20) reinforced with nominal reinforcement.(iii) 52 mm thick cement concrete flooring with concrete hardener topping (12mm thick concrete hardener topping over 40 mm thick cement concrete1:2:4)3.1.5 MCC Room & Control Room shall be provided with PVC flooring (2mm thick)over 52mm thick cement concrete flooring with concrete hardener toppingflooring (under layer of 40mm cement concrete 1:2:4 and top layer 12mm thickconcrete hardener topping).3.1.6 The scope of work also includes necessary interior and exterior wall finishing,painting, and 1m wide plinth protection and proper drainage from roof andfloors.3.2 Belt Conveyor GantriesBelt Conveyor Gantries shall be made of steel structure and shall besupported over steel trestles. The floors shall be of 6mm thick MS chequeredpl<strong>at</strong>e laid of steel floor members. The roof and cladding shall be of 22 G CGSsheet laid on steel structure. Necessary ventil<strong>at</strong>ion in the side cladding i.e.300mm strip opening <strong>at</strong> the top and 150mm strip opening <strong>at</strong> the bottom shouldbe provided.The conveyor gantry shall have clear headroom of 2.5m. The minimum widthof the walkway for single belt conveyor gantry shall be 750 mm on one sideand 450 mm wide on other side.3.3 Modific<strong>at</strong>ion in existing structures311410168 V (G) - 3 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>The scope of work includes necessary modific<strong>at</strong>ion in existing structures(secondary crusher house, reject hopper) including dove tailing with the newscheme. All civil works required for the same including replacement/dismantling of any exiting members, strengthening of existing structuresincluding making good the damages and modific<strong>at</strong>ion are to be done as perthe requirement of system and structural need.3.4 Site prepar<strong>at</strong>ion including levelling and dressingThe site prepar<strong>at</strong>ion essentially required for the proposed construction shall bedone by providing necessary cutting, filling and consolid<strong>at</strong>ion as per thetechnical/functional and drainage requirement based on site survey to be doneby the contractor. The complete site shall be properly levelled, dressed andgraded.3.5 Surface DrainageDrains shall be provided for proper drainage arrangement of storm w<strong>at</strong>er aswell as incidental w<strong>at</strong>er from the various buildings/ sections. It should bedesigned on the basis of quantity of w<strong>at</strong>er to be carried, distance of finaldisposal point as well as contour of the area. It should be suitably designedcement concrete cum brick masonry drain finished with cement plaster 1:3 andne<strong>at</strong> cement punning.4.0 CIVIL ENGINEERING WORK SPECIFICATIONSThe work shall be in strict conformity as per relevant and l<strong>at</strong>est BIS Code ofpractice and CPWD/ NBO provisions & guidelines. Wherever no Indian Standard isavailable, other Intern<strong>at</strong>ional Standards may be followed only on approval from theOwner.4.1 The contractor shall construct Bench mark and baseline pillars <strong>at</strong> variousplaces in the site as per BIS codes and as per instruction of Engineer incharge. Carrying the levels and line to these pillars from bench marks andbaselines shown, as well as their correctness shall be contractor'sresponsibility.4.2 Excav<strong>at</strong>ion work for site prepar<strong>at</strong>ion and found<strong>at</strong>ion trenches shall be carried311410168 V (G) - 4 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>out in any kind of soil and disposal of excav<strong>at</strong>ed soil, necessary shoring,dew<strong>at</strong>ering, removal of slush etc. wh<strong>at</strong>ever met with, shall be considered inthe offer. The work shall include all lifts and leads. Wherever excav<strong>at</strong>ion infound<strong>at</strong>ion is done in excess of the depth required, the contractor shall <strong>at</strong> hisown expense fill up to the designed level with compacted lean concrete (M-5)and filling for site prepar<strong>at</strong>ion shall be done in layers of 20cm from theapproved excav<strong>at</strong>ed earth and to the lines and levels as directed by theEngineer in charge. Each layer has to be compacted as to the s<strong>at</strong>isfaction ofEngineer in charge only. After compaction of first layer to the s<strong>at</strong>isfaction ofEngineer in charge, second layer is to be laid. The bidder shall include in hisoffer transporting and dumping of surplus excav<strong>at</strong>ed soil and all other rubbisharising out of constructions any where within 2 KM as directed by the Engineerin charge. contractor shall take all the precautions during excav<strong>at</strong>ion to avoidinterference with or damage to underground pipes, cables, drains etc.whether shown in drawing or not and provide all possible precautions to theseworks <strong>at</strong> his own cost. The contractor should take adequ<strong>at</strong>e safety measureduring the excav<strong>at</strong>ion to avoid collapse by providing necessary shoring,shuttering and temporary supports and provide adequ<strong>at</strong>e fencing aroundexcav<strong>at</strong>ed pit. All found<strong>at</strong>ion should be taken to the adequ<strong>at</strong>e and safefounding level (minimum 600mm) below the original GL/as shown in thedrawing.4.3 Sufficient precautions should be taken for preventing dampness in the floors,walls or roof in the building due to rain and subsoil w<strong>at</strong>er. Precautions shouldbe taken to prevent efflorescence in Brick work and concrete.4.4 Plinth filling shall be done with earth in layers not exceeding 15 cm. All clodsof earth shall be broken or removed, w<strong>at</strong>ered and compacted with approvedcompacting machine or manually if specifically permitted by the Engineer incharge for each layer before laying the next. The finished level of the fillingshall be dressed to the slope intended to be given to the floor.4.5 The back filling in found<strong>at</strong>ion and even filling in plinth may be done with localsand 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 kept311410168 V (G) - 5 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>immersed in w<strong>at</strong>er for sufficient time, and mechanical vibr<strong>at</strong>ion of ramming asdirected by Engineer in charge to ensure maximum compaction.4.6 The use of admixture in concrete for promoting workability, improving strengthor for any other purpose may be used only with the approval of Engineer incharge.4.7 Number, Size, form and position of all the reinforcement bars & spacer barsshall be strictly in accordance with drawings unless other wise modified by theEngineer in charge. Bars shall be secured one to the other with approved softblack annealed wire of 18 SWG.4.8 Adequ<strong>at</strong>e concrete cover blocks shall be used <strong>at</strong> bottom and sides of the formwork to ensure correct cover of concrete over the bars. Cement and sand r<strong>at</strong>iofor these spacer blocks shall be <strong>at</strong> least equivalent to th<strong>at</strong> used in concretebeing cast.4.9 The inspection of complete work shall be done immedi<strong>at</strong>ely after execution <strong>at</strong>various stages which shall include checking of dimensions vari<strong>at</strong>ions, obviousor visible defects. No honey-combing or unevenness shall be allowed inconcrete of any description. Rejected members shall be dismantled/ brokenand removed. Where the structure in the opinion of Engineer in charge is notproperly executed according to the specific<strong>at</strong>ions and drawings and where thetest cubes will give lower strength not acceptable as per "Acceptance Criteria"of IS 456 and if the load testing is decided by the Engineer in charge, thesame shall be done by the contractor as per IS <strong>at</strong> his own cost. In case thestructure or part of it fails under the load test, the same shall be tre<strong>at</strong>ed asrejected and shall be removed <strong>at</strong> the expenses of the contractor. But if it is feltth<strong>at</strong> the defective part of structure will carry the designed load after givingadditional support or otherwise, the additional work for safety <strong>at</strong> th<strong>at</strong> structureor part shall be carried out by the contractor <strong>at</strong> his own cost. The detailedprocedure will be decided by the Engineer in charge. If the member showsevident failure, such changes as are necessary to make the structureadequ<strong>at</strong>ely strong shall be made by the contractor <strong>at</strong> his own cost.311410168 V (G) - 6 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>If it is felt th<strong>at</strong> the structure is safe with lower value of concrete or otherwise,the work will be proportion<strong>at</strong>ely devalued & accepted.4.10 Unless otherwise specified 1000mm high railings having angle iron as posts(65x65x6mm), top runners of 40mm dia black steel pipe and 40mm wide 6mmthick MS fl<strong>at</strong> as middle runner should be provided. Clear width of stairs shallnot be less than 1000mm while th<strong>at</strong> of ladders 800mm with suitable protectiverailings/ caging.4.11 Unless otherwise specified, glass shall be p<strong>at</strong>ent fl<strong>at</strong>tened sheet glass of thebest quality and not less than 4mm in thickness. Glass sheeting shall be freefrom flaws, spells and bubbles.4.12 RCC structures, below sub-soil and w<strong>at</strong>er level and liquid retaining structuresshall be tested for leakage or seepage of w<strong>at</strong>er before the concrete surface isrendered with the finishing co<strong>at</strong>.4.13 The wood work for all doors, windows and ventil<strong>at</strong>ors, wherever specified shallbe of the best m<strong>at</strong>erial and workmanship. The frame shall be made of steel.The glazing bead shall be also of teak wood. The size of shutter frames andshutter of doors, windows and ventil<strong>at</strong>ors shall be as per the relevant IS unlessotherwise specified. The fittings shall be of anodised aluminium. Hinges shallbe of stainless steel.4.14 Steel doors, windows & ventil<strong>at</strong>ors shall be of the best m<strong>at</strong>erial andworkmanship. The frames should also be made with steel. The sizes of frames& shutters of doors, windows and ventil<strong>at</strong>ors shall be as per the relevant ISunless otherwise specified. Three (3) lugs of MS fl<strong>at</strong> of size 15x3mm and10cm long shall be fixed on each side of the door frame, while 2 lugs of theabove size shall be fixed on each side of the window frame. The lugs shall beembedded in cement concrete blocks 15x10x10 cm of cement concrete 1:3:6.Steel doors/ g<strong>at</strong>es, windows & ventil<strong>at</strong>ors shall be provided, as envisagedduring detailing. Grills/ gr<strong>at</strong>ing bars shall have to be provided in windows andventil<strong>at</strong>ors for safety. All the steel surfaces shall be painted with two co<strong>at</strong>s ofsynthetic enamel paint of approved make & colour over a co<strong>at</strong> of red oxideprimer.311410168 V (G) - 7 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>4.15 In all underground RCC structures like pits, sump, etc., 2 to 3 co<strong>at</strong>s ofapproved w<strong>at</strong>er proofing (Bituminous felt or equiv.) as per relevant IS shall beapplied on all the surface coming directly in contact with earth (i.e. below themade up Ground level). The surface of found<strong>at</strong>ion shall be provided with 2 or 3co<strong>at</strong>s of bitumen paint.4.16 All brickwork shall be provided with plaster. Unless otherwise mentioned,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)4.17 Concrete surfaces, corners, edge, nosing etc. wherever required, shall beprotected with MS rolled sections and pl<strong>at</strong>es of suitable size anchored inconcrete <strong>at</strong> regular intervals.4.18 The contractor shall be responsible for site prepar<strong>at</strong>ion including necessaryearthwork and levelling of the plant site area up to the b<strong>at</strong>tery limit. Extraearth, rubbish etc. shall be removed to a reasonable distance from the plantsite, as required by the Company. The land for the plant site will be handedover by the purchaser to the contractor. Any building or other structures whichmight interfere with plant site are to be dismantled by the Company.4.19 Unless otherwise specified Plinth protection around the building shall be50mm thick of cement concrete 1:3:6 over 75mm bed of dry brick ballast40mm nominal size well rammed and consolid<strong>at</strong>ed and grouted with fine sandincluding finishing the top smooth.4.20 M<strong>at</strong>erial4.20.1 M<strong>at</strong>erials shall be of the best approved quality and they shall comply withthe respective l<strong>at</strong>est IS specific<strong>at</strong>ion.4.20.2 Samples of all m<strong>at</strong>erials shall be got approved by the Engineer in chargebefore placing order and the approved sample shall be deposited with him.311410168 V (G) - 8 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>4.20.3 If directed, m<strong>at</strong>erials shall be tested in any approved testing labor<strong>at</strong>ory andthe test certific<strong>at</strong>es in original shall be submitted to the Engineer in chargeand the entire charges connected with sampling and testing includingcharges for repe<strong>at</strong>ed tests, if ordered, shall be borne by the contractor.4.20.4 All m<strong>at</strong>erials shall be so stored as to prevent deterior<strong>at</strong>ion and intrusion offoreign m<strong>at</strong>ter and to ensure the preserv<strong>at</strong>ion of their quality and fitness forthe work. Any m<strong>at</strong>erial which has deterior<strong>at</strong>ed or has been damaged or isotherwise considered defective by Engineer in charge shall not be used forwork and shall be removed from site immedi<strong>at</strong>ely, failing which theEngineer-in-charge shall be <strong>at</strong> liberty to get the m<strong>at</strong>erials removed and thecost thereof shall be realised from the contractor’s dues.4.20.5 It shall be oblig<strong>at</strong>ory for the contractor to furnish test certific<strong>at</strong>e, if demandedby the Engineer-in-charge from manufacturer of the m<strong>at</strong>erial/ supplier, th<strong>at</strong>the work has been carried out by using their m<strong>at</strong>erial and as per theirrecommend<strong>at</strong>ions.4.20.6 All m<strong>at</strong>erials supplied by the Company/ any other specialist firms shall beproperly stored and the contractor shall be responsible for its safe custodytill the completion of work and handing over the same to the Company.4.20.7 Unless otherwise shown on the drawings or mentioned in the "Schedule ofQuantities" or special specific<strong>at</strong>ions, the quality of m<strong>at</strong>erials, workmanship,dimensions etc. shall be as specified here under.4.20.8 All equipment and facilities for carrying out field tests on m<strong>at</strong>erials shall beprovided by the contractor without any extra cost.4.20.9 M<strong>at</strong>erial Specific<strong>at</strong>ion4.20.9.1 CementCement shall comply in every respect with the requirements of the l<strong>at</strong>estpublic<strong>at</strong>ion of IS. Cement used shall be ordinary Portland cementconforming to IS: 269 (for 33 grade cement)/ IS: 8112 (for 43grade cement)/IS:12269 (for 53 grade cement)/ Portland slag cement conforming to IS:311410168 V (G) - 9 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>455/ Portland Pozzolana Cement conforming to IS:1489 (part I & Part II),l<strong>at</strong>est revisions and as approved by the Engineer-in-charge. Cement shallbe measured by weight and in whole bags, and each undisturbed andsealed 50 Kg. bag being considered equivalent to (1.2 cft.) in volume. Careshould be taken to see th<strong>at</strong> each bag contains full quantity of cement. Whenpart bag is required cement shall be taken by weight or measured inmeasuring boxes. No other make of cement but th<strong>at</strong> approved by theEngineer-in-charge will be allowed on works and the source of supply shallnot be changed without approval of the Engineer-in-charge in writing. Testcertific<strong>at</strong>es to show th<strong>at</strong> cement is fully complying with the specific<strong>at</strong>ionsshall be submitted to the Engineer-in-charge and notwithstanding this, theEngineer-in-charge may <strong>at</strong> his discretion, order th<strong>at</strong> the cement brought onsite and which he may consider damaged or of doubtful quality for anyreason, wh<strong>at</strong>soever, shall be tested as per relevant IS in an approvedtesting labor<strong>at</strong>ory and fresh certific<strong>at</strong>es of its soundness shall be produced.Cement ordered for such testing shall not be used for any work pendingresults of the test.4.20.9.2 LimeLime shall comply in every respect with the requirements of IS:712 andshall be made from approved Lime Stone or Kankar and properly burnt. Itshall be free from excess of unburnt kankar or lime stone ashes or otherextraneous m<strong>at</strong>erials and shall be stored in we<strong>at</strong>herproof sheds. Limewhich has been damaged by rain, moisture or air slaking shall not be usedbut shall be removed from the site of work forthwith. Lime shall be slakedwith fresh w<strong>at</strong>er and screened through appropri<strong>at</strong>e screens and stored andused within 14 days provided it is protected from drying out. Field testsaccording to IS:1624 shall be carried out from time to time to determine thequality of lime.4.20.9.3 Fine Aggreg<strong>at</strong>eFine aggreg<strong>at</strong>e shall conform to IS:383. It shall pass through an IS sieve4.75mm (3/16 B.S.) test sieve, leaving a residue not more than 5%. It shallbe from n<strong>at</strong>ural source and chemically inert, clean, sharp, hard, durable,311410168 V (G) - 10 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>well graded and free from dust, clay, shale, large pebbles, salt, organicm<strong>at</strong>ter, loam, mica or other deleterious m<strong>at</strong>ter. The sum of percentage of alldeleterious m<strong>at</strong>erials in sand shall not exceed 5% by weight. It shall bewashed if directed to reduce the percentage of deleterious substances toacceptable limits. Sand shall not contain any trace of salt and it shall betested and sand containing any trace of salt shall be rejected. The fineaggreg<strong>at</strong>e for concrete shall be graded within limits as specified in IS:383and the Fineness Modules may range between 2.60 to 3.20.4.20.9.4 Coarse Aggreg<strong>at</strong>eCoarse aggreg<strong>at</strong>e shall consist of crushed or broken hard stone 95% ofwhich shall be retained on 4.75mm IS test sieve. It shall be obtained fromcrushing Granite, quartzite, trap, basalt or similar approved hard stonesfrom approved quarry and shall conform to IS:383 . Coarse aggreg<strong>at</strong>e shallbe chemically inert when mixed with cement and shall be cubical in shapeand free from soft, thin, porous, lamin<strong>at</strong>ed or flaky pieces. It shall be freefrom dust and any other foreign m<strong>at</strong>ter.For all RCC works the size of coarse aggreg<strong>at</strong>e shall be 20mm and downgauge.4.20.9.5 ReinforcementReinforcement steel shall be clean and free from loose mill scales, dust,loose rust and co<strong>at</strong>s of paints, oil, grease or other co<strong>at</strong>ings, which mayimpair or reduce bond. It shall conform to the following I.S. Specific<strong>at</strong>ions: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.All steel reinforcements including and above 6mm diameter shallnecessarily be of tested quality.311410168 V (G) - 11 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>4.20.9.6 BricksBricks shall conform to the requirements of IS: 1077-Specific<strong>at</strong>ion forcommon burnt clay building bricks and shall be F.P.S. bricks of classdesign<strong>at</strong>ion 50.Bricks shall be well burnt but not over burnt, have plane rectangular faceswith parallel sides and sharp right angled edges, have a fine compact anduniform texture. Brick shall be free from cracks, chips, flaws, stones orlumps of any kind. They shall not show any signs of efflorescence either dryor subsequent to soaking in w<strong>at</strong>er. Bricks shall be sound, hard andhomogenous in texture and emit a clear ringing sound on being struck.Bricks shall be of the local standard size. Any other similar size may beaccepted but no dimension shall vary more than 3 mm from the acceptedsize. All bricks which absorb w<strong>at</strong>er more than 20% of their own dry weightafter being immersed in w<strong>at</strong>er for 24 hours shall be rejected.All bricks shall have to be approved by the Engineer-in-charge. Any lot ofbricks found not upto the specific<strong>at</strong>ion must be removed from the siteimmedi<strong>at</strong>ely <strong>at</strong> contractor’s own cost. Represent<strong>at</strong>ive samples of bricks tobe used shall be submitted to the Engineer-in-charge and his approvedtaken before bulk purchase. The samples shall be kept sealed with theEngineer-in-charge for future reference and comparison. All bricks suppliedshall conform to these approved samples in all respects.Bricks shall be carefully and system<strong>at</strong>ically stacked <strong>at</strong> loc<strong>at</strong>ions as directedin an approved manner. Each stack shall contain equal numbers of brickspreferably not more than 3,000.4.20.9.7 W<strong>at</strong>erW<strong>at</strong>er for mixing Cement/Lime mortar or concrete shall not be salty orbrackish and shall be clean, reasonably clear and free from objectionablequantities of silt and traces of oil, acid and injurious alkali, salts organicm<strong>at</strong>ter and other deleterious m<strong>at</strong>erials which will either weaken the mortaror concrete or cause efflorescence or <strong>at</strong>tack the steel in reinforced cement311410168 V (G) - 12 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>concrete. W<strong>at</strong>er shall be obtained from source approved by Engineer- incharge.Potable w<strong>at</strong>er is generally considered s<strong>at</strong>isfactory for mixing andcuring concrete, mortar, masonry etc. Where w<strong>at</strong>er other than main sourceis used, this shall be tested in an approved testing labor<strong>at</strong>ory to establish itssuitability. All charges connected therewith shall be borne by the contractor.4.20.9.8 TimberTimber shall be well seasoned and ascu tre<strong>at</strong>ed and of the best quality ofspecified 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 content doesnot exceed the following limits:- Timber for frames - 14%- Timber for panelling shutter etc. - 12%The moisture content of timber shall be determined according to methoddescribed IS: 287 for maximum permissible moisture content of timber usedfor different purposes in different clim<strong>at</strong>ic zones. In measuring crosssectional dimensions of the frame pieces tolerance upto 1.5 mm shall beallowed for each plane surface.4.20.9.9 Flush DoorAll flush doors shall be solid core exterior grade unless otherwise specifiedand it shall generally conform to IS: 2202 and shall be fabric<strong>at</strong>ed asdescribed under relevant item of work.4.20.9.10 Steel Windows, Doors & Ventil<strong>at</strong>orsSteel windows, doors and ventil<strong>at</strong>ors shall be fabric<strong>at</strong>ed out of steelsections conforming to IS: 1038. Unless otherwise specified, the details ofconstruction etc. shall be as described under relevant item of work.311410168 V (G) - 13 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>4.20.9.11 Floor TilesPlain cement tiles, chequered tiles, mosaic tiles, terrazzo tiles shall conformto IS: 1237.Tiles shall be compacted by mechanical vibr<strong>at</strong>ion andhydraulically pressed. It shall be of approved shade and shall have desiredp<strong>at</strong>tern of chips distribution as per the instructions of Engineer-in-charge.The sizes of chips and proportion of chips to cement in Terrazzo or mosaicfloor shall be as specified in IS: 1237-1980. The size and thickness of tilesshall be as approved by the Engineer-in-charge.4.20.9.12 Glazed TilesIt shall be from an approved manufacturer and shall be fl<strong>at</strong> and true toshape. They shall be free from cracks, spots, chipped edges and corners.The Glazing and colour shall be of uniform shade and unless otherwisespecified the tile shall be 6mm thick4.20.9.13 GlazingGlass used for glazing shall be sheet glass of best approved quality, freefrom flaws, spots, bubbles and shall be of thickness/weight and size asspecified in the respective items of work.4.20.9.14 CGS SheetsCGS sheets shall be of the gauge specified in the description of the itemand shall conform to IS: 277. The sheets shall be free from cracks, splitedges, twists, surface flaws etc. They shall be clean, bright and smooth.Galvanising shall be uninjured and in perfect conditions. The sheets shallshow no signs of rust or white powdery deposits on the surface. Thecorrug<strong>at</strong>ions shall be uniform in depth and pitch and parallel. GI Hooks, GIWashers & bitumen washers etc. should also conform to relevant IS.4.20.9.15 PaintsLime for lime wash, dry distemper, oil bound distemper, cement primer, oilpaint, enamel paint, f<strong>at</strong> oil paint, plastic emulsion paint, anti-corrosive311410168 V (G) - 14 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>primer, red lead, w<strong>at</strong>er proof cement paint shall be from approvedmanufacturers and shall conform to there relevant IS. Ready mixed paintsas received from the manufacturer without any admixture shall be used,except for addition of thinner, if recommended by the manufacturer.4.20.9.16 Cement MortarCement Mortar shall be of proportions as specified for each type of work inthe Schedule. It shall consist of Portland Cement and sand. The ingredientsshall be accur<strong>at</strong>ely measured and shall be well and evenly mixed togetherin a mechanical pan mixer, care being taken not to add more w<strong>at</strong>er than isrequired. No mortar th<strong>at</strong> has begun to set shall be used. River sand shall beused unless otherwise specified. If hand mixing is allowed then it shall bedone on w<strong>at</strong>er proof pl<strong>at</strong>form. The measured m<strong>at</strong>erials shall be put on thepl<strong>at</strong>form and mixed dry. W<strong>at</strong>er will then be added and the whole mixedagain until it is homogeneous and of uniform colour. Not more than one bagof cement shall be mixed <strong>at</strong> one time and which can be consumed withinhalf an hour of its mixing.4.20.9.17 Structural SteelStandard quality mild steel of various design<strong>at</strong>ion shall be used for differentworks conforming to specific<strong>at</strong>ions given in IS codes listed below. They maybe used for bolted / riveted steel work and steel work where welding is donefor fabric<strong>at</strong>ion provided th<strong>at</strong> the thickness of m<strong>at</strong>erial does not exceed20mm. When m<strong>at</strong>erial conforming to this standard is more than 20mm thick,special precaution shall be taken in case the m<strong>at</strong>erial is to be welded.• IS : 808 : Dimensions for Hot Rolled steel beams, channels andangle sections.• IS : 2062 : Steel for general structural purposes-Specific<strong>at</strong>ion• IS : 1148 : Specific<strong>at</strong>ion for hot rolled Rivet bars (upto 40mm dia)for structural purpose.• IS : 1363 : Hexagonal head bolts, screws and nuts• IS : 814 : Specific<strong>at</strong>ion for covered (Part I & II) Electrodes forMetal Arc welding of structural steel.311410168 V (G) - 15 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>• IS : 816• IS : 800• IS : 817: Code of practice for use of Metal Arc welding forgeneral construction in mild steel: Code of practice for the use of structural steel ingeneral building construction in steel: Code of practice for training and testing of metal arcwelding.• IS : 1477 : Code of practice for painting of Ferrous metals in4.20.9.18 High Tensile Boltsbuilding and allied finishes.The m<strong>at</strong>erial used for the manufacture of structural quality high tensile bolts,shall have a minimum tensile strength of 58 Kg./Sq.mm. Other mechanicalproperties shall conform to grade St-58-HT of IS: 961. Bolts, nuts andwashers and other fastening m<strong>at</strong>erials shall be stored in racks with co<strong>at</strong>ingof suitable protective oil.4.20.9.19 ElectrodesThe electrodes required for metal arc welding shall be `Covered Electrodes'and shall conform to IS:814 (Part-I) for welding products other than sheetsand IS:814 (Part-II) for welding sheets.4.20.9.20 Welding EquipmentThe welding plant and equipment shall be of modern design and shall begot approved by the Engineer-in-Charge.4.20.9.21 Stacking & Storage of M<strong>at</strong>erials4.20.9.21.1 CementThe manner of storage shall facilit<strong>at</strong>e the requirement th<strong>at</strong> lots of cementreceived are removed and used more or less in the order in which they arereceived. Cement bags shall be placed in stacks on raised pl<strong>at</strong>forms, dryand impervious to w<strong>at</strong>er, with adequ<strong>at</strong>e w<strong>at</strong>erproof cover/roof on top toprotect the stack from rain or rain w<strong>at</strong>er and <strong>at</strong> least 30 CM clearance fromany wall. The stacks shall not be more than 12 bags high to prevent311410168 V (G) - 16 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>lumping of cement under pressure as also chances of injury to anyworkman. Cement deterior<strong>at</strong>ed and/ or clodded shall not be used on workbut shall be removed <strong>at</strong> once from the site. Daily record of cement receivedand consumed shall be maintained by the contractor in an approved formand submitted to the Engineer-in-Charge.4.20.9.21.2 LimeLime shall be stored in a suitable shed to protect it from dampness. Itshould not be stacked against a wall of a shed. Quick lime shall as far aspossible, be slacked soon after it is received, storage of un-slaked f<strong>at</strong> orsemi hydraulic lime is not desirable as lime deterior<strong>at</strong>es by absorption ofmoisture from <strong>at</strong>mosphere.4.20.9.21.3 Masonry UnitsBricks shall not be dumped <strong>at</strong> site, they shall be stacked on level ground inregular 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 of different type and classific<strong>at</strong>ion shall be stacked separ<strong>at</strong>ely.Concrete blocks, stone blocks, etc. shall be handled carefully and stored instacks of such height as will not damage the blocks of lower layers or therebe fear of toppling of stack.4.20.9.21.4 Aggreg<strong>at</strong>eFine aggreg<strong>at</strong>e : Fine aggreg<strong>at</strong>e like sand and cinder shall preferably bestacked in regular stacks on a hard surface or pl<strong>at</strong>form so as to prevent theadmixture of clay, dust, veget<strong>at</strong>ion and other foreign m<strong>at</strong>ter.Coarse Aggreg<strong>at</strong>e : Coarse aggreg<strong>at</strong>es shall be stacked in regular stacks insuch a way as to prevent the admixture of veget<strong>at</strong>ion and other foreignm<strong>at</strong>ter.311410168 V (G) - 17 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>4.20.9.21.5 SteelSteel reinforcement shall be stored in a way as to prevent distortion andcorrosion. Bars of different classific<strong>at</strong>ion, sizes and lengths shall be storedsepar<strong>at</strong>ely to facilit<strong>at</strong>e issued in such sizes and lengths as to minimisewastage in cutting from standard lengths. In case of long storage or incoastal areas, reinforcement bars shall be stacked above ground level by <strong>at</strong>least 15 CM and a co<strong>at</strong> of cement wash shall be given to prevent scalingand rusting.Structural steel of different sections, sizes and lengths shall be storedsepar<strong>at</strong>ely. It shall be stored above ground level by <strong>at</strong> least 15 CM uponpl<strong>at</strong>forms, skids or any other suitable supports to avoid distortion ofsections. In case of long storage, suitable protective co<strong>at</strong>ing of cementwash shall be given to prevent scaling and rusting.For each classific<strong>at</strong>ion of steel, separ<strong>at</strong>e areas shall be earmarked. Alsoends of bars and sections of each class shall be painted with separ<strong>at</strong>enomin<strong>at</strong>ed colours.For moving heavy steel sections suitable handling equipment shall beprovided and men shall not be required to lift them with bare hands or carrythem on shoulders.4.20.9.21.6 Doors, Windows & Ventil<strong>at</strong>orsThe units shall be unloaded and stacked with utmost care and shall beexamined for any damage there may have occurred in transit.Metal doors, windows and ventil<strong>at</strong>ors shall be stacked upright on woodenb<strong>at</strong>tens and shall not come in contact with dirt and ashes. If received incr<strong>at</strong>es they shall be stacked according to manufacturer's instructions andremoved from the cr<strong>at</strong>es when required for the work.Metal frames of doors, windows and ventil<strong>at</strong>ors shall be stacked upsidedown with the kick pl<strong>at</strong>es <strong>at</strong> the top. These shall not be allowed to stand for311410168 V (G) - 18 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>long in this manner before being fixed so as to avoid the door framesgetting out of shape and hinges being strained and shutters dropping.4.20.9.21.7 Roofing M<strong>at</strong>erialsa) Roofing sheetsRoofing sheets shall be handled and stored in such a manner as not todamage them in anyway. These sheets shall be stacked on woodenb<strong>at</strong>tens laid on firm and level ground; sheets like asbestos cement sheetsshall be stacked and stored according to manufacturer's instructions.b) Bituminous roofing feltsBituminous roofing felts should be handled and stacked in a manner toprevent cracking and other damages and for long storage it shall be keptunder shed.4.20.9.21.8 W<strong>at</strong>erW<strong>at</strong>er to be stored for construction purposes shall be stored in proper tanksto prevent any organic impurities.4.20.9.21.9 TilesAll tiles shall be stacked on well tre<strong>at</strong>ed and hard surface. Tiles shall betacked in layers and in different tiers. These shall not be dumped <strong>at</strong> site.Tiles shall be stacked in such a way th<strong>at</strong> smooth surface on one face th<strong>at</strong> oranother. The height of stack shall not be more than one meter. Tiles ofdifferent quality, size and thickness shall be stacked separ<strong>at</strong>ely to facilit<strong>at</strong>eeasy removal for use in work. Tiles, when supplied by manufacturers inwooden cr<strong>at</strong>es, shall be stored as such and the cr<strong>at</strong>es opened one <strong>at</strong> a timewhen required for use.4.20.9.21.10 Oil PaintsAll containers of paints, thinners and allied m<strong>at</strong>erials shall preferably bestored in a separ<strong>at</strong>e room which is well-ventil<strong>at</strong>ed and free from excessivehe<strong>at</strong>, sparks of flame or direct rays of sun. The containers of paint shall be311410168 V (G) - 19 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>kept covered on properly fitted with lid and shall not be kept open exceptwhile using.Where the paint is likely to deterior<strong>at</strong>e with age, the manner of storage shallfacilit<strong>at</strong>e removal and use of lots in the same order in which they arereceived.4.20.9.21.11 Other M<strong>at</strong>erialsSmall articles like screws, bolts, nuts, door and window fittings, polishingstones, protective clothing, spare parts of machinery, linings, packingsw<strong>at</strong>er supply and sanitary fittings, and electrical fittings shall be kept insuitable and properly protected containers or store rooms. Valuable smallm<strong>at</strong>erial shall be kept under lock and key.4.20.9.21.12 Special Consider<strong>at</strong>ionsM<strong>at</strong>erials constantly in use shall be rel<strong>at</strong>ively nearer to the place of use.Heavy units like pre-cast concrete members shall be stacked near the hoistand the ramp. M<strong>at</strong>erials which normally deterior<strong>at</strong>e during storage shall bekept constantly moving, by replacing old m<strong>at</strong>erials with fresh stocks. Freshlyarrived m<strong>at</strong>erials shall never be placed over m<strong>at</strong>erials, which had arrivedearlier. Fire extinguishers and fire buckets shall be provided wherevernecessary for safety.4.21 Workmanship4.21.1 Prepar<strong>at</strong>ion of Site, setting out and Earth work in found<strong>at</strong>ion & trenches4.21.1.1 The area to be dressed and excav<strong>at</strong>ed shall be cleared out of fences, trees,logs, stumps, bush, veget<strong>at</strong>ion, rubbish, slush etc. and levelled up.Before earthwork is started, all the spoil and unserviceable m<strong>at</strong>erials andrubbish shall be burnt or removed from site to approved disposal areas asmay be specified. Ashes shall be spread or removed. Useful m<strong>at</strong>erials,saleable timber, firewood etc. shall be property of the Owner and shall be311410168 V (G) - 20 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>stacked properly <strong>at</strong> the worksite in a manner as directed by the Engineer-incharge.The contractor shall be responsible for the true and proper setting out of theworks in rel<strong>at</strong>ion 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 ofall necessary instruments, appliances and labour in connection therewith. If<strong>at</strong> any time during the progress of the work, an error shall appear or rise inthe position, levels dimensions or alignment of any part of the work, thecontractor on being asked by the Engineer-in-Charge to rectify the same,shall do so and in which case the expense of rectifying the same shall beborne by the contractor. The checking or any setting out of any line or levelby the Engineer-in-Charge or his represent<strong>at</strong>ive shall not in any way relievethe contractor of his responsibility for the correctness thereof and thecontractor shall carefully protect and preserve all permanent grid marks,bench marks, sight rails, pegs and other things used in setting out theworks.Trenches for wall found<strong>at</strong>ions, column footings, raft found<strong>at</strong>ion pile caps,plinth beams, w<strong>at</strong>er ranks, cess pits, pipe line, drains, roads etc. shall beexcav<strong>at</strong>ed to the exact length, width and depth shown or figured on thedrawing or as may be directed by the Engineer-in-Charge. The sides andbeds should be properly dressed. If taken out to gre<strong>at</strong>er length, width ordepth than shown or required the extra work occasioned thereby shall bedone <strong>at</strong> contractor's expense. Extra depth shall be brought up by plaincement concrete filling 1:4:8 proportion and extra length and width filled inby 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<strong>at</strong> the contractor's cost.Excav<strong>at</strong>ed m<strong>at</strong>erial shall be used for filling in plinth on each side of thefound<strong>at</strong>ion blocks or trenches or it shall be spread elsewhere on or near thesite of work including w<strong>at</strong>ering, ramming and consolid<strong>at</strong>ing or carted awayfrom site, free of charge as may be ordered.311410168 V (G) - 21 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>The contractor shall <strong>at</strong> his own expense and without extra charges makeprovision for supporting all utility services, lighting the trenches, separ<strong>at</strong>ingand stacking serviceable m<strong>at</strong>erials nearby, shoring, timbering, struttingbailing out w<strong>at</strong>er either sub-soil or rain w<strong>at</strong>er including, pumping <strong>at</strong> anystage of the work and removal of sludge etc. Trenches shall be kept free ofw<strong>at</strong>er while masonry or concrete works are in progress and till theEngineer-in-Charge consider th<strong>at</strong> concrete is sufficiently set.4.21.1.2 Excav<strong>at</strong>ion excluding in Hard RockExcav<strong>at</strong>ion shall be carried out in any type of soil, moorum (soft or hard),soft rock, boulders, old found<strong>at</strong>ions, concrete, asphalt or stone pavedsurfaces, old masonry or concrete (plain or reinforced).Excav<strong>at</strong>ion in Hard RockRock in solid beds, which can only be removed either by blasting orwedging or chiselling, shall be tre<strong>at</strong>ed as hard rock. A boulder or detachedrock measuring one cubic meter or more shall also be tre<strong>at</strong>ed as hard rockif the same can not be removed without blasting, wedging or chiselling.Blasting is not permitted.4.21.1.3 Back filling around found<strong>at</strong>ions in pits trenches, plinth or under floorsa) EarthEarth used for filling shall be free from salts, organic or other foreign m<strong>at</strong>ter.All clods of earth shall be broken or removed. M<strong>at</strong>erial for back filling shallgenerally be obtained from the spoil of excav<strong>at</strong>ion. But, the Engineer-inchargeshall have the option, in case of shortage of good selected earthobtained from excav<strong>at</strong>ion, to direct the contractor to get the filling m<strong>at</strong>erialsfrom approved borrow pits.b) Filling in pits & trenches around structuresAs soon as the work in found<strong>at</strong>ions have been accepted and measured, thespaces around the found<strong>at</strong>ion structures in pits and trenches shall be311410168 V (G) - 22 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>cleared of all debris, brick b<strong>at</strong>s, mortar dropping, etc. and filled with earth inlayers not exceeding 15 CM each layer being w<strong>at</strong>ered, rammed andproperly consolid<strong>at</strong>ed before the succeeding one is laid. Each layer shall beconsolid<strong>at</strong>ed to the s<strong>at</strong>isfaction of the Engineer-in-charge. The final surfaceshall be dressed and levelled to proper profile as desired by the Engineerin-charge.In case of black cotton soil the back filling shall be done withsand <strong>at</strong> the direction of the Engineer-in-Charge.c) Plinth FillingThe plinth shall be similarly filled with earth as described here-in-before inlayers not exceeding 15 CM w<strong>at</strong>ered and consolid<strong>at</strong>ed. The finished levelof the filling shall be dressed to the slope intended to be given to the floor.In case of black cotton soil replacement of top 1 M soil with approvedsoil/sand shall be done.d) Sand Filling in Trenches & other PlacesAt places back filling shall be done with local sand if directed by theEngineer-in-Charge. The sand used shall be clean, medium grained andfree from impurities. The filled-in-sand shall be kept immersed in w<strong>at</strong>er forsufficient time to ensure maximum consolid<strong>at</strong>ion. The surface of theconsolid<strong>at</strong>ed sand shall be dressed to required level or slope. Constructionof floors or other structures on sand fill shall not be started until theEngineer-in-Charge has inspected and approved the fill.e) Trenches for w<strong>at</strong>er pipes & drainsFilling in trenches for pipes and drains shall be commenced as soon as thejoints of pipes and drains have been tested and passed. Where thetrenches are excav<strong>at</strong>ed in soil, the filling shall be done with earth on thesides and top of pipes in layers not exceeding 15cm, w<strong>at</strong>ered, rammed andconsolid<strong>at</strong>ed, taking care th<strong>at</strong> no damage is caused to the pipe underne<strong>at</strong>h.In case of excav<strong>at</strong>ion of trenches in rock the filling upto a depth of 30 cm orthe diameter of the pipe whichever is more, above the crown of pipe orbarrel shall be done with fine m<strong>at</strong>erial such as earth, moorum, pulverised311410168 V (G) - 23 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>decomposed rock or ash according to the availability <strong>at</strong> site. The remainingfilling shall be done with rock filling of boulders of size not exceeding 10 cmmixed with fine m<strong>at</strong>erial as available to fill up the voids, w<strong>at</strong>ered, rammedand consolid<strong>at</strong>ed.4.21.2 Plain & Reinforced Cement Concrete4.21.2.1 Except where they are varied by the requirement of this specific<strong>at</strong>ion dueprovision of IS specific<strong>at</strong>ion IS-456 for plain and reinforced cement concreteand IS-432 (Part I & II) for mild and medium tensile steel bars and harddrawn steel wire, IS:1786 for high strength deformed steel bars & wires forconcrete reinforcement and other relevant IS applicable together with thel<strong>at</strong>est amendments shall be held to be incorpor<strong>at</strong>ed in this specific<strong>at</strong>ion. Itshall be intent of these specific<strong>at</strong>ions to ensure th<strong>at</strong> all concrete placed <strong>at</strong>various loc<strong>at</strong>ions of the job should be durable, strong enough to carry thedesign loads and practically be impervious to w<strong>at</strong>er. It should be free fromsuch defects as shrinkage, cracking and honeycombing.4.21.2.2 The concrete grade for RCC structural elements shall conform to provisionsof IS 456:2000 and other relevant IS code of practices. Nominal MixConcrete may be used for concrete of M-20 or lower and the r<strong>at</strong>io of cementto fine aggreg<strong>at</strong>es and coarse aggreg<strong>at</strong>e shall be corresponding to thevarious grades of concrete as specified in IS 456 clause 9.3 (table 9). Theconcrete grade for RCC structural elements shall be of minimum M-20grade. The proportions are based on the assumption th<strong>at</strong> aggreg<strong>at</strong>es aredry. Necessary allowance shall be made for the bulkage of the fineaggreg<strong>at</strong>e in accordance with IS:2386. Allowance shall also be made forsurface w<strong>at</strong>er present when computing w<strong>at</strong>er content, surface w<strong>at</strong>er shallbe determined by one of the field methods described in IS:2386 (Part-III). Inthe absence of exact d<strong>at</strong>a, the amount of surface w<strong>at</strong>er may be estim<strong>at</strong>ed,from values given in Table 10 of IS:456.The w<strong>at</strong>er-cement r<strong>at</strong>io shall not be more than those specified above. Thecement content of any nominal mix proportion specified above shall beincreased if the quantity of w<strong>at</strong>er in a mix has to be increased to overcome311410168 V (G) - 24 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>the difficulties of placement and compaction, so th<strong>at</strong> the w<strong>at</strong>er-cement r<strong>at</strong>iospecified above for a particular mix is not exceeded. No extra payment shallbe made to the contractor for use of the extra cement.If concrete made in accordance with the proportions given above for aparticular grade does not yield the specified strength and fails to s<strong>at</strong>isfy therequirements of 'Acceptance Criteria for concrete' as specified in IS: 456,the cement content shall be increased as directed by the Engineer-inchargeto obtain a specified strength <strong>at</strong> no extra cost to the Owner. Thisricher mix shall continue until the Engineer-in-charge instructs otherwise.Ordinary concrete proportioned for a given grade specified above shall not,however, be classified as a higher grade on the ground th<strong>at</strong> the teststrengths wee found higher than the minimum specified.In case of higher grade of concrete more than M-20 is used, only DesignMix Concrete shall be used. The contractor shall carry out the mix designand the mix so designed shall be approved by the Owner within thelimit<strong>at</strong>ions of parameters and other stipul<strong>at</strong>ions laid down by IS 456.The mix shall be designed to produce the grade of concrete having therequired workability and characteristics strength not less than theappropri<strong>at</strong>e value given in table 2 of IS 456.4.21.2.3 MixingConcrete should be mixed in a mechanical concrete mixer and inaccordance with IS: 456.4.21.2.4 WorkabilityThe workability of the concrete shall be checked <strong>at</strong> frequent intervals byslump test. Where facilities exist and if required by the engineer in charge,altern<strong>at</strong>ively, the compacting factor test in accordance with IS:1199 shall becarried out. The degree of workability necessary to allow the concrete to bewell consolid<strong>at</strong>ed and to be worked into the corners of formwork and roundthe reinforcement to give the required surface finish shall depend on the311410168 V (G) - 25 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>type and n<strong>at</strong>ure of structure and shall be based on experience and tests.The preferred limits of consistency for various types of structures are asspecified in the following Table-5(C) -1 below:Table-5(C) - 1LIMITS OF CONSISTENCYDegree ofworkabilitySlump in mm with standardcone as per IS:1199SlumpsMin.Max.Very Low 0 25 Vibr<strong>at</strong>ed concrete in roads orother large sections25 50 Mass concrete found<strong>at</strong>ionswithout vibr<strong>at</strong>ion, simplereinforced section with vibr<strong>at</strong>ionMedium 50 100High 100 150Normal reinforced wall withoutvibr<strong>at</strong>ion and heavily reinforcedsection with vibr<strong>at</strong>ion.Sections with congestedreinforcement not normallysuitable for vibr<strong>at</strong>ionNote :Notwithstanding the above, the slump to be obtained for work in progressshall be as per direction of the Engineer in charge.4.21.2.5 Form WorkThe form work shall conform to the shape, lines and dimensions as shownon the drawing and be so constructed as to remain sufficiently rigid duringthe placing and compaction of the concrete and shall be sufficiently w<strong>at</strong>ertight to prevent loss of cement slurry for concrete.Shuttering shall be of steel pl<strong>at</strong>es or of shuttering plywood supported onsteel/wooden framework. The props shall be either mild steel tubes or salballies 150mm dia.The form work shall be so designed as to support the full weight of wetconcrete as well as the working load without deform<strong>at</strong>ion. All props shall betrue and rigid and thoroughly braced both horizontally and diagonally.Where staging is required extra care shall be taken to use bigger diameter311410168 V (G) - 26 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>props and bracings <strong>at</strong> maximum 3 M interval. All props shall be supportedon sole pl<strong>at</strong>es and double wedges. At the time of removing props thesewedges shall be gently eased and not knocked out.All rubbish, chippings, shearing and saw dust shall be removed from theinterior of the forms before the concrete is placed and the form work incontact with the concrete shall be cleaned thoroughly wetted or tre<strong>at</strong>ed withnon-staining mineral oil or any other approved m<strong>at</strong>erial. Care shall be takenth<strong>at</strong> oil or such approved m<strong>at</strong>erial is kept out of contact with thereinforcement.All form work shall be removed without shock or vibr<strong>at</strong>ion and shall beeased off carefully in order to allow the structure to take up its loadgradually. Forms shall not be removed until the concrete has adequ<strong>at</strong>elyhardened to take up the superimposed load coming on it and in nocircumstances shall form be struck until the concrete reaches a strength of<strong>at</strong> least twice the strength to which the concrete may be subjected <strong>at</strong> thetime of working.4.21.2.6 In normal circumstances where ordinary Portland cement is used, form maybe removed <strong>at</strong> the expiry of such period as mentioned in Clause 11.3 ofIS:456. However, the above period may be increased if found necessary bythe Engineer-in-Charge. Special care shall be taken while striking thecentring of cantilevered slab, canopies, portal frames, folded pl<strong>at</strong>econstruction etc. and period of striking shall be determined by the Engineerin-Charge.4.21.2.7 Surface th<strong>at</strong> becomes exposed on removal of the forms shall be carefullyexamined of any fins, burrs, projections etc. th<strong>at</strong> are detected shall beremoved. In case honeycombs are found in the concrete the same shall beclosely examined by the Engineer-in-Charge. If the honeycomb is of minorn<strong>at</strong>ure the loose portion should be removed and finished with cementmortar 1:1. But in case of large honeycombs, the same shall have to beredone or made good by gunniting etc.311410168 V (G) - 27 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>The contractor <strong>at</strong> his own cost shall reconstruct any work showing signs ofdamage through prem<strong>at</strong>ure or careless removal of centring and shuttering.4.21.2.8 Before re-use of forms, it shall be thoroughly scrapped, cleaned, joints etc.examined and if necessary repaired and inside surface tre<strong>at</strong>ed. Frameworkshall not be used/ re-used if declared unfit by the Engineer-in-Charge.4.21.2.9 Anchor bolts, anchors, openings, sleeves, inserts & other Built-in-Fixtures:The contractor shall provide openings, grooves, chases etc. in concretework as required for erection of equipment and structures. He shall alsobuild into concrete work the m<strong>at</strong>erials like inserts, hanger, anchors openingframes, manhole cover, frames, floor clips, sleeves, conduits, anchor boltsand pl<strong>at</strong>es for machinery/ equipment and for structural steel work, dowelbars, lugs, joints or any other built -in fixtures as may be required andinstructed. Correct loc<strong>at</strong>ion, exact alignment, etc of all these shall beentirely the responsibility of the contractor. Exposed surfaces of embeddedm<strong>at</strong>erials are to be painted with one co<strong>at</strong> of approved anti-corrosive paintand/ or bituminous paint without any extra cost to the owner.4.21.2.10 Steel ReinforcementReinforcement should be accur<strong>at</strong>ely fabric<strong>at</strong>ed, bent to shape, placed andadequ<strong>at</strong>ely maintained in position as shown on drawings or as directed bythe Engineer-in-Charge. All finished bars shall be free from cracks surfaceflaws, lamin<strong>at</strong>ions, jagged and imperfect edges. Cement mortar block (1:1)shall be used to give requisite cover as shown on the drawing or as directedand all intersections of bars shall be firmly tied with binding wire of 18gauge. Reinforcement shall be bend cold in accordance with the procedurestipul<strong>at</strong>ed in IS:2502 and will not be straightened in a manner which willinjure the m<strong>at</strong>erial.All reinforcement shall immedi<strong>at</strong>ely before placing in concrete be thoroughlycleaned of loose mill scale, loose rust, oil and grease or other deleteriousm<strong>at</strong>ter th<strong>at</strong> would destroy or reduce bond.311410168 V (G) - 28 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>Reinforcement in reinforced concrete members shall not be connected bywelding or coupling except in accordance with relevant IS and with theprevious approval of the Engineer-in-Charge. Overlaps and joints shall bestaggered and loc<strong>at</strong>ed <strong>at</strong> points, along the span where neither shear norbending moment is a maximum.Reinforcement shall have cover as shown in the drawings and where notspecified, the thickness of cover shall be as per IS:456.4.21.2.11 Transport<strong>at</strong>ionConcrete shall be handled from the place of mixing to the place of finaldeposit as rapidly as practicable but l<strong>at</strong>est within 30 minutes by methodswhich will prevent the segreg<strong>at</strong>ion or loss of any of the ingredients. Ifsegreg<strong>at</strong>ion occurs during transport the concrete shall be re-mixed beforebeing placed.4.21.2.12 Placinga) Concrete shall be placed in position and compacted before initialsetting commences and when once compacted it shall not be subsequentlydisturbed. Method of placing shall be such as to prevent segreg<strong>at</strong>ion.b) Concrete shall not be dropped into position from a height gre<strong>at</strong>er than 1meter.c) Before the concrete is actually placed in position, the insides of theforms should be inspected to ensure th<strong>at</strong> the shuttering is w<strong>at</strong>ertight and thesurface tre<strong>at</strong>ed with approved composition. All debris, sand, dust, etc. shallbe removed from shuttering before concrete is placed in position.d) Concrete shall be placed in suitable layers depending upon the n<strong>at</strong>ureof work and generally layers of 30 CM for thick concreting placing shall beconfined to a layer of 30 cm thick.311410168 V (G) - 29 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>e) When concrete is required to be placed under adverse conditions viz.extreme we<strong>at</strong>her conditions, under w<strong>at</strong>er, in alkali soils and in alkalinew<strong>at</strong>er, the requirements as stipul<strong>at</strong>ed in IS:456 shall be complied with.4.21.2.13 Compactiona) Concrete shall be thoroughly compacted during the oper<strong>at</strong>ion of placingand thoroughly worked around the reinforcement, around embeddedfixtures and into corners of the form work. Means of compaction shall bemechanical vibr<strong>at</strong>ion followed by the light tapping of the form work on theexternal face. To ensure proper compaction <strong>at</strong> corners, junctions,underne<strong>at</strong>h insert and thick reinforcement etc. placing by steel rods is alsoto be done before mechanical vibr<strong>at</strong>ion. All concrete work whether plain orreinforced shall be mechanically vibr<strong>at</strong>ed by needle pl<strong>at</strong>e vibr<strong>at</strong>or as thecase may be.b) Beams and columns shall be vibr<strong>at</strong>ed using immersion vibr<strong>at</strong>or as perIS: 3558, thin sections like w<strong>at</strong>er tanks walls shall be vibr<strong>at</strong>ed using surfacevibr<strong>at</strong>ors. The contractor shall <strong>at</strong> all times have in reserve sufficientvibr<strong>at</strong>ors of each type to guard against shut down of the work occasionedby the failure of the equipment. No concreting shall be permitted in theevent of power failure.c) The intensity and dur<strong>at</strong>ion of vibr<strong>at</strong>ion shall be sufficient to ensurecomplete settlement and compaction without any str<strong>at</strong>ific<strong>at</strong>ion of successivelayers or separ<strong>at</strong>ion of ingredients or form<strong>at</strong>ion of laitance. Needle vibr<strong>at</strong>orsshall be immersed vertically and not <strong>at</strong> an angle <strong>at</strong> regular interval not morethan 45 CM apart from withdrawn very slowly when air bubbles no longercome on the surface. It is better to vibr<strong>at</strong>e <strong>at</strong> smaller intervals for shorterperiods of time, r<strong>at</strong>her than <strong>at</strong> wider intervals for longer period of time. Toavoid trapping of air the thickness of layer of concrete to be vibr<strong>at</strong>ed shallnot be less than 15 CM and maximum advisable shall be 45 CM. Thevibr<strong>at</strong>or shall be used only to aid compaction and shall never be used topush concrete l<strong>at</strong>erally in the forms and it shall never be used nearer than10 CM to the form surface in order to obtain a uniform appearance.311410168 V (G) - 30 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>4.21.2.14 CuringConcrete shall be carefully protected during first stage of hardening fromharmful effects of excessive he<strong>at</strong>, drying winds, running down of surfacew<strong>at</strong>er and shocks. Concrete shall be prevented from drying out by propercuring <strong>at</strong> least for a period of 14 days and thereafter the surface kept moistfor another 7 days. The method of curing shall be th<strong>at</strong> horizontal surfacesshall be kept covered with ponded w<strong>at</strong>er for a continuous period of 14 daysand vertical surface like columns walls, fins etc. and inclined surfaces shallbe covered with straw, hessian etc. and kept constantly wet by w<strong>at</strong>er spray.Mere sprinkling of w<strong>at</strong>er on vertical and inclined surface shall not beallowed.4.21.2.15 Pressure GroutingPervious rock, fissures etc. under found<strong>at</strong>ions shall be grouted and sealed,if required as per design & drawings. Grout shall be composed of cementand w<strong>at</strong>er, except th<strong>at</strong> for wider seams, sand or 6 mm down stone chipsmay have to be used in the mixture. The mix for grouting shall be 1 partcement and 1 part sand. The loc<strong>at</strong>ion and depth of grout holes shall be asdirected by the Engineer-in-charge. Grout shall be placed <strong>at</strong> pressures upto14 Kg./Cm² or as required for approved grouting machine.4.21.2.16 Pre-cast ConcreteThe specific<strong>at</strong>ion for pre-cast concrete shall be exactly similar as for thecast-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 pl<strong>at</strong>form made ofconcrete or grouted brick soling finished smooth with ne<strong>at</strong> cement plasteroverlaid by a layer of G.I. plain sheets and shall have curing tank and suchother facilities. The moulds shall preferably be of steel or of wood lined withG.I. sheet metal. The yard shall preferably be fenced.Lifting hooks shall be embedded in correct position of the unit to facilit<strong>at</strong>eerection, even though they may not be shown on the drawings and shall beburnt off and finished after erection.311410168 V (G) - 31 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>Pre-cast concrete planks after 28 days of casting and curing ready forerection shall be transported to site by suitable means approved byEngineer-in-charge. All care shall be taken so th<strong>at</strong> no damage occursduring transport<strong>at</strong>ion. All adjustments, levelling and plumbing shall be doneby providing instruments, m<strong>at</strong>erials and men to the Engineer-in-charge forchecking the proper erection of the pre-cast units. The joint between precastplanks shall be pointed with 1 : 2 cement : sand mortar where called foron the drawing.4.21.2.17 W<strong>at</strong>erproofing of Concrete StructuresThe m<strong>at</strong>erials and design shall conform to the respective IS Code whereverapplicable. The Engineer-in-charge’s approval to the m<strong>at</strong>erials shall beobtained by the contractor before procurement. If desired by the Engineerin-charge,test certific<strong>at</strong>es for the m<strong>at</strong>erials shall be submitted by thecontractor and samples for testing by the Purchaser shall be supplied free.The m<strong>at</strong>erials shall be of best quality available indigenously, fresh andthoroughly clean.a) W<strong>at</strong>er Stopsi) Ribbed Rubber W<strong>at</strong>er Stop - The m<strong>at</strong>erial must be very durable andtough. The ribs shall be sufficient to ensure bond with concrete. The widthshall be minimum 100 mm and thickness minimum 3 mm. The rubber w<strong>at</strong>erstop must be used in long lengths to avoid splicing as far as possible. Eachshall have <strong>at</strong> least 230 mm overlaps and stuck with a reliable stickercompound or vulcanised.b) G. I. Strips - G.I. strips shall be minimum of 22 gauge and 230 mm inwidth. It shall be strong and durable. Longest lengths available shall only beprocured. At joints strips shall be lapped 150 mm and brazed thoroughly toprevent any leak. These shall be placed in position very securely so as notto get dislodged or distorted during placing of concrete. G.I. strips to beused in construction joints.311410168 V (G) - 32 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>c) PVC Sealing Strips- PVC sealing strips shall be used for Expansionjoints. The minimum thickness of PVC sealing strips shall be 5 mm and theminimum width 150 mm. The actual size and shape shall have to bespecified in drawings. The m<strong>at</strong>erial should be of good quality Polyvinylchloride highly resistant to tearing, abrasion and corrosion. The physicalproperties 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°CUltim<strong>at</strong>e elong<strong>at</strong>ion - Not less than 27.5%d) Admixtures ini) PlasterThe plaster shall be made of cement, sand and w<strong>at</strong>er proofing admixturesas per manufacturers specific<strong>at</strong>ion if required. The admixture shall be`IMPERMO’ or equivalent as approved by the Engineer-in-charge. TheConcrete surface to be plastered shall be hacked to form a key to Engineerin-charge’ss<strong>at</strong>isfaction. If desired by the Engineer-in-charge, the contractorshall have the work supervised by the manufacturer’s supervisor <strong>at</strong> no extracost to the owner.ii)ConcreteThe admixture shall be of right variety of Lilax, Silvicon, “ICICO” orequivalent w<strong>at</strong>er proofing cement additive, which conforms to IS:2645.W<strong>at</strong>er proofing additive shall be as far as possible free from aggressivechemicals like chlorides, sulphides etc. which can cause corrosion of steelreinforcement in R.C.C.iii)Other Admixture in ConcreteThe Engineer-in-charge may <strong>at</strong> his discretion instruct the contractor to useany admixture in the concrete.311410168 V (G) - 33 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>e) Surface Tre<strong>at</strong>mentsi) Bituminous Co<strong>at</strong>ingSurface to be w<strong>at</strong>erproofed shall be absolutely dry, clean and dust free. Thesurface shall be completely co<strong>at</strong>ed with hot coal tar pitch as per IS : 216(not he<strong>at</strong>ed above 375°F) using not less than 2 Kg per M² or with hotasphalt i.e. bitumen according to IS : 73 (not he<strong>at</strong>ed above 400°F) using notless than 1.5 Kg per M². When the first co<strong>at</strong> has completely dried up andpassed by the Engineer-in-charge, the second co<strong>at</strong> shall be applied in themanner using not less than 1.25 Kg per M² in case of coal tar and 1 Kg perM² in case of asphalt. Immedi<strong>at</strong>ely after applic<strong>at</strong>ion of the second co<strong>at</strong> andbefore it is dried up, sand shall be spread on the surface to cover itcompletely. Sufficient time shall be allowed after spreading of sand beforebackfilling is done in order to allow the final co<strong>at</strong> to dry up completely. Coaltar or asphalt to be used shall be of approved manufacture and of the bestquality available.ii) Bitumen FeltIf specified or desired by the Engineer-in-charge, structures shall be madedamp proof by courses of bitumen felt and blown bitumen. The contractorshall entrust the work to a specialist firm approved by the Engineer-incharge.The m<strong>at</strong>erials shall conform to IS: 1322 and the workmanship to IS : 1609.The bitumen felt shall be of hessian based. If demanded by the Engineer-incharge,tests as specified in IS Codes shall be organised by the contractorwithout charging any extra to the Purchaser.Cleaning the surface, keeping it dry, providing necessary corner fillets andcement rendering and cutting chases shall be carried out. Protectivebrickwork, concrete sub-bases or walls are to be included in the bid.The specific<strong>at</strong>ion shall cover laying the damp-proof course on the outsideand inside of the walls and bases of structures. Unless otherwise specified311410168 V (G) - 34 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>elsewhere, a 20 years 'guarantee for perfect performance' shall be given bythe contractor individually and collectively.iii) Damp-W<strong>at</strong>er ProofingMultiple layer damp-w<strong>at</strong>er proofing tre<strong>at</strong>ment for basement and structurebelow G.L. shall be done in accordance with IS: 1609 and 3067. The type oftre<strong>at</strong>ment shall depend upon the depth of the structures below subsoil w<strong>at</strong>erlevel and shall be as shown on the drawing or as decided by the Engineerin-charge.4.21.2.18 Sampling and Strength Test of ConcreteSampling and strength test of concrete shall be carried out in accordancewith relevant Clause of IS:456. The cost of sampling, testing etc. shall becompletely borne by the contractor. A site labor<strong>at</strong>ory having the followingminimum facilities has to be installed by the contractor for carrying outvarious strength test:a) Compression testing machine of min. capacity of 100Teb) Slump cones.c) Adequ<strong>at</strong>e number of standard moulds.d) Curing banke) Weighing balancef) Oven or other appar<strong>at</strong>us to dry aggreg<strong>at</strong>es.4.21.2.19 Acceptance of ConcreteThe criteria for acceptance of a concrete shall be in accordance with IS:456and the consequences of rejection shall be <strong>at</strong> the expense of the contractor.4.21.3 Fabric<strong>at</strong>ion & Erection of Steel Structures4.21.3.1 GeneralAll structural steel works shall be carried out strictly as per relevant IScodes and standard practices. This will cover fabric<strong>at</strong>ion, transport<strong>at</strong>ionto the required loc<strong>at</strong>ion and erection including hoisting, grouting and sitewelding/ bolting/ riveting etc. all complete.311410168 V (G) - 35 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works4.21.3.2 Names of manufacturer and copies of orders<strong>CMPDI</strong>Before ordering structural steel the contractor shall submit, for the approvalof the Engineer-in-Charge the names of the proposed makers or supplierstogether with the specific<strong>at</strong>ion of the m<strong>at</strong>erials and shall thereafter, sendcopies of the orders to the Engineer-in-charge. When a supplier orsub-contractor orders m<strong>at</strong>erials for the execution of his sub-contract, heshall also comply with the aforesaid requirement by the submission of thenames of makers proposed and by sending to the Engineer-in-Chargecopies of the order.4.21.3.3 M<strong>at</strong>erials & WorkmanshipAll structural steel shall be of tested quality and shall comply with therequirement of IS:2062. Mild steel nuts and bolts shall be made from steelof round bar quality and not from rivet bars. The maker's test certific<strong>at</strong>esshall be made available by the contractor to the Engineer-in-charge or hisrepresent<strong>at</strong>ive when called for.If the contractor has difficulty in obtaining the IS section specified or shownon the drawing he may submit for approval to the Engineer-in-Charge thenearest section available.The use of altern<strong>at</strong>ive section may be permitted only under extremecircumstances and only when approved in writing by the Engineer-incharge.All bolts and nuts shall be made in accordance with relevant IS specific<strong>at</strong>ionand unless shown or specified otherwise, shall be hexagonal. All nuts are tobe fit tight washers shall be used wherever necessary.4.21.3.4 Fabric<strong>at</strong>ionAll steel sections to be used in the work shall be of tested quality and shallbe approved by the Engineer-in-Charge before use. After proper marking tothe required shape and size as per approved design and drawing, the steelsection shall be cut to the required shape and size and cut edges, shall be311410168 V (G) - 36 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>finished smooth by grinding. No two pieces shall be welded or otherwisejointed to make up the required shape and size of a member except asindic<strong>at</strong>ed in the drawing or directed by the Engineer-in-Charge.All structural steel work shall be in accordance with IS:800 code of practicefor use of structural steel in general building construction and loading shallbe in accordance with IS:875 code of practice for structural safety orbuilding loading standards, where applicable. The templ<strong>at</strong>es for theconnections between interchangeable parts shall be of steel and steelbushed in such cases as the Engineer-in-Charge may consider necessary.In case where actual m<strong>at</strong>erials have been used as templ<strong>at</strong>es for drillingsimilar pieces, the Engineer-in-Charge will decide whether they are fit to beused as parts of finished structure.All smithy work shall be clean and sound and the metal shall not be burnt orinjured in anyway. No drifting shall be allowed except for bringing togetherseveral parts forming a member but the drifts must not be driven with suchforce as to disturb or damage the metal about the holes.Particular care must be taken to ensure free expansion and contractionwherever provided for in drawings or specific<strong>at</strong>ions.All members must be so formed th<strong>at</strong> they may be accur<strong>at</strong>ely assembledwithout unduly packing straining or forcing into position, and when built thesame shall be true and free from any twist, kink buckles or open jointsbetween component pieces. Any failure in this respect shall involverejection of the member.Gre<strong>at</strong>est accuracy shall be observed to facilit<strong>at</strong>e erection <strong>at</strong> site and allcorresponding parts must be made similar and interchangeable.Machined surface must be well co<strong>at</strong>ed with a mixture of white lead andtallow. Screwed ends of the rods and anchor bolts or machined surfacesshall be protected from injury during transit.311410168 V (G) - 37 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>Dummy pieces are to be prepared where necessary during fabric<strong>at</strong>ion andshop assembly to check the accuracy of work to the s<strong>at</strong>isfaction of theEngineer-in-Charge or his represent<strong>at</strong>ive <strong>at</strong> no extra cost.4.21.3.5 BoltingThe m<strong>at</strong>erial used for the manufacture of structural quality high tensile steelbolts shall have a minimum tensile strength of 58 Kg/mm2. Othermechanical properties shall conform to grade St-58-HTof IS: 961.Bolts, nuts and washers and other fastening m<strong>at</strong>erials shall be stored inracks off the ground with co<strong>at</strong>ing of suitable protective oil. All bolts, nutsand washers shall conform to the relevant Indian Standards.Bolts shall be inserted in such a way th<strong>at</strong> they may remain in position undergravity even before fixing the nut. Bolted parts shall fit solidly together whenassembled and shall not be separ<strong>at</strong>ed by gaskets or any other interposedcompressible m<strong>at</strong>erials. When assembled, all joint surfaces, including thoseadjacent to the washers, shall be free of scales except tight wall scales.They shall be free of dirt, loose scales, burns and other defects th<strong>at</strong> shouldprevent solid sitting of the parts. Contact surfaces shall be free of oil, paint,lacquer or galvanising.All high tensile bolts conforming to HT-58 of IS:961 shall be tightened toprovide, when all fasteners in the joint are tight, <strong>at</strong> least the minimum bolttension as mentioned below:-Nominal Bolt Dia (mm) Minimum Bolt Tension(kgf)20 830022 1020025 119004.21.3.6 WeldingElectrodes complying with IS:814-1974 or l<strong>at</strong>est "Covered Electrodes forMetal Arc Welding of Structural Steel". Arc welding shall be used. Thebidder shall st<strong>at</strong>e in his <strong>tender</strong> the specific<strong>at</strong>ions and all relevant particularsof the electrodes which he proposes to use.311410168 V (G) - 38 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>Welding of mild steel shall be in accordance with IS: 816-1969 or l<strong>at</strong>est"Code of Practice for use of Metal Arc Welding for general construction inMild Steel".All welding oper<strong>at</strong>ion shall be carried out by skilled welders (who woulds<strong>at</strong>isfy the requirement of engaged in welding structures other than pipes)working under constant competent supervision in a properly organisedmanner with quality welding sets and with autom<strong>at</strong>ic welding machines asfar as possible and with suitable electrodes, all to the approval of Engineerin-Chargeand to his s<strong>at</strong>isfaction. Number of welding sets both autom<strong>at</strong>icand hand oper<strong>at</strong>ed proposed to be used in fabric<strong>at</strong>ion in workshop with allthe relevant specific<strong>at</strong>ions is to be submitted to the Engineer-in-Chargebefore execution of work.Special <strong>at</strong>tention shall be given to a suitable sequence of welding to keepthe internal stresses within permissible limits.4.21.3.7 InspectionThe Engineer-in-Charge and his authorised represent<strong>at</strong>ives shall have freeaccess <strong>at</strong> all reasonable times to all places where the work is being carriedout and shall be provided by the contractor, <strong>at</strong> the expense of thecontractor, with all the necessary facilities and labour for inspection duringfabric<strong>at</strong>ion and erection. The Engineer-in-Charge and his authorisedrepresent<strong>at</strong>ive shall be <strong>at</strong> liberty to reject in whole or part any work orm<strong>at</strong>erial th<strong>at</strong> does not conform to the terms of these specific<strong>at</strong>ions and mayorder the same to be removed, replaced or altered <strong>at</strong> the expense of thecontractor.No part of the work shall be oiled, painted (except contact surfaces asst<strong>at</strong>ed) taken down, packed, bundled, cr<strong>at</strong>ed or disp<strong>at</strong>ched until it has beenfinally inspected and approved by the Engineer-in-Charge or hisrepresent<strong>at</strong>ive. No filling or other obliter<strong>at</strong>ion of surface defects shall becarried out prior to such inspection by or without the consent of theEngineer-in-Charge or his represent<strong>at</strong>ive.311410168 V (G) - 39 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works4.21.3.8 Marking and Disp<strong>at</strong>ching<strong>CMPDI</strong>Every portion of the work shall have its erection letters or numbers distinctlystencilled on it with paints and marked with a punch for guidance in erection<strong>at</strong> site and every piece, bundle or packing case shall also be clearly markedin accordance with a marking diagram and shall bear such other marks aswill facilit<strong>at</strong>e erection.The work shall be desp<strong>at</strong>ched to such portions as may be found convenientfor erection or as ordered by the Engineer-in-Charge and shall be unloadedand stocked ne<strong>at</strong>ly in the space allotted to the contractor.All bolts, nuts, rivets, pl<strong>at</strong>es under 25mm square and small articlesgenerally are to be packed in cases of adequ<strong>at</strong>e strength for safe transit. Allbolts, nuts rivets and washers of different sizes are to be packed securely insepar<strong>at</strong>e bags, each bag having a label indic<strong>at</strong>ing its contents.4.21.3.9 PaintingAll steel works shall be provided with two co<strong>at</strong>s of synthetic enamel paintsof approved make and shade over primer.The whole of the fabric<strong>at</strong>ed steel works before being disp<strong>at</strong>ched fromfabric<strong>at</strong>ion yard shall be dry and after being thoroughly cleaned free fromrust, mill scale, dust, etc. to the s<strong>at</strong>isfaction of the Engineer-in-Charge or hisrepresent<strong>at</strong>ive and shall be given one co<strong>at</strong> of red oxide paint. Paint shall beapplied by brush and not by spraying. Surfaces, which are to be held incontact by riveting or bolting, shall not be painted before assembly.Unless specified otherwise all surface inaccessible after riveting, bolting orintermittent welding shall be given two co<strong>at</strong>s of red oxide paint beforeassembly. Welds and adjacent parent metal shall not be painted prior toremoval of flakes inspection and approval.All bolts, nuts, rivets and washers etc., shall be thoroughly cleaned anddipped in boiled linseed oil before disp<strong>at</strong>ch from contractor's works.311410168 V (G) - 40 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works4.21.3.10 Bedding<strong>CMPDI</strong>The bedding shall be carried out with Portland cement grout or mortarhaving a compressive strength of 250 Kg. per Sq.cm <strong>at</strong> 28 days for allcolumn bases. The bedding shall not be carried out until a sufficient numberof columns have been properly aligned, levelled and plumbed and sufficientgirders, beams and trusses are in position to the s<strong>at</strong>isfaction of theEngineer-in-Charge. Immedi<strong>at</strong>ely before grouting the space under steelshall be thoroughly cleaned and left free from excessive moisture. The groutor mortar shall be fixed as thickly as possible consistent with fluidity andshall be poured under pressure with pressure grouting machine until thespace has been filled with mortar.4.21.3.11 Erection & Setting OutThe erection of steel work shall be in accordance with IS:800-1984 or l<strong>at</strong>estand IS:816-1969 or l<strong>at</strong>est. The contractor shall be responsible for thesuitability and capability of all plant and equipment used for erection.The contractor shall give to the Engineer-in-Charge not less than twentyfour 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 arrangementsfor checking.The contractor shall, as a contingency of the contract, provide all necessaryassistance which the Engineer-in-Charge may require for checking thesetting out.The dimensions and levels of the site and of existing works shown upon thedrawings 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 be made fromtwo reference lines/points and two d<strong>at</strong>um marks which will be given <strong>at</strong> site.311410168 V (G) - 41 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>The contractor shall take care to see th<strong>at</strong> the component parts fit correctlyand according to the distinguishing m<strong>at</strong>ch marks. No inter-changeablepieces shall be made unless absolutely necessary.4.21.3.12 CladdingCGS sheets shall be in accordance with l<strong>at</strong>est IS specific<strong>at</strong>ions. All fixingaccessories shall conform to IS: 730. Workmanship shall be according tobest construction practices to give a w<strong>at</strong>ertight finish to the s<strong>at</strong>isfaction ofthe Engineer-in-charge. Fixing of gutters and down pipes shall be accordingto IS. 2527.a) CGS SheetingSide laps shall be 2 corrug<strong>at</strong>ions for roof and one corrug<strong>at</strong>ion for sidesheeting. 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 shallbe minimum 100 mm. Holes in CGS sheets shall preferably be made on theground, the sheets should be placed on trestles and holes punched in theridge of the corrug<strong>at</strong>ion from the outsides inward for obtaining properse<strong>at</strong>ing of limpet washers. Sheets shall be secured to sheet framing by 8mm dia galvanised iron hooks of J-bolts and maximum 305 mm apart. Thelength of the hook of J-bolts shall be to suit the sections of the bearer.Sheet shall also be bolted <strong>at</strong> the ends <strong>at</strong> every third corrug<strong>at</strong>ion with 6 mmdia galvanised iron seam bolts and GI fl<strong>at</strong> washers and bituminouswashers.4.21.3.13 Gutters & Down PipesAll gutters shall be designed to suit the diameter and spacing of down pipesas 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 16gauge thick. All joints shall be lapped in the direction of flow and shall bemade w<strong>at</strong>ertight with suitable caulking compound. The slope of the guttershall be considered in rel<strong>at</strong>ion to the area of roof drained.311410168 V (G) - 42 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>4.21.4 Brick and Stone Masonry4.21.4.1 All brick work shall be carried out as shown on the drawings with set backs,projections, cuttings, too things etc. wherever the proportion of cementmortar has not been specifically mentioned, cement mortar in proportion of1:6 shall be used. Fl<strong>at</strong> brick arches shall be provided wherever requiredwithout any extra cost. Brick work shall be kept wet while in progress, tillmortar has properly set. On holidays or when work is stopped, top of allunfinished masonry shall be kept wet. Should the mortar become dry, whiteor powdery, for want of curing, work shall be pulled down and rebuilt <strong>at</strong> thecontractor's expense.Bricks shall be thoroughly cleaned, well wetted and soaked for <strong>at</strong> leasttwelve hours in fresh w<strong>at</strong>er before being used on the work. Bricks shall beof locally available best quality.English bond shall be used throughout in walling. A good bond shall bemaintained throughout the work, both l<strong>at</strong>erally and transversely. In wallingthe courses shall be kept perfectly horizontal and in plumb with the frogsfacing upwards. Vertical joints shall not exceed 10mm thickness and shallbe full of mortar. No broken bricks shall be used except as closers. Afterday's work all joints shall be raked to 12mm depth to provide for proper keyto plastering.Mortar used shall be specified in respective items and every third course ofbrickwork shall be flushed with mortar grout.Whole of the masonry work shall be brought up <strong>at</strong> one uniform levelthroughout the structure, but where breaks are unavoidable; joints shall bemade in good long steps. All junctions of walls and cross walls shall becarefully bonded into the main walls. The r<strong>at</strong>e of laying masonry may beupto a height of 60 CM per day if cement mortar is used and 45 CM per dayif lime mortar is used. Gre<strong>at</strong>er heights may be built only if permitted by theconsultants.311410168 V (G) - 43 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>During rains, the work shall be carefully covered to prevent mortar frombeing washed away. Should any mortar or cement be washed away, thework shall be removed and rebuilt <strong>at</strong> the contractor's expense.4.21.4.2 Half Brick MasonryHalf brick masonry shall be set in cement mortar as specified and where notspecifically 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 inevery fourth course with thick mortar band or 2 No. 6mm (1/4") dia barsshall be used in every 6th course (irrespective of it being shown in drawingsor not).4.21.5 Plastering, punning, plaster of paris4.21.5.1 Plasteringa) Prepar<strong>at</strong>ion of SurfaceAll pot log holes in brickwork and junction between concrete and brickworkshall be properly filled in advance. Joints in brickwork shall be raked to12mm and concrete surface hacked to provide the grip to the plaster.Projecting burrs of mortar formed due to gaps <strong>at</strong> joints in shuttering shall beremoved. The surface shall be scrubbed clean with wire brush/coir brush toremove dirt, dust etc. and the surface thoroughly washed with clean w<strong>at</strong>erto remove efflorescence, grease and oil etc. and shall be kept wet for aminimum of six hours before applic<strong>at</strong>ion of plaster.b) Mortar for plastering shall be as specified in the schedule of items. Forsand cement plaster, sand and cement in the specified proportion shall bemixed dry on a w<strong>at</strong>ertight pl<strong>at</strong>form and minimum w<strong>at</strong>er added to achieveworking consistency. For lime gauged plaster, lime putty or hydr<strong>at</strong>ed limeand sand in the required proportion shall be mixed on a w<strong>at</strong>ertight pl<strong>at</strong>formwith necessary addition of w<strong>at</strong>er and thoroughly ground in mortar mill. Themix shall then be transferred to a mechanical mixer to which the requiredquantity of cement is added and mixed for <strong>at</strong> least 3 minutes. No mortar311410168 V (G) - 44 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>which has stood for more than half an hour shall be used, mortar th<strong>at</strong> showstendency to become dry before this time, shall have w<strong>at</strong>er added to it.c) Applic<strong>at</strong>ion of PlasterPlaster, when more than 12mm thick, shall be applied in two co<strong>at</strong>s - a baseco<strong>at</strong> followed by the finishing co<strong>at</strong>. Thickness of the base co<strong>at</strong> shall besufficient to fill up all unevenness in the surface. No single co<strong>at</strong> shallhowever exceed 12mm in thickness. The lower co<strong>at</strong> shall be thicker thanthe upper co<strong>at</strong>. The overall thickness of the co<strong>at</strong>s shall not be less than thethickness as specified in the schedule of items. The underco<strong>at</strong> shall beallowed to set and shrink before applying the second co<strong>at</strong> of plaster. Theunder co<strong>at</strong> shall be scr<strong>at</strong>ched or roughened before it is fully hardened toform a mechanical key and thoroughly levelled. The method of applic<strong>at</strong>ionshall be 'thrown on' r<strong>at</strong>her than 'applied by trowel'.To ensure even thickness and true surface, p<strong>at</strong>ches of plaster about100mm to 150mm square or wooden screed 75mm wide and of thethickness of the plaster, shall be fixed vertically about 2m to 3m apart, to actas gauges. The finished wall surface shall be true to plumb and thecontractor shall, without any extra cost to the owner, make up allirregularities in the brick work with plaster. All vertical edges of brick pillars,doors jambs etc. shall be chamfered or rounded off as directed by theEngineer-in-Charge. All drips, grooves, mouldings and cornices as shownon drawings or instructed by Engineer-in -charge shall be done with specialcare to maintain true lines levels and profiles. After the plastering work iscompleted all debris shall be removed and holes left during plastering shallbe repaired and left in good condition after completion of the job.d) FinishGenerally the standard finish shall be used unless otherwise specified.Whenever any special tre<strong>at</strong>ment to the plastered surface is indic<strong>at</strong>ed, thework shall be done exactly as specified to the entire s<strong>at</strong>isfaction of theEngineer-in-Charge regarding the texture, colour and finish. Wheneverpunning is indic<strong>at</strong>ed, the interior plaster shall be finished rough. Otherwise,311410168 V (G) - 45 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>the interior plaster shall generally be finished to a smooth surface. Theexterior surface shall generally be finished with a wooden flo<strong>at</strong>.4.21.5.2 Ne<strong>at</strong> Cement FinishImmedi<strong>at</strong>ely after achieving a true plastered surface with the help of awooden straight edge, the entire area shall be uniformly tre<strong>at</strong>ed with a pasteof ne<strong>at</strong> cement <strong>at</strong> the r<strong>at</strong>e of 1Kg. per Sq.m. and finished smooth with <strong>at</strong>rowel.4.21.5.3 CuringAll plastered surfaces, after laying, shall be w<strong>at</strong>ered for a minimum period ofseven days, by an approved method and shall be protected from excessivehe<strong>at</strong> and sunlight by suitable means. Moistening shall commence as soonas the plaster has hardened sufficiently and not susceptible to damage.4.21.5.4 Plaster-of-Paris PunningPlastered surfaces, where specified, shall be finished with plaster-of-parispunning. The m<strong>at</strong>erial shall be from approved manufacturers and asapproved by the Engineer-in-charge. The thickness of the punning shall be2mm and shall be applied by skilled workman. The finish shall be smooth,even and free from undul<strong>at</strong>ions, cracks etc. Before bulk work is taken inhand a sample of punning shall be done on roughly 10 Sq.m. area andapproval of the Engineer-in-charge obtained. The work shall then be takenin hand as per approved sample.4.21.5.5 Finish to masonry and concrete shall fully comply with the drawings,specific<strong>at</strong>ions approved samples and instructions of the Engineer-in-chargewith respect to lines, levels, thickness, colour, texture p<strong>at</strong>tern and any otherspecial criteria as mentioned in the body of the specific<strong>at</strong>ion or as shown ondrawings.311410168 V (G) - 46 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>4.21.5.6 Painting, White Washing etc4.21.5.6.1 This specific<strong>at</strong>ion covers painting, white washing, polishing etc. of bothinterior and exterior surfaces of masonry, concrete, plastering, plaster ofParis, false ceiling, structural and other miscellaneous steel items, rainw<strong>at</strong>er down pipes, floor and roof drains, soil, waste and service w<strong>at</strong>erpipes and other ferrous as well as non-ferrous metal items as shown ondrawings or as directed by the Engineer-in-charge. If surface to befinished can not be prepared in suitable condition for painting bycustomary prepar<strong>at</strong>ory methods, the contractor shall notify theEngineer-in-charge in writing or assume responsibility for and rectifyany uns<strong>at</strong>isfactory finishing th<strong>at</strong> results. Before commencing painting,the contractor shall obtain the approval of the Engineer-in-charge inwriting regarding the scheduling of work to minimise damage,disfigur<strong>at</strong>ion or staining by other trades. He shall also undertake normalprecautions to prevent damage, disfigur<strong>at</strong>ion or staining to work of othertrades or other install<strong>at</strong>ions.4.21.5.6.2 Executiona) PaintingM<strong>at</strong>erials shall be highest grade products of well known approvedmanufacturer and shall be delivered to the site in original sealed containers,bearing brand name, manufacturer's name and colour shade, with labelsintact and seals unbroken. All m<strong>at</strong>erials shall be subject to inspection andapproval by the Engineer-in-charge. It is desired th<strong>at</strong> m<strong>at</strong>erials of onemanufacturer only shall be used as far as possible and paint of one shadebe obtained from the same manufacturing firm. All paint shall be subjectedto analysis from random samples taken <strong>at</strong> site from painters bucket, if sodesired by Engineer-in-charge.All prime co<strong>at</strong>s shall be comp<strong>at</strong>ible to the m<strong>at</strong>erial of the surface to befinished as well as to the finishing co<strong>at</strong>s to be applied. All unspecifiedm<strong>at</strong>erials such as shellac, turpentine or linseed oil shall be of the highest311410168 V (G) - 47 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>quality available and shall conform to the l<strong>at</strong>est IS. All such m<strong>at</strong>erials shallbe make of reputed and recognised manufacturers and shall be approvedby the Engineer-in-charge. All colour shall be as per painting schedule andtinting and m<strong>at</strong>ching shall be done to the s<strong>at</strong>isfaction of the Engineer-incharge.In such cases, where samples are required, they shall be executedin advance with the specified m<strong>at</strong>erials for the approval of the Engineer-incharge.b) White WashingWhite washing shall be done from pure slaked lime or f<strong>at</strong> lime or a mixtureof both as instructed by the Engineer-in-charge and shall conform to IS:712-1984 l<strong>at</strong>est edition. Samples of lime shall be submitted to the Engineer-In-Charge for approval and lime as per approved samples shall be brought tosite in un-slaked condition. After slaking, it shall be allowed to remain in <strong>at</strong>ank of w<strong>at</strong>er for two days and then thoroughly stirred up until it <strong>at</strong>tains theconsistency of thin cream. 100 gram of gum to 6 litres of white wash w<strong>at</strong>erand a little quantity of indigo of synthetic ultramarine Blue shall be added tothe lime.c) W<strong>at</strong>er-Proof Cement PaintW<strong>at</strong>er-proof Cement paint shall be made from best quality white cementand lime resistant colours with acceler<strong>at</strong>ors, w<strong>at</strong>erproofing agents andfungicides. The paint shall conform to IS:5410 l<strong>at</strong>est edition.d) Acrylic Emulsion PaintAcrylic Emulsion Paint shall be w<strong>at</strong>er based acrylic polymer emulsion withrutile titanium dioxide and other selected pigments and fungicide. It shallexhibit excellent adhesion to plaster and cement surface and shall resistdeterior<strong>at</strong>ion by alkali salts. The paint film shall be able to withstandwashing with mild soap and w<strong>at</strong>er without any deterior<strong>at</strong>ion in colour orwithout showing flaking, blistering or peeling.311410168 V (G) - 48 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>e) Synthetic Enamel PaintSynthetic Enamel Paint shall be made from synthetic resins and drying oilwith rutile titanium dioxide and other selected pigments to give a smooth,hard, durable and glossy finish to all exterior and interior surfaces. Whiteand pastes shades shall resist yellowing and darkening with ageing. Thepaint shall conform to IS:2932 & IS:2933.4.21.5.6.3 StorageThe contractor shall arrange for safe and proper storage of all m<strong>at</strong>erials andtools. Paints shall be kept covered <strong>at</strong> all times and mixing shall be done insuitable containers. All necessary precautions shall be taken by theTENDER to prevent fire.4.21.5.6.4 Prepar<strong>at</strong>ion of SurfaceBefore starting the work the contractor shall obtain the approval of theEngineer in charge regarding the soundness and readiness of the surfaceto be painted.a) Masonry, Concrete & Plastered SurfaceSurface shall be free from all oil, grease, efflorescence, mildew, loose paintor other foreign and loose m<strong>at</strong>erials. Masonry cracks shall be cleaned outand p<strong>at</strong>ch filled with mortar similar to the original surface and uniformlytextured. Where this type of resurfacing may lead to the finis1hing beingdifferent in shade from the original surfaces, the resurfaced area shall betre<strong>at</strong>ed with minimum one co<strong>at</strong> of cement primer which should be continuedto the surrounding area with an overlapping of minimum 100mm. Surfacewith mildew or efflorescence shall be tre<strong>at</strong>ed as below:Mildew : All mildew surfaces shall be tre<strong>at</strong>ed with an approved fungicidesuch as ammoniacal wash consisting of 7 Gm. of copper carbon<strong>at</strong>edissolved in 80 ml liquid ammonia and diluted to 1 litre with w<strong>at</strong>er or 2.5%magnesium silico fluoride solution and allowed to dry thoroughly beforepaint is applied.311410168 V (G) - 49 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>Efflorescence: All efflorescence shall be removed by scrubbing affectedsurfaces with a solution of muri<strong>at</strong>ic acid in w<strong>at</strong>er (1:6 to 1:8) and washedfully with clear w<strong>at</strong>er and allowed to dry thoroughly.b) MetalAll metal surfaces shall be absolutely clean, dry and free from wax, greaseor dried soap films. All steel and iron surfaces shall be free from rust. Allgalvanised iron surface shall be pre-tre<strong>at</strong>ed with a comp<strong>at</strong>ible primeraccording to the manufacturer's direction. Any abrasion in shop co<strong>at</strong> shallbe touched up with the same quality of paint as the original co<strong>at</strong>.4.21.5.6.5 Applic<strong>at</strong>iona) GeneralThe method of applic<strong>at</strong>ion shall be as recommended by the manufacturer.In case of selection of special shades and colour (not available in standardshades) the contractor shall mix different shades and prepare test panels ofminimum size 1 M square as per instruction of the Engineer-in-charge andobtain his approval prior to applic<strong>at</strong>ion of finishing paints.Proper tools and implements shall be used. Scaffoldings if used shall beindependent of the surface to be painted to avoid shade differences of thefreshly repaired anchor holes.Painting shall be done by skilled labours in a workman like manner. Allm<strong>at</strong>erials shall be evenly applied, so as to be free of sags, runs, crawls orother defects. All co<strong>at</strong>s shall be of proper consistency. In case of applic<strong>at</strong>ionby brush no brush marks shall be visible. The brushes shall be clean and ingood condition before applic<strong>at</strong>ion of paint. All priming underco<strong>at</strong>s forpainting shall be applied by brush only and rollers, spray equipment etc.shall not be used.No work shall be done under conditions th<strong>at</strong> are unsuitable for production ofgood results. No painting shall be done when plastering is in progress or isdrying. Applic<strong>at</strong>ion of paint which seals the surface to moisture shall only be311410168 V (G) - 50 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>done. All co<strong>at</strong>s shall be thoroughly dry before being sand papered or beforethe succeeding co<strong>at</strong> is applied. Co<strong>at</strong>s of painting as specified are intendedto cover surface perfectly. In case the surface is not covered properly byapplying the specified number of co<strong>at</strong>s, further co<strong>at</strong>s shall be applied by thecontractor <strong>at</strong> his own cost when so directed by the Engineer-in-Charge.All primers and underco<strong>at</strong>s shall be tinted to approxim<strong>at</strong>e the colour of thefinishing co<strong>at</strong>. Finishing co<strong>at</strong>s shall be of exact colour and shade as perapproved samples and all finishing shall be uniform in colour and texture.All parts of mouldings and ornaments shall be left clean and true to finish.b) White WashingThe surface where white washing is to be applied shall be cleaned of allloose m<strong>at</strong>erials and dirt. All holes and undul<strong>at</strong>ions of the surface shall befilled up with lime putty and shall be allowed to dry up before applic<strong>at</strong>ion ofthe lime solution.One co<strong>at</strong> of white wash shall consist of one stroke from up to downwardsand another from bottom upwards over the first stroke and then from left toright before the previous one dried up. Second co<strong>at</strong> shall be appliedsimilarly after the first co<strong>at</strong> dried up completely and similarly third co<strong>at</strong> shallbe applied and in case the Engineer-in-charge feels th<strong>at</strong> more co<strong>at</strong>s arerequired the contractor shall do so without any extra cost to owner. Nobrush marks should appear on the finished surface. The inner plasteredsurfaces of walls shall be given 3 or more co<strong>at</strong>s of white washing.c) W<strong>at</strong>er-Proof Cement PaintSurface to be co<strong>at</strong>ed with cement paint shall be washed and brushed down.As soon as the moisture has disappeared, the surface shall be given oneco<strong>at</strong> paint. Care shall be taken so th<strong>at</strong> the paint does not dry out too rapidly.After 4 to 6 hours of painting the w<strong>at</strong>er shall be sprinkled over the surface toassist curing and prevent cracking. After the first co<strong>at</strong> has dried (24 to 48hours, the second co<strong>at</strong> shall be applied in similar manner. The finished311410168 V (G) - 51 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>surface shall be kept moist by occasional sprinkling with w<strong>at</strong>er for sevendays after final painting.d) Acrylic Emulsion PaintLime gauged cement plastered surface shall not be painted for <strong>at</strong> least onemonth after plastering. A sample p<strong>at</strong>ch shall be painted to check alkalireaction if so desired by the Engineer-in-charge. Painting shall be strictly asper manufacturer’s specific<strong>at</strong>ions.e) Synthetic enamel paintSynthetic Enamel paint shall be applied on properly primered surface.Subsequent co<strong>at</strong> shall not be applied till the previous co<strong>at</strong> is dry. Theprevious co<strong>at</strong> shall be lightly sand papered for better adhesion ofsubsequent co<strong>at</strong>s.4.21.5.6.6 Cleaning UpThe contractor shall, on completion of painting etc. remove all marks andmake surfaces good, where paint has been applied, splashed or spl<strong>at</strong>tered,including cleaning all equipment, fixtures, glass furniture, fittings etc. to thes<strong>at</strong>isfaction of the Engineer-in-charge.4.21.5.6.7 Acceptance Criteriaa) All painted surfaces shall be uniform and pleasing in appearance.b) The colour, texture etc. small m<strong>at</strong>ch exactly with approved samples.c) All stains, splashes and spl<strong>at</strong>ters of paints shall be removed fromsurrounding surfaces.4.21.5.6.8 Flooring, skirting, dado etcAll flooring, skirting, dado, etc. shall be executed strictly as per relevant ISSpecific<strong>at</strong>ion and in workmanship manner.311410168 V (G) - 52 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>4.21.5.6.8.1 Cement Concrete FlooringSelection of m<strong>at</strong>erials, method of mixing, placing and compacting shallgenerally confirm to the specific<strong>at</strong>ions under plain and reinforced cementconcrete described earlier. A concrete of stiff consistency with workabilityshall be used.a) Prepar<strong>at</strong>ion of surfaceBefore the oper<strong>at</strong>ion for laying topping is started, the surface of baseconcrete shall be thoroughly cleaned of all dirt, loose particles cockedmortar droppings and laitance if any, by scrubbing with coir or steel wirebrush. Where the concrete has hardened so much th<strong>at</strong> roughening ofsurface by wire brush is not possible, the surface shall be roughened bychipping or hacking <strong>at</strong> close intervals. The surface' shall then be cleanedwith w<strong>at</strong>er and kept wet for 12 hours and surplus w<strong>at</strong>er shall be removed bymopping before the topping is laid.b) LayingThe screed strips shall be fixed over the base concrete dividing it intosuitable panels. Before placing the concrete for topping, ne<strong>at</strong> cementconcrete just ahead of the Finish. Concrete of specified portion andthickness shall be laid in altern<strong>at</strong>e panels to required level and slope andthoroughly tamped.c) Finishing the surfaceAfter the concrete has been completed it shall be finished with a flo<strong>at</strong>ingco<strong>at</strong> of ne<strong>at</strong> cement. Finishing oper<strong>at</strong>ions shall start shortly after thecompaction or the concrete and surface shall be trowelled so as to producean uniform and hard surface. The s<strong>at</strong>isfactory resistance of floor to wardepends largely upon the care with which trowel ling is carried out. The timeinterval allowed between successive trowel ling is very important.Immedi<strong>at</strong>ely after placing cement punning only just sufficient trowelling shallbe done to give a levelled surface. Excessive trowelling in the earlier stages311410168 V (G) - 53 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>shall be avoided as this tends to bring a layer rich in cement to the surface.Some time, after the first trowelling, the dur<strong>at</strong>ion depending upon thetemper<strong>at</strong>ure, <strong>at</strong>mospheric condition and the r<strong>at</strong>e of set of cement used, thesurface shall be trowelled to close any pores in the surface and to bring tosurface and to scrap off any excess w<strong>at</strong>er in concrete or laitance. No drycement shall be used directly on the surface to absorb moisture or to stiffenthe mix. The final trowelling shall be done well before the concrete hasbecome too hard but <strong>at</strong> such a time th<strong>at</strong> considerable pressure is requiredto make any impression of the surface.4.21.5.6.8.2 HARDCRETE FLOORINGHardcrete flooring shall consist of two layers, the under layer of cementconcrete 1:2:4 (1 cement :2 Coarse sand : 4 graded stone aggreg<strong>at</strong>e 20mmnominal size) of thickness as specified in the item of work. It shall be laid insame manner as per cement concrete flooring.The top layer shall be 12mm thick cement hardener consisting of mix 1:2(1cement hardener mix:2 grade stone aggreg<strong>at</strong>e 6mm nominal size) byvolume. Hardeneing compound is mixed @ 2 litre per 50 Kg of cement or asper manufacturer’s specific<strong>at</strong>ion. Just enough w<strong>at</strong>er shall be added to thismix and mixed thoroughly well and laid to uniform thickness of 12mmcompacted. After initial set has started, the surface shall be finished asdirected.4.21.5.6.8.3 PVC Tile FlooringThe thickness and size of tiles used for flooring shall be as per the item ofworks and shall be manufactured by standard approved manufacturer. Thebase over which the tiles are to be laid shall be finished smooth to receivethe tiles. The surface shall be thoroughly cleaned and made dry beforelaying the tiles. The tiles shall be laid in position with an approved brand ofadhesive and used in accordance with manufacturer's direction. Tiles shallbe laid by skilled workmen experienced in this class of work in aworkmanlike manner. Tiles shall be carefully butted together cut into311410168 V (G) - 54 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>corners and angle and showing even margins. The joints between the tilesshall be as fine as possible and uniform throughout.PVC tiles skirting shall be done with the tiles fully m<strong>at</strong>ching to tile flooring.4.21.5.6.9 Steel doors, windows, ventil<strong>at</strong>ors, rolling shutters, MS grills etc .4.21.5.6.9.1 Steel Doors, Windows & Ventil<strong>at</strong>orsSteel used in the manufacture of rolled steel sections shall not have morethan 0.060 percent of sulphur and 0.060 percent of phosphorous. Thecarbon content shall not exceed 0.20 percent and shall be of weldablequality. In all other respects, the rolled steel sections shall conform torelevant IS.Frames shall be square and fl<strong>at</strong>. Both the fixed and openable frames shallbe constructed of sections, which have been cut to length, mitred andelectrically welded <strong>at</strong> corners. Sub-dividing bar units shall be tonned andriveted into the frames. All frames shall have the corners welded to a trueright angle and welds shall be ne<strong>at</strong>ly cleaned off. Couplings, mullions,transom and we<strong>at</strong>her bar shall be' provided as directed by the Engineer-incharge.Outer frames shall be provided with fixing holes centrally in the web of thesections and fixing screws and lugs shall be used for fixing the frame tomasonry. Mastic cement shall be used for making the joints w<strong>at</strong>ertight.Hinges shall be strong projecting type. If directed, friction type hinges shallbe used in which case windows shall not be fitted with peg stays.Projecting type hinged shutter shall be fitted with bronze or brass peg 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 ventil<strong>at</strong>ors shall be fixed with plain hinges riveted/welded to thefixed frame. A brass or bronze peg stay 30cm. long as windows shall beprovided.311410168 V (G) - 55 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>Centre hung ventil<strong>at</strong>ors shall be hung on two pairs of brass or leaded tinbronze cup pivots riveted to the inner and outer frames of the ventil<strong>at</strong>ors topermit the ventil<strong>at</strong>ors to swing through an angle of approxim<strong>at</strong>ely 85degree. The opening position of the ventil<strong>at</strong>ors shall be so balanced to keepit open <strong>at</strong> any desired angle under normal we<strong>at</strong>her conditions. A bronzespring c<strong>at</strong>ch shall be fitted in the centre of the top bar of the ventil<strong>at</strong>or forthe oper<strong>at</strong>ion of the ventil<strong>at</strong>or. This spring c<strong>at</strong>ch shall be secured to theframe with brass screws and shall close into a mild steel malleable formc<strong>at</strong>ch pl<strong>at</strong>e riveted or welded to outside of the outer ventil<strong>at</strong>or frame bar. Abrass cord pulley wheel in mild steel or malleable iron brackets shall beprovided along with cord eye.The windows and ventil<strong>at</strong>ors shall be painted. All the steel surfaces shall bethoroughly cleaned free of rust, scale or dirt and mill scale by picking orphosph<strong>at</strong>ing and before erection painted with one co<strong>at</strong> of approved primerand after erection painted with two finishing co<strong>at</strong>s of synthetic enamel paintof approved shade and quality.Glazing of specified thickness shall be provided on the outside of framesand unless otherwise specified, metal beadings of approved shape andaction shall be used for fixing glasses. Special metal sash putty of approvedmake shall be used, if directed.4.21.5.6.9.2 Rolling ShuttersShall be from approved manufacture suitable for fixing in the positionordered i.e. outside, inside, on or below lintel or between Jambs. Shuttersupto 12 Sq.m (130 Sq.ft.) in area shall be manually oper<strong>at</strong>ed or `Push up'type while bigger sizes shall be of reduction gear type mechanicallyoper<strong>at</strong>ed by chain or handles.These shall consist of 8 gauge sheet or as specified with 75mm (3") MSl<strong>at</strong>hs of best quality mild steel strip machine rolled and straightened with aneffective bridge depth of 16mm (5/8") and shall have convex corrug<strong>at</strong>ion.These shall be interlocked together throughout their entire length with endlocks. These shall be mounted on specially designed pipe shaft.311410168 V (G) - 56 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>The springs shall be of approved make coiled type. These shall bemanufactured from tested high tensile spring steel wire or strip of adequ<strong>at</strong>estrength to balance the shutters in position. The spring pipe shaft etc. shallbe supported on strong MS or malleable cast iron brackets.4.21.5.6.9.3 Collapsible G<strong>at</strong>esThese shall be double or single collapsible g<strong>at</strong>es depending upon the sizeof the opening. These shall consist of vertical channels 20x10x2mm <strong>at</strong>10cm centres braced with fl<strong>at</strong> iron diagonals 20x5mm and top and bottomrails of T-iron 40x40x6 mm with 38mm dia steel pulleys or ball bearing inevery 4th double channels, unless otherwise specified. Where collapsibleg<strong>at</strong>e is not provided within the opening and is fixed along the outer surfaceT-iron <strong>at</strong> the top may be replaced by fl<strong>at</strong> iron 40x10mm. The collapsibleg<strong>at</strong>e shall be provided with necessary bolts and nuts, locking arrangementstoppers and handles. Any special fittings like springs, c<strong>at</strong>ches and locksshall be provided as described in the nomencl<strong>at</strong>ure of item in the scheduleof quantities.a) FixingT-iron shall be fixed to floor and lintel by means of anchor bolts <strong>at</strong> 45cmcentre altern<strong>at</strong>ively in two flanges of T-iron embedded in cement concreteof' floor and lintel. The bottom runner shall be embedded in floor and propergroove formed along the runner for the purpose. The collapsible shutter onthe sides shall be fixed by fixing the end double channels with T-iron railsand also by hold-fasts bolts to the end double channel and fixed in masonryof the side on the other side.4.21.5.6.9.4 MS GrillsMS Grills shall be of required p<strong>at</strong>terns in windows etc. and shall be made ofMS fl<strong>at</strong>s, square or round bars and framed all around. It shall be properlywelded, bolted and grouted in walls or fixed with windows/ ventil<strong>at</strong>ors frame.Grouting shall be done with <strong>at</strong> least 4 clamps 150mm long grouted withcement concrete (1:2:4).311410168 V (G) - 57 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works4.21.5.6.10 Aluminium Doors, Windows and Glazing<strong>CMPDI</strong>a) Structural SufficiencyAll door, windows and ventil<strong>at</strong>ors shall be manufactured from standardextruded section of approved, appropri<strong>at</strong>e sizes suitable for the particulartype and size of glazing unit. Detailed shop drawing indic<strong>at</strong>ing the fulldesign of every type and unit shall be furnished for approval beforeundertaking the work. TENDER shall assume full responsibility regardingsoundness of various units and adequacy of the sections used for theparticular sizes required to provide appropri<strong>at</strong>e stiffness and strength. If inthe opinion of the Engineer-in charge deficiencies in the section used arefound, the contractor shall replace the glazing units made of approvedsection <strong>at</strong> his own cost.b) Generali) The unit assemblies shall be as per drawings or as directed by theEngineer-in-charge.ii) The unit assemblies shall be anodised finish. Anodising shall be 20 to25 microns thick of m<strong>at</strong> texture non-directional and non-specular. Anodisedsurface shall be suitably protected during transport<strong>at</strong>ion, storage anderection.iii) The unit shall be joined together by concealed screws. Jamb membersshall be self-mulling type obvi<strong>at</strong>ing use of separ<strong>at</strong>e mullions.iv) Joints shall either be mitred or coped. Mitred joints shall have extrudedcorner reinforcements. All joints shall be ne<strong>at</strong>, hairline and sealed withepoxy resin to make them w<strong>at</strong>er proof.v) Openable shutters shall have a single row continuous neoprene or PVCwe<strong>at</strong>her strips to prevent air infiltr<strong>at</strong>ion. We<strong>at</strong>her strips shall not beinterrupted by any fittings.311410168 V (G) - 58 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>vi) All windows shall be glazed from inside with PVC rubber. Glazingbeads 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 and glazing 5.5mmthick of sheet glass of selected quality.4.21.5.6.11 Roof W<strong>at</strong>erproofing, Insul<strong>at</strong>ion and Allied WorksThis specific<strong>at</strong>ion covers providing, laying, repairing, finishing, curing,testing, protection, maintenance till handling over of roof. W<strong>at</strong>er-proofing,insul<strong>at</strong>ion and allied works for buildings and <strong>at</strong> loc<strong>at</strong>ions covered under thescope of the contractor.4.21.5.6.11.1 Grading UnderbedThe surface to receive the underbed shall be roughened and thoroughlycleaned with wire brush and w<strong>at</strong>er. The joints in case of pre-cast planksused for roofing shall be thoroughly filled in with 1: 2 cement mortar using`Impermo’ or approved w<strong>at</strong>er-proofing compound. Oil p<strong>at</strong>ches, if any, shallbe removed with detergent. The surface shall be soaked with w<strong>at</strong>er and allexcess w<strong>at</strong>er removed just before laying of the underbed.The underbed shall not be laid under direct hot sun and shall be kept inshade immedi<strong>at</strong>ely after laying so as to avoid quick loss of w<strong>at</strong>er from themix and separ<strong>at</strong>ion from the roof surface. The underbed shall be curedunder w<strong>at</strong>er for <strong>at</strong> least 7 days.The underbed shall be laid to provide an ultim<strong>at</strong>e run-off gradient not lessthan 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 andsand plaster. For higher thickness the underbed shall be made with cementconcreteThe underbed shall be finished to receive the w<strong>at</strong>er-proofing tre<strong>at</strong>mentdirect or insul<strong>at</strong>ion as the case may be.311410168 V (G) - 59 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>The grading plaster shall be average 25 mm thick maximum. It shall consistof cement and coarse sand in the r<strong>at</strong>io 1: 4 nominal by volume. The sandand cement shall be thoroughly mixed dry and then w<strong>at</strong>er added. Eachb<strong>at</strong>ch of mix shall be consumed before the initial set starts.The plaster shall be fully compacted to the desired grade in continuousoper<strong>at</strong>ion. The surface shall be even and reasonably smooth.Concrete shall be used where the sub-grade is more than average 25 mmthick. It shall consist of cement concrete 1: 2: 4 nominal mix by volume with12 mm down stone chips and coarse sand. The aggreg<strong>at</strong>e shall be mixeddry and minimum quantity of w<strong>at</strong>er shall be added to make the mixworkable.The mix shall be laid to proper grade, fully consolid<strong>at</strong>ed and surface shallbe smooth and even.4.21.5.6.11.2 W<strong>at</strong>er-Proofing with Felt LiningThe w<strong>at</strong>er proofing tre<strong>at</strong>ment shall consist of providing and laying fourcourses w<strong>at</strong>er proofing tre<strong>at</strong>ment with bitumen felt over roofs consisting offirst and third courses of blown bitumen 85/25 or 90/15 conforming to IS:702 applied hot @1.45 kg per square metre of area for each course ,secondcourse of roofing felt type-3 grade-1 ( Hessian based self finished bitumenfelt) and fourth and final course of stone grit 6mm and down size or peasized gravel spread <strong>at</strong> 6 cubic diameter per square metre includingprepar<strong>at</strong>ion of surface but excluding grading complete with:a) Bitumen felt Hessian base) type-3, grade-I conforming to IS1322 .4.21.5.6.11.3 Acceptance CriteriaThe surface level shall be such as to allow quick draining of w<strong>at</strong>er withoutleaving any pool anywhere. The finishing course shall be fully secured andshall have an even density. There shall not be any bubble form<strong>at</strong>ion orcrushed or squeezed insul<strong>at</strong>ion on underbed.311410168 V (G) - 60 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>The contractor shall give a guarantee in writing for all works executed underthis specific<strong>at</strong>ion supplemented by a separ<strong>at</strong>e and unil<strong>at</strong>eral guarantee fromthe specialised agency for the roof w<strong>at</strong>er-proofing tre<strong>at</strong>ment work. Theguarantee shall be for m<strong>at</strong>erial and workmanship for five (5) years in caseof normal tre<strong>at</strong>ment, ten (10) years for heavy tre<strong>at</strong>ment and twenty (20)years for extra heavy tre<strong>at</strong>ment. The mode of execution of the guaranteeshall be acceptable to the Owner.4.21.5.6.11.4 Rainw<strong>at</strong>er Down Take PipesRainw<strong>at</strong>er down take pipes shall be standard Cast Iron Pipes. Rainw<strong>at</strong>erdown comers shall run along and be secured to walls, columns etc. Wheredesired by the Engineer-in-Charge these may have to be installed in chasescut in the structure. All pipes shall be well secured and supported byadequ<strong>at</strong>ely strong brackets. The brackets may be wrought iron cleavestype, splittering type or perfor<strong>at</strong>ed strap iron type as approved by theEngineer-in-Charge. For vertical runs each pipe shall hang freely on itsbracket fixed just below the socket, suitable spacer blocks shall be providedagainst the vertical surface to which the pipe is fixed. All bends andjunctions shall be supplied with w<strong>at</strong>ertight clean outs/ doors.Roof and floor drains and yard gullies shall be installed, if required, bycutting upto the structure and grouted with 1:2:4 cement concrete. Allgutters shall be provided with removable gr<strong>at</strong>ings.All horizontal pipes shall have a minimum slope of 1 in 100.4.21.5.6.11.5 GuttersThe gutters shall be made of GI. Each section shall be sufficiently uniformhaving rigid edges and corners. The GI gutters shall have the edgesstrengthened by suitable means. Unless noted otherwise the guttersshall have a minimum fall of 1 in 120. Adequ<strong>at</strong>e number of strong supportsshall be provided so th<strong>at</strong> there is no deflection even when the gutter is full.Each joint must have a support. Unless otherwise specified the supportsshall be fabric<strong>at</strong>ed of MS brackets. All junctions shall be thoroughly311410168 V (G) - 61 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>w<strong>at</strong>ertight. The joints may be made by riveting, bolting or soldering. Alljoints between successive lengths of gutters shall have an overlap of <strong>at</strong>least 5 CM. The drop in the overlap shall always be in the direction of thefall of the gutter. Ends of gutters shall be w<strong>at</strong>ertight. Junction with rainw<strong>at</strong>erdown take pipes shall be made fully w<strong>at</strong>er tight and secured.5.0 ADDITIONAL SAFETY MEASURES TO BE TAKEN BY THECONTRACTOR5.1 Suitable scaffolds should be provided for workmen for all works th<strong>at</strong> can notsafely be done from the ground or from solid construction except such shortperiod work as can be done safely from ladders. When a ladder is used, anextra mazdoor shall be engaged for holding the ladder and if the ladder isused for carrying m<strong>at</strong>erials as well, suitable footholds shall be provided on theladder and the ladder shall be given a inclin<strong>at</strong>ion not steeper 1/4 to 1 (1/4horizontal and 1 vertical).5.2 Scaffolding or staging more than 3.5m above the ground or floor swing orsuspended from over head support or erected with st<strong>at</strong>ionary support shallhave a guard fail properly <strong>at</strong>tached, braced or otherwise secured <strong>at</strong> least 1mhigh above the floor or pl<strong>at</strong>form of such scaffolding or staging and endsthereof with only such opening as may be necessary for the delivery ofm<strong>at</strong>erials. Such scaffolding or staging shall be fastened as to prevent if fromswaying from the building or structure.5.3 Working pl<strong>at</strong>form gangways and stairways should be so constructed th<strong>at</strong> theyshould not sag and if the height of the pl<strong>at</strong>form of the Gangway or the Stairwayis more than 3.5m above ground level or floor level they should be closelybinded and should have adequ<strong>at</strong>e width and should be suitably fenced asdescribed in 4.25.4 Every opening in the floor of a building or in working pl<strong>at</strong>form be provided withsuitable means to prevent the fall of persons or m<strong>at</strong>erials by providing suitablefencing or railing whose minimum height shall be 1m.311410168 V (G) - 62 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>5.5 Safe means of access shall be provided to all working pl<strong>at</strong>forms and otherworking places. Every ladder shall be provided securely fixed. No portablesingle ladder shall be over 9m in length while the width between side rails inrunning ladder shall in no case be less than 30cm for ladder upto andincluding 3m in length. For longer ladder this width should be increased <strong>at</strong>least 6mm for each additional 30cm of length. Uniform step spacing shall notexceed 30cm. Adequ<strong>at</strong>e precautions shall be taken to prevent danger fromelectrical equipment. No m<strong>at</strong>erial on any of the sites of works shall be taken tocause danger from electrical equipment. No m<strong>at</strong>erials on any of the sites ofworks shall be so soaked or placed as to cause danger or inconvenience toany person or the public. The contractor shall also provide all necessaryfencing light to protect the public from accident and shall be bound to bear theexpenses of defence of every suit; action or other proceedings <strong>at</strong> all they maybe brought by any person for injury sustaining owing to neglect to the aboveprecautions and to pay damage and cost which may be awarded in any suchsuit, action or proceedings to any such person or which may with the consentof the contractor be paid to compromise any claim by any such person.5.6 Excav<strong>at</strong>ion and TrenchingAll trenches 1.2m or more in depth, shall <strong>at</strong> all times be supplied with <strong>at</strong> leastone ladder for each 30m in length or fraction there of. Ladder shall beextended from bottom of the trench to <strong>at</strong> least 1m above the surface or theground. The side of the trenches, which are 1.5m or more in depth, shall bestopped back to give suitable slope, or securely held by timber bracing, so asto avoid the danger of slides collapse. The excav<strong>at</strong>ed m<strong>at</strong>erials shall not beplaced within 1.5m of the edge of the trench or half of the trench whichever ismore. Cutting shall be done from top to bottom. Under no circumstancesundermining or undercutting shall be done.5.7 DemolitionBefore any demolition work is commenced and also during the process of thework:5.7.1 All road and open areas adjacent to the work site shall either be closed or311410168 V (G) - 63 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Workssuitably protected.<strong>CMPDI</strong>5.7.2 No electric cable or appar<strong>at</strong>us, which is liable to be a source of danger or acable or appar<strong>at</strong>us used by the oper<strong>at</strong>or, shall remain electrically charged.5.7.3 All possible steps shall be taken to prevent danger to persons employed fromrisk of life from explosion, or flooding. No floor, roof or other part of the buildingshall be so overloaded with debris or m<strong>at</strong>erials as to <strong>tender</strong> it unsafe.5.8 Personal safety equipmentsAll necessary personal safety equipment as considered adequ<strong>at</strong>e by theEngineer-in-charge should be kept available for the use of the personsemployed on the site and maintained in a condition suitable for immedi<strong>at</strong>e useand the TENDER should take adequ<strong>at</strong>e steps to ensure proper use ofequipment by those concerned.5.8.1 Workers employed for mixing asphalt, m<strong>at</strong>erials, cement and lime mortarsshall be provided with protective footwear and protective gloves.5.8.2 Those engaged in white washing and mixing or stacking of cement bags orany m<strong>at</strong>erials, which is injurious to the eyes, shall be provided with protectivegoggles.5.8.3 Those engaged in welding works shall be provided with welders glass.5.8.4 Stone breakers shall be provided with protective goggles and protectiveclothing, and se<strong>at</strong>ed <strong>at</strong> sufficiently safe intervals.5.8.5 When workers are employed in sewers and manholes, which are in use thecontractor shall ensure th<strong>at</strong> the manhole covers are opened and are ventil<strong>at</strong>ed<strong>at</strong> least for an hour before the workers asked to get into the manholes, and themanholes so opened shall be cordoned off with suitable railing and providedwith warning signals or boards to prevent accident to the public.5.8.6 The contractor shall not employ men belo the age of 18 years and women onthe 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 following311410168 V (G) - 64 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Worksprecautions should be taken.<strong>CMPDI</strong>5.9 Painting5.9.1 No paints containing lead or lead products should be used except in the formof paste or ready-made paint.5.9.2 Suitable face masks should be supplied for use to the workers when paint isapplied in the form of spray or a surface having lead paint dry rubbed andscrapped.5.9.3 Overalls shall be supplied by the contractor to the workmen and adequ<strong>at</strong>efacilities shall be provided to enable the working painters to wash during theprocess of work.5.9.4 When the work is done near any place where there is a risk of drowningnecessary equipment should be provided and kept ready. Prompt rescue ofany person in danger and adequ<strong>at</strong>e provision should be made for prompt firstaidtre<strong>at</strong>ment of all injuries like to be sustained during the course of the work.5.10 Hoisting machineUse of hoisting machines and tackles including their <strong>at</strong>tachment, anchorageand supports shall conform to the following standard or conditions.5.10.1 These shall be of good mechanical construction, sound m<strong>at</strong>erials andadequ<strong>at</strong>e strength and free from P<strong>at</strong>ent defect and shall be kept in goodworking order.5.10.2 Every rope used in hoisting or lowering m<strong>at</strong>erials or as a means of suspensionshall be of durable quality and adequ<strong>at</strong>e strength and free from p<strong>at</strong>ent defects.5.10.3 Every crane driver or hoisting appliance oper<strong>at</strong>or shall be properly qualifiedand no person under an age 21 years should be in-charge of any hoistingmachine including scaffold and one who gives signals to oper<strong>at</strong>or.5.10.4 In case of every hoisting machine and of every chain ring hook, shackle swivel311410168 V (G) - 65 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>and pulley block used in hoisting or lowering or means of suspension, the safeworking load shall be ascertained by adequ<strong>at</strong>e means. Every hoisting machineand all referred to above shall be plainly marked with safe working load. Incase of a hoisting machine having a variable safe working load, each safeworking load and the conditions under which it is applicable shall be clearlyindic<strong>at</strong>ed beyond the safe working load except for the purpose of testing.5.10.5 In case of departmental machines, the safe working load shall be modified bythe Electrical Engineer-in-charge. As regards contractor’s, machine, thecontractor shall notify the safe working load of the machine to the Engineer-inchargewhenever he brings any machinery to site of work and get it verified bythe Electrical Engineer concerned.5.10.6 Gearing, Transmission, Electric wiring and other dangerous parts of housingappliance should be provided with efficient safeguard. Hoisting appliancesshould be provided with such means as shall reduce risk of a accidentaldescent of the load. Adequ<strong>at</strong>e precautions should be taken to reduce to theminimum risk or any part of suspended load becoming accidentally displaced.5.10.7 When workers are employed on electrical install<strong>at</strong>ion, which are alreadyenergised, insul<strong>at</strong>ing m<strong>at</strong>s, wearing apron such as gloves, sleeves, and bootsas may be necessary should be provided. The workers should not wear anyrings, w<strong>at</strong>ches, and carry keys or other m<strong>at</strong>erials, which are good conductorsof electricity.5.10.8 All scaffolds, ladders and other safety devices mentioned or described hereinshall be maintained in safe condition and no scaffolds, ladder or equipmentshall be altered or removed while it is in use. Adequ<strong>at</strong>e washing facilities shallbe provided <strong>at</strong> or near places of work.5.10.9 These safety provisions shall be brought to the notice of all concerned bydisplay on a Notice Board <strong>at</strong> a prominent place <strong>at</strong> the work spot. The personsresponsible for compliance of the safety code shall be named there by thecontractor.5.10.10 Insure effective enforcement of the rules and regul<strong>at</strong>ions rel<strong>at</strong>ing to Safety311410168 V (G) - 66 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works<strong>CMPDI</strong>Precautions, the arrangements made by the contractor shall be open toinspections by the Labour Officer, Engineer In charge of the department ortheir represent<strong>at</strong>ive.5.10.11 Notwithstanding the above clause from 4.1 to 4.14 there is nothing in theseto exempt the contractor from oper<strong>at</strong>ion of any other Act or Rule in force inRepublic of India.5.11 List of IS CodesAll the Civil Engineering works shall be carried out in accordance with thel<strong>at</strong>est Civil Engineering practices and as per relevant IS codes (l<strong>at</strong>est version).M<strong>at</strong>erials shall be of the best approved quality and shall comply with therespective l<strong>at</strong>est IS codes. Wherever no Indian Standard is available,Intern<strong>at</strong>ional Standards may be followed only on approval from the Owner.Following are the list of some important relevant IS codes for various CivilEngineering works:5.11.1 Prepar<strong>at</strong>ion of site and earthwork in found<strong>at</strong>ion and trenchesIS: 1498 - Classific<strong>at</strong>ion and identific<strong>at</strong>ion of soils for generalengineering purposes IIS: 3764 - Safety Code for excav<strong>at</strong>ion work.IS: 7293 - Safety code for working with constructionmachinery5.11.2 Cement concrete (Plain and Reinforced)IS: 269 - Specific<strong>at</strong>ion for 33 grade ordinary Portland cement.IS: 8112 - Specific<strong>at</strong>ion for 43 grade ordinary Portland cement.IS: 12269 - Specific<strong>at</strong>ion for 53 grade ordinary Portland cement.IS: 455 - Specific<strong>at</strong>ion for Portland slag cement.IS: 1489 (Part I & Part II) - Specific<strong>at</strong>ion for Portland Pozzolanacement.IS: 383 - Specific<strong>at</strong>ion for coarse and fine aggreg<strong>at</strong>esIS: 432 (All parts) -from n<strong>at</strong>ural source for concrete.Specific<strong>at</strong>ions for mild steel and mediumtensile steel bars and hard-drawn steel wire forconcrete reinforcement.311410168 V (G) - 67 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg WorksPart - I - Mild Steel and medium tensile bars.Par t- II - Hard drawn steel wire.<strong>CMPDI</strong>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 - Specific<strong>at</strong>ion for bitumen felts for w<strong>at</strong>erproofing anddamp proofingIS: 1566 - Specific<strong>at</strong>ion for hard--drawn steel wire fabric forconcrete reinforcement.IS: 1786 - Specific<strong>at</strong>ion for cold twisted steel bars for concreteIS: 1838 - Performed fillers for expansion joints in concretenon-extruding and resilient type (BitumenImpregn<strong>at</strong>ed fibre).IS: 1834 - Specific<strong>at</strong>ion for hot-applied sealing compounds forjoints in concrete.IS: 2386 - Methods of test for aggreg<strong>at</strong>es 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 pilefound<strong>at</strong>ion.IS: 3067 - Code of practice of general design details andprepar<strong>at</strong>ory work for damp proofing andw<strong>at</strong>erproofing of buildings.IS: 3370 (Part-1 & II) - Code of Practice for concrete structure for the storageof liquidsIS: 8041 - Rapid hardening Portland cement.5.11.3 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 - Specific<strong>at</strong>ions for common burnt clay building bricks.311410168 V (G) - 68 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg WorksIS: 2212 - Code of Practice for Brickwork.5.11.4 Fabric<strong>at</strong>ion and erection of steel structure<strong>CMPDI</strong>IS: 808 - Dimension for hot rolled steel beam, channel andangle Sections.IS: 2062 - Steel for general structural purpose – specific<strong>at</strong>ionIS: 1977 - Low tensile Structural steel - specific<strong>at</strong>ionIS: 1148 - Hot-rolled rivet bars (up to 40 mm diameter forstructural purposes).IS: 1149 - High tensile rivet bars for structural purposes.5.11.5 Plastering & punning5.11.6 FlooringIS: 1661 - Code of practice for applic<strong>at</strong>ion of cement andcement-lime plaster finish on walls and ceilingsIS: 4101 - Code of practice for external facings and veneers.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: 5318 - Code of practice for laying of flexible PVC sheet andtile flooring.5.11.7 Steel doors, windows, ventil<strong>at</strong>ors, rolling shutters, M S grills etcIS: 1038 - Steel doors, windows and ventil<strong>at</strong>ors.IS: 1081 - Code of practice for fixing and glazing of metal (Steeland aluminium) doors, windows and ventil<strong>at</strong>ors.IS: 1361 - Steel windows for industrial buildings.IS: 4351 - Steel door frames- specific<strong>at</strong>ionIS: 6248 - Metal rolling shutters and rolling grills.311410168 V (G) - 69 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


Civil Engg Works5.11.8 Aluminium Doors, windows and glazing<strong>CMPDI</strong>5.11.9 PaintingIS: 3548 - Code of practice for glazing in buildings.IS: 1038 - Code of practice for fixing & glazing metal doors,windows and ventil<strong>at</strong>orsIS: 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 - Specific<strong>at</strong>ion for enamel, synthetic exterior,underco<strong>at</strong>ing b) finishingIS: 2933 - Specific<strong>at</strong>ion for enamel exterior, underco<strong>at</strong>ing b)finishingIS: 5410 - Specific<strong>at</strong>ion for cement paint colour as required.5.11.10 Roof w<strong>at</strong>erproofing with bitumen, insul<strong>at</strong>ion and allied worksIS: 73 - Paving Bitumen.IS: 702 - Industrial Bitumen.IS: 1203 - Determin<strong>at</strong>ion of penetr<strong>at</strong>ion.IS: 1322 - Bitumen felts for w<strong>at</strong>erproofing and damp proofing.IS: 1346 - Code of practice for w<strong>at</strong>erproofing of roofs withBitumen felts.311410168 V (G) - 70 Sign<strong>at</strong>ure of Bidderwith seal & d<strong>at</strong>e


SECTION – V (H)Performance Guarantee


Performance GuaranteesCHAPTER – V (H)<strong>CMPDI</strong>1.0 OBJECTIVEPERFORMANCE GUARANTEESThe objective of the current <strong>tender</strong> is to develop a demonstr<strong>at</strong>ion-scale plantfor dry deshaling of coal based on modified radiometric detection and pneum<strong>at</strong>icremoval technology i.e., ArdeeSort.To meet the above objective of the plant, the successful Tenderer shall haveto fulfill the requirement of performance guarantees of the equipment to be suppliedby the successful <strong>tender</strong>er and plant as a whole.The <strong>tender</strong>er shall guarantee the performance in terms of the proposed plantkeeping in view the above objectives.The performance guarantees of individual equipment to be supplied by<strong>tender</strong>er, shall be given in terms of capacity and other parameters, as per theproforma given in this chapter.2.0 PERFORMANCE GUARANTEE2.1 The <strong>tender</strong>er shall guarantee the performance in terms of the overallthroughput capacity as well as individual equipment in terms of capacity &other parameters as specified hereafter:2.2 Overall Guaranteei) The <strong>tender</strong>er shall select the equipment and their specific<strong>at</strong>ions as perrequirement given in this <strong>tender</strong> <strong>document</strong> applying their experience andexpertise for such plant.The <strong>tender</strong>er shall however to give overall guarantee.Unless otherwise st<strong>at</strong>ed, all equipment shall be capable to withstand aminimum 20% intermittent overload over the normal capacity for safemechanical oper<strong>at</strong>ion.31140168 V(H) - 1 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Performance Guarantees<strong>CMPDI</strong>ii) Capacity and Oper<strong>at</strong>ing Conditions of plant on turn-key basis shall be asfollows:- Hourly Capacity (tph) : 400- No. of working days per year : 300- No. of working shifts per day : 3- No. of effective working hrs. per day : 13.332.3 Main EquipmentThe Performance Guarantee of the following equipment would be given by the<strong>tender</strong>er. Performance Guarantees of main equipment have been specifiedhere which the <strong>tender</strong>er shall have to fulfill:a) Double deck Vibr<strong>at</strong>ing ScreenNormal capacity (tph) : 400( within limit of guarantee)Screening size : -13mm, -50mm, +50mmPercentage of oversize in the undersize: < 2b) Single Deck Vibr<strong>at</strong>ing ScreenNormal capacity (tph) : 300(within limit of guarantee)Screening size : -25mm and -50mmPercentage of oversize in the undersize: < 23.0 PERFORMANCE GUARANTEE TESTS (PGT)3.1 The final test as to the performance and guarantees shall be conducted <strong>at</strong> site,by the owner / <strong>CMPDI</strong>. Such tests shall be commenced within a period of two(2) months after successful completion of trial oper<strong>at</strong>ions. Any extension oftime beyond the above two (2) months shall be mutually agreed upon.3.2 These tests shall be binding on both the parties of the contract to determinecompliance of the equipment with the performance guarantees.3.3 The available instrument<strong>at</strong>ion and control equipment shall be used duringsuch tests and the engineer shall calibr<strong>at</strong>e all such measuring equipment and31140168 V(H) - 2 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Performance Guarantees<strong>CMPDI</strong>devices as far as practicable. However, un-measurable parameters shall betaken into account in a reasonable manner by the EIC for the equipment ofthese tests. The tests shall be conducted <strong>at</strong> the specified load points and asnear the specified cycle condition as practicable. The engineer shall applyproper corrections in calcul<strong>at</strong>ion, to take into account conditions which do notcorrespond to the specified conditions.3.4 Any special equipment, tools and tackles required for the successfulcompletion of the performance and guarantee tests shall be provided by thecontractor, free of cost.3.5 The guaranteed performance figures of the equipment shall be proved by thecontractor during these performance and guarantee tests. Should the resultsof these tests show any decrease from the guaranteed values, the contractorshall modify the equipment as required to enable it to meet the guarantees. Insuch case, performance and guarantee tests shall be repe<strong>at</strong>ed within onemonth, from the d<strong>at</strong>e the equipment is ready for re-tests and all cost formodific<strong>at</strong>ions including labour, m<strong>at</strong>erials and the cost of additional testing toprove th<strong>at</strong> the equipment meets the guarantees, shall be borne by thecontractor. Dur<strong>at</strong>ion of performance guarantee tests shall be of one month ofwhich 6 (six) days continuous on load oper<strong>at</strong>ion is the minimum requirementand in case it fails, the process of performance guarantee tests shall berepe<strong>at</strong>ed.3.6 The specific tests to be conducted on equipment has been brought out in thetechnical specific<strong>at</strong>ions.3.7 Performance and guarantee test shall make allowance for instrument<strong>at</strong>ionerrors as may be decided by the EIC.3.8 Test Codes : The provisions outlined in the ASME performance test codes orother intern<strong>at</strong>ional and Indian approved equivalents shall generally be used asa guide for all the above test procedures unless otherwise specified in thetechnical specific<strong>at</strong>ions.31140168 V(H) - 3 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Performance Guarantees<strong>CMPDI</strong>4.0 LIQUIDATED DAMAGE4.1 Liquid<strong>at</strong>ed Damage for Shortfall in Guaranteed OutputThe <strong>tender</strong>er shall guarantee for throughput of not less than 100 % of thedesigned capacity of the plant. In case of shortfall from the guaranteedthroughput upto 95%, the <strong>tender</strong>er shall pay “Liquid<strong>at</strong>ed damages” <strong>at</strong> the r<strong>at</strong>eof ½% of the total contract value for every 1% decrease. Throughput capacitybelow 95% shall not be acceptable.4.2 Liquid<strong>at</strong>ed Damage for Shortfall of Guarantee Performance4.2.1 The liquid<strong>at</strong>ed damage for shortfall of performance of the Vibr<strong>at</strong>ing Screen isgiven hereafter:a) The percentage of oversize in the undersize shall not exceed 2.0%.b) Failing to prove the above guarantees, penalties shall be imposed onthe successful <strong>tender</strong>er in the following manner.- for every ½% increase of oversize in the undersize, 1% of theequipment cost will be deducted upto 5% of oversize. However,beyond 5% the equipment is liable for reject.4.3 Ceiling on liquid<strong>at</strong>ed damage for non-fulfillment of performance guaranteesare mentioned in Clause No. 3.2 of Section IV-C.4.4 Liquid<strong>at</strong>ed damage on delay in completion of the project is to be dealtsepar<strong>at</strong>ely and shall not be linked with each other in any manner.5.0 GENERAL GUARANTEE FOR WARRANTYThe successful <strong>tender</strong>er shall guarantee for warranty of the plant andequipment and successful oper<strong>at</strong>ion of the complete plant. The terms of thiswarranty/guarantee are also given in Clause No.33.0 of Section – IV(A),‘General Terms and Conditions’ of this <strong>tender</strong> <strong>document</strong>.31140168 V(H) - 4 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – VIPrice Bid


Price Bid<strong>CMPDI</strong>SECTION – VIPRICE BID1.0 SCOPE OF WORKThe scope of this <strong>tender</strong> consists of a package for single responsibilityassignment and includes supply & transport<strong>at</strong>ion of all m<strong>at</strong>erials; plant andmachinery including electrical; instrument<strong>at</strong>ion control & telecommunic<strong>at</strong>ion <strong>at</strong> site;civil & structural works, erection, testing & trial runs, commissioning, elimin<strong>at</strong>ion ofteething troubles, successful completion of performance guarantee test and finallyhanding over the plant as envisaged in system description in s<strong>at</strong>isfactory runningcondition.2.0 PROFORMA FOR PRICE BIDForm<strong>at</strong> for Price break-up of different sub-heads for turn-key execution aregiven hereafter:A. Price Break-Up for Civil and Structural Workstem Sub-section/Sub-head/ Sub-system/ Item DescriptionNo.1 Earthwork in excav<strong>at</strong>ion in all kinds of soil and rock2 Earthwork in filling3 Sand filling4 PCC <strong>at</strong> all levels as per system requirement (M7.5 grade:- 1:4:8)5 RCC <strong>at</strong> all levels (M20 grade:- 1:1.5:3)6 Reinforcement steel for all RCC work in the system7 Structural steel works <strong>at</strong> all levels as per scope of the work & systemrequirement excluding equipment frameworks, chutes and liners8 Steel doors and windows9 Brickwork10 CGS sheeting <strong>at</strong> all levels11 Flooring ( Hardcrete flooring)12 Flooring (PVC)13 Snowcem or Equivalent14 White washing15 Site clearance and maintain the level to +0.0016 Miscellaneous worke,g dew<strong>at</strong>ering, shoring, steelwork painting, shuttering, plinthprotection, rain w<strong>at</strong>er pipes, gutter, w<strong>at</strong>er proofing ctc17 Other items, if any ( to be specified in details)18 SUB-TOTAL of AAmount(Rs)311410168 VI - 1 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Price BidB. Price Break up of Plant & Machinery<strong>CMPDI</strong>B.1. Supply of Plant & Machinery :Sl.NoSub-head Qty. Price/ unit1.0 MECHANICAL (List ofEquipments) Indigenousi)ii)iii)iv)v)vi)vii)Sub-Total -2.0 ELECTRICAL (List ofEquipments)i)ii)iii)iv)v)vi)vii)viii)Ix)x)Sub-Total -3.0 Auxiliaryi)ii)iii)iv)v)vi)Sub-Total -Grand TotalP & M supply(1 to 3)ExcisedutySalestaxPacking&InsuranceTransport<strong>at</strong>ionAnyotherdutyTotal(INR)311410168 VI - 2 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Price Bid<strong>CMPDI</strong>B.2. Erection, Install<strong>at</strong>ion & Commissioning of Plant & Machinery :Sl.No.Sub-head Qty. Price /unit1.0 MECHANICAL (List of Equipment)i)ii)iii)iv)v)vi)vii)viii)AnyotherTotalSub-Total-12.0 ELECTRICAL (List of Equipment)i)ii)iii)iv)v)vi)vii)viii)ix)x)Sub-Total-23.0 AUXILIARYi)ii)iii)Sub-Total-3Grand Total (1 to 3 )311410168 VI - 3 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Price Bid<strong>CMPDI</strong>B.3. Dismantling and removal of debris to a suitable place :Sl.Sub-head Qty. Price /AnyTotalNo.unitother1 i)ii)iii)iv)TotalB.4. Weight & Volume for Civil & Structural WorksCivil & Structural Works (Broad quantities within a limit of + 10% of actuals oncompletion) as per the scope of work and system requirementItemSub-head/ Item Description Unit QuantityNo.1 Earthwork in excav<strong>at</strong>ion in all kinds of soil and rock M 3 6182 Earthwork in filling M 3 4753 Sand filling M 3 224 PCC <strong>at</strong> all levels as per system requirement (M7.5 M 3 45grade:- 1:4:8)5 RCC <strong>at</strong> all levels (M20 grade:- 1:1.5:3) M 3 2916 Reinforcement steel for all RCC work in the system MT 307 Structural steel works <strong>at</strong> all levels as per scope of the MT 100work and system requirement excluding equipmentframework,chutes and liners8 Steel doors and windows M 2 1159 Brickwork M 3 30010 CGS sheeting <strong>at</strong> all levels M 2 171011 Flooring ( hardcrete flooring) M 2 57012 Flooring (PVC) M 2 11013 Snowcem or Equivalent M 2 121514 White washing M 2 121515 Site clearance and maintain the level to +0.00 M 3 300015 Other items, if any ( to be specified by <strong>tender</strong>er)Instructions:-1. Bidders are required to quote the quantity, unit price, amount and taxes etc. inthe respective column. Unit price should be in word as well as in figure.2. Quantity should be as per scope defined in the <strong>tender</strong> <strong>document</strong> and shouldcover all the requirement of the system.311410168 VI - 4 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Price Bid<strong>CMPDI</strong>3. +\- 10 % clauseBased on civil and structural quantities of works as given in sub head B.4 ofthis proforma ; the shortfall in total quantity of all civil & structural works shall beallowed up to 10 % only to every individual items. For shortfall of quantitiesexceeding 10%, there shall be proportional reduction in the price of the individualitems resulting the reduction in the award value by the same amount. Upwardvari<strong>at</strong>ion in quantity of individual items for civil & structural works should beabsorbed by contractor unless specifically st<strong>at</strong>ed otherwise in the <strong>document</strong>.4. The above items of work are to be executed strictly as per IS provisions..311410168 VI - 5 Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – VIIForms of Bid


Forms of Bid – Contractors Bid<strong>CMPDI</strong>SECTION – VIIFORMS OF BIDCONTRACTORS BIDSub: Bid for the Work ..................................To,............................................................................................................Dear Sir,We offer to execute the Works described above in accordance with theConditions of Contract accompanying the Bidding Document issued to us. The BidSecurity/Earnest Money in accordance with the NIT and Instructions to Biddersamounting to Rs .............................. (in figures) ........................................... (in words)in the form as stipul<strong>at</strong>ed in clause 15 of the Instructions to Bidders is enclosedherewith ( to be filled in by the Bidder).This Bid and your written acceptance of it shall constitute a binding contractbetween us. We understand th<strong>at</strong> you are not bound to accept the lowest or any Bidyou receive.We hereby confirm th<strong>at</strong> this Bid complies with the Bid validity and Bid securityrequired by the Bidding <strong>document</strong>s.Yours faithfullyAuthorized Sign<strong>at</strong>ure ______________________Name and Title of the Sign<strong>at</strong>ory _____________Name of the Bidder ___________ (the Contractor)Address____________________________________________________________________D<strong>at</strong>e ____________________________________(To be filled in by the Bidder)311410168 VII - 1Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Bank Guarantee Proforma for EMD/ Bid Security<strong>CMPDI</strong>BANK GUARANTEE PROFORMA FOR EARNEST MONEY DEPOSIT /BID SECURITY(TO BE STAMPED IN ACCORDANCE WITH STAMP ACT)(TO BE ISSUED BY ANY NATIONALIZED/ SCHEDULED BANK AUTHORIZED BYRBI TO ISSUE A BANK GUARANTEE)ToThe Central Mine Planning & Design Institute LimitedGondwana Place ,Kanke RoadRanchi -834 031Dear Sir,WHERE AS …………………. (name and address of Bidder) (hereinafter calledthe bidder) shall submit its Bid in response to NIT No. ……………. D<strong>at</strong>ed……………… for the work ……………………….. (name of the work )hereinaftercalled “the Bid”)KNOW ALL MEN by these present th<strong>at</strong> we …………….. (name of the Bank) of…………………. (name of the country) …………….. having our registered office <strong>at</strong>………………… (address of the Bank) (hereinafter called “the Bank”) are boundunto the Central Mine Planning & Design Institute, Gondwana Place, Kanke Road,Ranchi- 834031 (Jharkhand), (hereinafter called “the Employer”) for the sum of…………….. (amount of Guarantee in words and figures) for which payment well;and truly to be made to the said Employer the bank binds itself, his successors andassigns by these presents.SEALED with the Common Seal of the said bank this …… day of ……. 20 …THE CONDITIONS of this oblig<strong>at</strong>ion are:1. If the bidder withdraws its Bid during the period of Bid Validity specified by theemployer on the bid form, or2. It the Bidder withdraws having been notified of the acceptance of its bid by theEmployer during the period of Bid Validity:a) Fails or refuses to execute the contract Agreement when required: or311410168 VII - 2Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Bank Guarantee Proforma for EMD/ Bid Security<strong>CMPDI</strong>b) Fails or refuses to furnish the Performance Security (if any) inaccordance with the Bid conditions.3. We ……………………… Bank to hereby undertake to pay the amounts dueand payable under this Guarantee without any demur, merely on a demand from theCompany st<strong>at</strong>ing th<strong>at</strong> the amount claimed is due by way of loss or damage caused toor Bidder/ Contractor of any terms & conditions contained in the said contract or byreason of the bidder/ Contractor’s failure to perform the said contract. Any suchdemand made on the Bank shall be conclusive as regards the amount due andpayable by the bank under this Guarantee. We shall not with hold the payment on theground th<strong>at</strong> the Company has disputed its liability to pay or legal proceeding or legalproceeding is pending between company and the Bidder/ Contractor regarding theclaim. However, our liability under this guarantee shall be restricted to an amount notexceeding ………….4. We ………… Bank further agree th<strong>at</strong> the Guarantee herein contained shallcome into force from the d<strong>at</strong>e here of and shall remain in full force and effect duringthe period th<strong>at</strong> would be taken for the performance of the said contract and th<strong>at</strong> itshall continue to be enforceable till all the dues of the Company under or by virtue ofthe said contract have been fully paid and its claim s<strong>at</strong>isfied or Company certifies th<strong>at</strong>the terms and conditions of the said contract have been fully and property carried outby the said Bidder/ Contractor and accordingly discharges the guarantee. Unless ademand or claim under this guarantee is made on us in writing on or before the……………… (d<strong>at</strong>e to be given) ……………… (months from the d<strong>at</strong>e of the BankGuarantee) we shall be discharged from all liability under this guarantee thereafter:5. We -------------------------------------------- Bank further agree with said companyth<strong>at</strong> the company shall have the fullest liberty without our consent and withouteffecting in any manner our oblig<strong>at</strong>ions hereunder to very any of the terms andconditions of the said Contract/agreement or to extend time of performance by thesaid Bidder(s) /Contractor(s) from time to time or to postpone for any time or fromtime to time any of the power exercisable by the Company against the said Bidder/Contractor and to forbear or enforce any of the terms conditions rel<strong>at</strong>ing to saidcontract and we shall not be relived from our liability by reason of any such vari<strong>at</strong>ionor extension being granted to the said Bidder/ Contractor or for any for bearance actor omission on the part of the company on any indulgence by the Company to the311410168 VII - 3Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Bank Guarantee Proforma for EMD/ Bid Security<strong>CMPDI</strong>said Bidder/ Contractor or by any such m<strong>at</strong>ter or thing wh<strong>at</strong>soever which under thelaw rel<strong>at</strong>ing to sureties would, but for this provision have effect of so relieving us. Thebank further agree th<strong>at</strong> in case this guarantee is required for a longer period and it isnot extended by the said bidder/Contractor beyond the period specified above, theBank shall pay to the company the said sum of R …………. (Specify the amount) orsuch lesser sum as may then be due to the company and as the company maydemand.6. We ……….. Bank lastly undertake not to revoke this guarantee during itscurrency except with the previous consent of the Company, in writing.a) The bank has under its constitutions power to give this guarantee andMr. ……………. Manager, who has signed it on behalf of the Bank hasauthority to do so.b) This Bank Guarantee will not be discharged due the change in theconstitution of the Bank or the Contractor.We, …………. (name of the Bank) undertake to pay to the Employer up to theabove amount upon receipt of its first written demand without the Employer having tosubstanti<strong>at</strong>e its demand, provided th<strong>at</strong> in demand the Employer will note th<strong>at</strong> theamount claimed by it is due to it owing the occurrence of 1 or both of the 2 or (b)specifying the occurred condition or condition.This guarantee will remain in full force up to and including the d<strong>at</strong>e……………. and any demand in respect thereof should reach the Bank not l<strong>at</strong>er thanthe d<strong>at</strong>e of expiry of this guarantee.For and on behalf of the bankSign<strong>at</strong>ure ……………………………………..Name …………………………………….Design<strong>at</strong>ion ……………………………………..Common Seal of Bank ………………………….Under jurisdiction of Ranchi Court only.311410168 VII - 4Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Bank Guarantee Proforma for Mobiliz<strong>at</strong>ion Advance<strong>CMPDI</strong>BANK GUARANTEE PROFORMA FOR MOBILIZATION ADVANCETo,(TO BE STAMPED IN ACCORDANCE WITH STAMP ACT)(TO BE ISSUED BY ANY NATIONALIZED/ SCHEDULED BANKAUTHORIZED BY RBI TO ISSUE A BANK GUARANTEE)Central Mine Planning & Design Institute Limited,Gondwana Place,Kanke Road,Ranchi- 834031 (Jharkhand)In consider<strong>at</strong>ion of the Central Mine Planning & Design Institute Limited,Gondwana Place, Kanke Road, Ranchi- 834031 (Jharkhand), (hereinafter called toas the “Employer” which expression shall unless repugnant to the context or meaningthereof, include all successors, administr<strong>at</strong>ors and assigns) having awarded to.................................. (Name & address of the Contractor) [hereinafter called to as“Contractor” which expression shall unless repugnant to the context of meaningthereof include its successors, administr<strong>at</strong>ors executors and assigns]the work........................... [Name of the Work] by issue of Letter of Award No.............……........ {Work Order/ Letter of Intent No.} and the same having beenunequivocally accepted by the Contractor resulting into a Contract Agreement d<strong>at</strong>ed......................……......... valued <strong>at</strong> ..................... {value of work order ) (herein aftercalled the contract) and the employer having agreed to make a Mobiliz<strong>at</strong>ion Advancepayment with interest to the Contractor amounting to ...........................................{amount of guarantee in words and figures} for execution of the said Contract as anadvance against Bank Guarantee of equivalent amount furnished by the Contractor.We, .......................... (Name of the Bank) of ...................(address of the Bank)(hereinafter called to as “the bank” which expression shall unless repugnant to thecontext of meaning thereof, include all successors, administr<strong>at</strong>ors and assigns) dohereby undertake to pay the said Employer on demand an amount not exceeding...........{amount of guarantee in words and figures} against any loss or damagecaused to or suffered or would be caused to or suffered by the said Employer byreasons of any breach by the said Contractor of any terms and conditions contained311410168 VII - 5Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Bank Guarantee Proforma for Mobiliz<strong>at</strong>ion Advance<strong>CMPDI</strong>in the said Contract without any demure reserv<strong>at</strong>ion, recourse, contest or protestand/or without any reference to the Contractor. Any such demand made by theEmployer on the Bank shall be conclusive and binding notwithstanding any differencebetween the Employer and the Contractor or any dispute pending before any court,tribunal, arbitr<strong>at</strong>or or any other authority. We agree th<strong>at</strong> the guarantee hereincontained shall be irrevocable and shall continue to be enforceable till the advanceamount is liquid<strong>at</strong>ed.The Employer shall have the fullest liberty without affecting in way the liabilityof the Bank under this Guarantee from time to time to vary the advance or to extendthe time for performance of the Contract by the Contractor. The Employer shall havethe fullest liberty without affecting this Guarantee to postpone from time to time theexercise of any powers vested in them or of any right which they might have againstthe Contractor and the exercise the same <strong>at</strong> any time in any manner and either toenforce or to forebear or to enforce any covenants contained or implied in theContract, Between the Employer and the Contractor or any other course or remedyor security available to the Employer. The Bank shall not be released of itsoblig<strong>at</strong>ions under these presents by an exercise by the Employer of its liberty withreference to m<strong>at</strong>ter aforesaid or any of them or by reason of any other act offorbearance or other acts of omission or commission on the part of the Employer orany other indulgence shown by the Employer or any other m<strong>at</strong>ter or thing wh<strong>at</strong>soeverwhich under law would, but for this provision, have the effect of relieving the Bank.The Bank also agrees th<strong>at</strong> the employer <strong>at</strong> its option shall be entitled to enforce thisGuarantee against the Bank as a Principal debtor in first instance, without proceedingagainst the Contractor and notwithstanding any security or other Guarantee th<strong>at</strong> theEmployer may have in rel<strong>at</strong>ion to the Contractor’s liabilities.D<strong>at</strong>ed this ......………........ day of .............................. <strong>at</strong> ...........................For and on behalf of the Bank.Sign<strong>at</strong>ure : ------------------------------------------Name : __________________________Design<strong>at</strong>ion : __________________________Common Seal of Bank : __________________________311410168 VII - 6Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Form<strong>at</strong> for Bank Guarantee for Security Deposit<strong>CMPDI</strong>CENTRAL MINE PLANNING & DESIGN INSTITUTE LIMITEDGONDWANA PLACE, KANKE ROAD, RANCHIFORMAT OF BANK GUARANTEE TO BE FURNISHED BY THESUPPLIERS DULY EXECUTED BY THEIR BANKERS(CONTRACT PERFORMANCE GUARANTEE/ SECURITY DEPOSIT)……………………… (NAME AND ADDRESS OF THE PURCHASER COMPANY……………………….…………………………Ref : Bank Guarantee in respect of Agreement d<strong>at</strong>ed …………….. dayof …………… 20 d<strong>at</strong>ed …………….. between ………………(Name of Purchaser company) and ……..…………………. (Nameof Supplier company) ………….Messers ………………………….. a company / firm having called the contractorhas entered into an agreement with ………………………….. (Name of the PurchaserCompany) hereinafter Called (the company) to supply--------------------------- stores/m<strong>at</strong>erials amounting to R------------------------ on terms and conditions contained in thesaid agreement.It has been agreed th<strong>at</strong> ……………. ( …………… percent) payment of thevalue of the stores/M<strong>at</strong>erials will be made to the contractor in terms of the saidagreement on the contractors furnishing to the Company a Bank Guarantee for thesum of Rs. ………………. as security for due repayment of the said sum in terms ofthe said agreement and also interest as therein provided.The …………………. having its office <strong>at</strong> …………….. has <strong>at</strong> the request of thecontractor agreed to give the guarantee as hereinafter contained.(We ……………………………………………… (hereinafter called the bank) dohereby (Name of the Bank) unconditionally agree with the company th<strong>at</strong> if thecontractor shall in any way fail to observe or perform the terms of the said agreementregarding repayment of the said sum of R ……….. or any of them including the termsfor payment of interest for delay in deliveries or shall commit any breach of itsobjection or demur pay to the Company the said sum of R …………… or such portionas shall then remain unpaid with interest without requiring the company to have311410168 VII - 7Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Form<strong>at</strong> for Bank Guarantee for Security Deposit<strong>CMPDI</strong>recourse to any legal remedy th<strong>at</strong> may be available to it or compel the Bank to paythe same or calling on the company to compel such payment by the contractor.Any such demand shall be conclusive as regards the liability of contractor tothe company as regards the amount payable by the bank under this guarantee. TheBank shall not be entitled to withhold payment on the ground th<strong>at</strong> contractor hasdisputed its liability to pay or as disputed the quantum of the amount or th<strong>at</strong> anyarbitr<strong>at</strong>ion proceedings or legal proceedings is pending between the Company andthe Contractor regarding claim.We, the bank further agree th<strong>at</strong> the guarantee shall come into force from thed<strong>at</strong>e hereof and shall remain in full force and effect till the period th<strong>at</strong> will be taken forthe performance of the said agreement which is likely to be the …………… day of……………….. but if the period of agreement is extend either pursuant to theprovisions in the said agreement or by mutual agreement between the contractor andthe company the bank shall renew the period of the guarantee failing which it shallpay to the company the said sum of R …………………. Or such lesser amount out ofthe said sum of R ……………. as may be due to the company may demand. Theagreement shall remain in force until the dues of the Company in respect of the saidsum Rs …………. and interests are fully s<strong>at</strong>isfied and the company certified th<strong>at</strong> theagreement regarding repayment. If the said sum of Rs ………… has been fullycarried out by the contractor and discharges the guarantee.The Bank further agree with the company th<strong>at</strong> the company shall have thefullest liberty without the consent of the bank and without affecting in any way theoblig<strong>at</strong>ions hereunder to very and the terms and conditions of the said agreement orto extend the time for performance of the said agreement from the time to timerespond for any time or from time to time any of the powers exercisable by thecompany against the contractor and the forbearer to enforces any of the terms andconditions rel<strong>at</strong>ing to the said agreement and the bank shall not be relieved from itsliability by reason of such failure or extension being granted to the contractor orthrough and forbearance act or omission on the part of the company or anyindulgence by the Company to the contractor buy other m<strong>at</strong>ter or thing wh<strong>at</strong>soever311410168 VII - 8Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Form<strong>at</strong> for Bank Guarantee for Security Deposit<strong>CMPDI</strong>which under the law rel<strong>at</strong>ing to sureties would but for this provisions have the effectof relieving or discharging the contractor.The Bank further agree th<strong>at</strong> in case this guarantee is required for a longerperiod and it is not extended by the Bank beyond the period specified above th<strong>at</strong>bank shall pay to the company the said sum of Rs ……………. or such lesser sum asmay then be due to the company out of said advance of Rs …………. and as theCompany may require.Now withstanding anything herein contained the liability of the bank under thisguarantee is restricted to Rs ……………… only the guarantee shall remain in force tillthe ……………. Day of ……………….. and unless the guarantee is renewed or aclaim is preferred against the bank within 3 months from the said d<strong>at</strong>e all rights of theCompany under this guarantee shall cease and the bank shall be released anddischarged from all liability hereunder except as provided in the proceeding clause.This bank guarantee will not be discharged due to the change in theconstitution of Bank or Contractor.The bank has under its constitution power to give their guarantee and ………who has signed it on behalf of the Bank has authority to do so.Name of the personSign<strong>at</strong>ure of authorized person frobehalf of the Bankand onD<strong>at</strong>ed ……….. this …….. day of ……….. 20 .311410168 VII - 9Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Form<strong>at</strong> for Contract AgreementFORMAT FOR CONTRACT AGREEMENT(On Non-Judicial Stamp Paper)<strong>CMPDI</strong>Agreement No. : ……………………………………D<strong>at</strong>ed : ………………………………………………THIS ARTICLE OF AGREEMENT made on this .................... day of ........ 200between the Central Mine Planning & Design Institute Limited, a Employerregistered under the Indian Companies Act, 1956 with its registered office <strong>at</strong> Ranchiand a Subsidiary of Coal India Limited, Govt, of India Undertaking, GondwanaPlace, Kanke Road, Ranchi - 834 031 (Jharkhand) (hereinafter referred to as theEmployer which expression where the context so admit shall include its successorsin interest and assign) of the one Part and .......................... (hereinafter referred toas “the Contractor” which expression where the context so admit shall include itsheirs, executors, administr<strong>at</strong>ors legal represent<strong>at</strong>ives, successors in business andassign) of the other part.WHEREAS, the Employer invited bid for the Work ” Install<strong>at</strong>ion of 400 tphDemonstr<strong>at</strong>ion Plant of Coal Dry Benefici<strong>at</strong>ion System using Radiometric Technique(ArdeeSort) <strong>at</strong> Madhuband Washery, BCCL. and the bid of the Contractor has beenaccepted by the Employer vide their Letter no. ................................................ dt.................................. for a sum of Rs.............................................(Contract sum infigure & words)WHEREAS the Contractor has agreed to execute the works on the terms &conditions as stipul<strong>at</strong>ed in the Bid and subsequent amendments thereto for a sum of................................................. {Contract sum in figure & words} for successfulcompletion of the work.NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED ASFOLLOWS:1. In the pursuance of the Agreement aforesaid and in consider<strong>at</strong>ion for thepayment of the sum of .............................. {Contract sum in figure & words} and/orsuch sum as may be payable to the contractor, the Contractor shall upon and311410168 VII - 10Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Form<strong>at</strong> for Contract Agreement<strong>CMPDI</strong>subject to the said terms & conditions execute and complete the work shown upon inthe said drawings and described in the said scope of work as provided for in the saidconditions.2. The time shall be considered as one of the essence of the contract and timefor completion of the contract shall be 9 (nine) months from the d<strong>at</strong>e ofcommencement of work.3. The parties hereto shall respectively and faithfully abide by and submitthemselves to the terms & conditions and stipul<strong>at</strong>ions contained in this agreementand perform and discharge their part of contract accordingly.4. The final Agreement has been arrived <strong>at</strong> between the parties after dueconsider<strong>at</strong>ion of the correspondences, <strong>document</strong>s, meetings and negoti<strong>at</strong>ions heldfrom time to time. The following <strong>document</strong>s shall constitute the Contract between theEmployer and the Contractor. And each shall be read and construed as an integralpart of the Contract.Part Description of Documents01 Article of Agreement02 Detailed Bid Notice03 Notific<strong>at</strong>ion of Award04 The Bid & Price Schedules submitted by the Contractor05 Conditions of Contract06 Financial terms and conditions07 Billing Schedule08 Technical Specific<strong>at</strong>ions and drawings09 Any Other Documents5. The contract shall be executed within the purview of the Indian Laws.311410168 VII - 11Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Form<strong>at</strong> for Contract Agreement<strong>CMPDI</strong>In witness whereof the parties hereto have hereunder affixed their sign<strong>at</strong>ures<strong>at</strong> Ranchi on the day, month and year written as above.SIGNED, SEALED AND DELIVEREDSigned on behalf of the ContractorDesign<strong>at</strong>ionSigned on behalf of the EmployerDesign<strong>at</strong>ionCentral Mine Planning & Design Institute Limited,Gondwana Place,Kanke Road, Ranchi - 834 031 (Jharkhand)In the presence ofWITNESS - 1 WITNESS - 1(Sign<strong>at</strong>ure)(Name in Block Letters)(Sign<strong>at</strong>ure)(Name in Block Letters)Official Address : Official Address :WITNESS - 2 WITNESS - 2(Sign<strong>at</strong>ure)(Name in Block Letters)(Sign<strong>at</strong>ure)(Name in Block Letters)Official Address : Official Address :311410168 VII - 12Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Form<strong>at</strong> for Integrity Pact(Form<strong>at</strong> for Integrity Pact)INTEGRITY PACT<strong>CMPDI</strong>(to be furnished by the Bidder/ Contractor duly signed in Part-1 of Envelope )Between<strong>CMPDI</strong> hereinafter referred to as “The Owner”and--------------------- hereinafter referred to as “The Bidder/ Contractor”PreambleThe Owner intends to award, under laid down organiz<strong>at</strong>ional procedures,contracts for Install<strong>at</strong>ion of 400 tph Demonstr<strong>at</strong>ion Plant of Coal Dry Benefici<strong>at</strong>ionSystem using Radiometric Technique (ArdeeSort) <strong>at</strong> Madhuband Washery, BCCL. onturn key basis. The Owner values full compliance with all relevant laws andregul<strong>at</strong>ion, and the principles of economic use of resources, and of fairness andtransparency in its rel<strong>at</strong>ions with its Bidder/ Contractor(s) .In order to achieve these goals, the Owner cooper<strong>at</strong>es with the intern<strong>at</strong>ionalNon Governmental Organiz<strong>at</strong>ion “Transparency Intern<strong>at</strong>ional” (TI). Following TI’sn<strong>at</strong>ional and intern<strong>at</strong>ional experience, the Owner will appoint an external independentMonitor who will monitor the Bid process and the execution of the contract forcompliance with the principles mentioned above.Section 1 – Commitments of the Owner(1) 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 orany other person acting on his/ her behalf, will in connection with theBid for, or the execution of a contract, demand, take a promise for oraccept, for him/ herself or third person, any m<strong>at</strong>erial or imm<strong>at</strong>erialbenefit which he/ she is not legally entitled to.ii) The Owner will, during the Bid process, tre<strong>at</strong> all Bidder/ Contractorswith equity and reason. The Owner will in particular, before and duringthe Bid process, provide to all Bidder/ Contractors the same inform<strong>at</strong>ionand will not provide to any Bidder/ Contractor confidential/ additional311410168 VII - 13Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Form<strong>at</strong> for Integrity Pact<strong>CMPDI</strong>inform<strong>at</strong>ion through which the Bidder/ Contractor could obtain anadvantage in rel<strong>at</strong>ion to the Bid process or the contract execution.iii) The Owner will exclude from the process all known prejudiced persons.(2) If the Owner obtains inform<strong>at</strong>ion on the conduct of any of its employees whichis a 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 initi<strong>at</strong>e disciplinary actions.Section 2 – Commitments of the Bidder/ Contractor(1) The Bidder/ Contractor commits itself to take all measures necessary toprevent corruption. He/ she commits himself/ herself to observe the followingprinciples during his/ her particip<strong>at</strong>ion in the Bid process and during the contractexecution.i) The Bidder/ Contractor will not, directly or through any other persons orfirm, offer, promise or give to any of the Owner’s employees involved inthe Bid process or the execution of the contract or to any third personany m<strong>at</strong>erial or imm<strong>at</strong>erial benefit which he/ she is not legally entitledto, in order to obtain in exchange any advantage of any kindwh<strong>at</strong>soever during the Bid process or during the execution of thecontract.ii) The Bidder/ Contractor will not enter with other Bidder/ Contractors intoany agreement or understanding, whether formal or informal. Thisapplies in particular to prices, specific<strong>at</strong>ions, certific<strong>at</strong>ions, subsidiarycontracts, submission or non-submission of bids or any other actions torestrict competitiveness or to introduce cartelis<strong>at</strong>ion in the biddingprocess.iii) The Bidder/ Contractor will not commit any offence under the relevantAnti-corruption Laws of India; further the Bidder/ Contractor/ Contractorwill not use improperly, for purposes of competition or personal gain, orpass on to others, any inform<strong>at</strong>ion or <strong>document</strong> provided by the Owneras part of the business rel<strong>at</strong>ionship regarding plans, technical proposals311410168 VII - 14Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Form<strong>at</strong> for Integrity Pact<strong>CMPDI</strong>and business details including inform<strong>at</strong>ion contained or transmittedelectronically.iv) The Bidder/ Contractor will, when presenting his/ her bid, disclose anyand all payments he/ she has made, is committed to or intends to maketo agents, brokers or any other intermediaries in connection with theaward of the contract.v) The Bidder/ Contractor will not instig<strong>at</strong>e third persons to commitoffences outlined above or be an accessory to such offences.Section 3 – Disqualific<strong>at</strong>ion from BID process and exclusion from futurecontractsIf the Bidder/ Contractor, before contract award has committed <strong>at</strong>ransgression through a viol<strong>at</strong>ion of Section 2 or in any other form such as to put his/her reliability or credibility as Bidder/ Contractor into question, the Owner is entitled todisqualify the Bidder/ Contractor from the Bid process or to termin<strong>at</strong>e the contract, ifalready signed, for such reason.i) If the Bidder/ Contractor has committed a transgression through aviol<strong>at</strong>ion of Section 2 such as to put his/ her reliability or credibility intoquestion, the Owner is entitled also to exclude the Bidder/ Contractor/Contractor from future contract award processes. The imposition anddur<strong>at</strong>ion of exclusion will be determined by the severity oftransgression. The severity will be determined by the facts andcircumstances of the case, in particular the number of transgressions,the position of the transgressors within the company hierarchy of theBidder/ Contractor/ Contractor and the amount of the damage. Theexclusion will be imposed for a minimum of 6 months and maximum of3 years.ii) The Bidder/ Contractor accepts and undertakes to respect and upholdthe Owner’s absolute right to resort to and impose such exclusion andfurther accepts and undertakes not to challenge or question suchexclusion on any ground, including the lack of any hearing before thedecision to resort to such exclusion is taken. This undertaking is givenfreely and after obtaining independent legal advice.311410168 VII - 15Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Form<strong>at</strong> for Integrity Pact<strong>CMPDI</strong>iii) If the Bidder/ Contractor can prove th<strong>at</strong> he/ she has restored/ recoupedthe damage caused by him/ her and has installed a suitable corruptionprevention system, the Owner may revoke the exclusion prem<strong>at</strong>urely.iv) A transgression is considered to have occurred if in light of availableevidence no reasonable doubt is possible.Section 4 – Compens<strong>at</strong>ion for Damagesi) If the Owner has disqualified the Bidder/ Contractor from the Bidprocess prior to the award according to Section 3, the Owner is entitledto demand and recover from the Bidder/ Contractor the amountequivalent to Earnest Money Deposit/ Bid Security.ii) If the Owner has termin<strong>at</strong>ed the contract according to Section 3, or ifthe Owner is entitled to termin<strong>at</strong>e the contract according to Section 3,the Owner shall be entitled to demand and recover from the Contractorliquid<strong>at</strong>ed damages equivalent to Financial Security .iii) The Bidder/ Contractor agrees and undertakes to pay the said amountswithout protest or demur subject only to condition th<strong>at</strong> if the Bidder/Contractor can prove and establish th<strong>at</strong> the exclusion of the Bidder/Contractor from the Bid process or the termin<strong>at</strong>ion of the contract afterthe contract award has caused no damage or less damage than theamount of the liquid<strong>at</strong>ed damages, the Bidder/ Contractor shallcompens<strong>at</strong>e the Owner only to the extent of the damage in the amountproved.Section 5 – Previous transgressioni) The Bidder/ Contractor declares th<strong>at</strong> no previous transgressionoccurred in the last 3 years with any other company in any countryconforming to the TI approach or with any other Public Sectorenterprise in India th<strong>at</strong> could justify his/ her exclusion from the Bidprocess.ii) If the Bidder/ Contractor makes incorrect st<strong>at</strong>ement on this subject, he/she can be disqualified from the Bid process or the contract, if alreadyawarded, can be termin<strong>at</strong>ed for such reason.311410168 VII - 16Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Form<strong>at</strong> for Integrity PactSection 6 – Equal tre<strong>at</strong>ment of all Bidder/ Contractor/ Sub-contractor<strong>CMPDI</strong>i) The Bidder/ Contractor undertakes to demand from all sub-contractorsa commitment in conformity with this integrity pact, and to submit it tothe Owner before contract signing.ii) The Owner will enter into agreement with identical conditions as thisone with all Bidder/ Contractors and sub-contractors.iii) The Owner will disqualify from the Bid process all Bidder/ Contractorswho do not sign this pact or viol<strong>at</strong>e its provisions.Section 7 – Criminal charges against viol<strong>at</strong>ing Bidder/ Contractor/ SubcontractorIf the Owner obtains knowledge of conduct of a Bidder/ Contractor, orsub-contractor, or of an employee or a represent<strong>at</strong>ive or an associ<strong>at</strong>e 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.Section 8 – External Independent Monitor/ Monitors (three in numberdepending on the size of the contract) (to be decided by theChairperson of the Owner)i) The Owner has appointed Shri N. R. Bannergee , IAS(Redt.) Whoseaddress is Fl<strong>at</strong> No. 121, shriniketan, CGHS plot No. -1, Sector-7,Dwarka, New Delhi as an external independent Monitor for this Pact.The task of the Monitor is to review independently and objectively,whether and to wh<strong>at</strong> extent the parties comply with the oblig<strong>at</strong>ion underthis agreement.ii) The Monitor is not subject to instruction by the represent<strong>at</strong>ives of theparties and performs his/ her function neutrally and independently. He/she reports to the chairperson of the Board of the Owner.iii) The Contractor accepts th<strong>at</strong> the Monitor has the right to access withoutrestriction to all Project <strong>document</strong><strong>at</strong>ion of the Owner including th<strong>at</strong>provided by the Contractor. The contractor will also grant the Monitor,upon his request and demonstr<strong>at</strong>ion of a valid interest, unrestricted andunconditional access to his/ her project <strong>document</strong><strong>at</strong>ion. The same is311410168 VII - 17Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Form<strong>at</strong> for Integrity Pact<strong>CMPDI</strong>applicable to sub-contractors. The Monitor is under contractualoblig<strong>at</strong>ion to tre<strong>at</strong> the inform<strong>at</strong>ion and <strong>document</strong>s of the Bidder/Contractor/ sub-contractor with confidentiality.iv) The Owner will provide to the Monitor sufficient inform<strong>at</strong>ion about allmeetings among the parties rel<strong>at</strong>ed to the Project provided suchmeetings could have an impact on the contractual rel<strong>at</strong>ions between theOwner and the Contractor. The parties offer to the Monitor the option toparticip<strong>at</strong>e in such meetings.v) As soon as the Monitor notices or believes to notice, a viol<strong>at</strong>ion of thisagreement, he/ she will so inform the Management of the Owner andrequest the Management to discontinue or heal the viol<strong>at</strong>ion, or to takeother suitable relevant action. The Monitor can in this regard submitnon-binding recommend<strong>at</strong>ions. Beyond this, the Monitor has no right todemand from the parties th<strong>at</strong> they act in a specific manner, refrain fromaction or toler<strong>at</strong>e action.vi) The Monitor will submit a written report to the Chairperson of the Boardof the Owner within 8 to 10 weeks from the d<strong>at</strong>e of reference orintim<strong>at</strong>ion to him/ her by the ‘Owner’ and should the occasion arise,submit proposals for correcting problem<strong>at</strong>ic situ<strong>at</strong>ion.vii) Monitor shall be entitled to compens<strong>at</strong>ion on the same terms as beingextended to/ provided to independent directors/ Chairman as prevailingwith Owner.viii) If the monitor has reported to the Chairperson of the Board asubstanti<strong>at</strong>ed suspicion of an offence under relevant Anti-corruptionLaws of India, and the Chairperson has not, within reasonable time,taken visible action to proceed against such offence or reported it to theChief Vigilance Office, the Monitor may also transmit this inform<strong>at</strong>iondirectly to the Central Vigilance Commissioner, Government of India.ix) The word ‘Monitor’ would include both singular and plural.Section 9 – Pact Dur<strong>at</strong>ionThis pact begins when both parties have legally signed it (for all the biddersIntegrity Pact will be signed by the Owner within seven days after opening of311410168 VII - 18Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Form<strong>at</strong> for Integrity Pact<strong>CMPDI</strong>the Bid and for the Selected Bidder Integrity Pact will be part of the Contract). Itexpires for the Contractor 12 months after the last payment under the respectivecontract, and for all other Bidder/ Contractors 6 months after contract has beenawarded.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.Section 10 – Other Provisioni) This agreement is subject to Indian Law. Place of performance andjurisdiction is the Registered Office of the Owner, i.e. Ranchi,Jharkhand..ii) Changes and supplements as well as termin<strong>at</strong>ion notices need to bemade in writing. Side agreements have not been made.iii) If the Contractor is a partnership or a consortium, this agreement mustbe signed by all partners or consortium members.iv) Should one or several provisions of this agreement turn out to beinvalid, the remainder of this agreement remains valid. In this case, theparties will strive to come to an agreement to their original intentions.----------------------------- ----------------------------For the OwnerFor the Bidder/ ContractorPlaceD<strong>at</strong>e:Witness 1. ………………………….Witness 2. ………………………….311410168 VII - 19Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


SECTION – VIIIDrawings


ANNEXURES


Annexure - 1(List of Equipment to be supplied by <strong>CMPDI</strong>)<strong>CMPDI</strong>ANNEXURE-1LIST OF EQUIPMENT TO BE SUPPLIED BY <strong>CMPDI</strong> TOTHE TENDERERSl.No.Name of equipmentQty.1 X ray Gener<strong>at</strong>ors 4 pairs2 X ray detection Equipment 4 Sets3 Signal conditioning cards 4 Sets4 Control software along with PC 4 Sets5 Pneum<strong>at</strong>ic Ejectors and its associ<strong>at</strong>ed circuitry 4 Sets6 ArdeeSort fabric<strong>at</strong>ed shielded structure 47 Compressor with storage tank of suitable capacity 28 Electromagnetic feeders 49 Dust suppression and control systems As per requirement10 Pneum<strong>at</strong>ic Valves with manifold 4 Sets11 Control electronics, output activ<strong>at</strong>ing circuitry etc 4 Sets12 Test equipment and misc. 1 Sets3114101681Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Annexure - 2(List of Equipment to be supplied by Tenderer)<strong>CMPDI</strong>ANNEXURE-2LIST OF EQUIPMENT TO BE SUPPLIED BY TENDERER.1.1 MAIN TECHNOLOGICAL EQUIPMENTItemNo.Name & Specific<strong>at</strong>ionof equipment1 Double DeckVibr<strong>at</strong>ing screen2 Single Deck Vibr<strong>at</strong>ingscreenSpecific<strong>at</strong>ionDouble deck V. ScreenCapacity : 400 tphInput size range : 0-50mmRequired Screening : -13,- 50, +50mmM<strong>at</strong>erial to be handled : coalMoisture contents : 10-15%Type of oper<strong>at</strong>ion : ContinuousMotor r<strong>at</strong>ing : 30kw,1440rpmSingle deck V. ScreenCapacity : 300tphInput size range : 13-50mmRequired Screening : -25,- 50mm, M<strong>at</strong>erialto be handled : coalMoisture contents : 10-15%Type of oper<strong>at</strong>ion : ContinuousMotor r<strong>at</strong>ing : 30kw,1440rpmMotorpower,kWNo. ofunitrequired30 130 13 Surge Bunkers Capacity : 2.5 Tonnes - 44 Conveyor RBC-1 withbelting5 Conveyor RBC-2with belting5 Conveyor RBC-3 withbelting6 Conveyor RBC-4 withbeltingLength of conveyor : 14.5MType of conveyor : TroughedBelt width : 1320mmTrough angle : 30 0Inclin<strong>at</strong>ion : 0 0M<strong>at</strong>erial : CoalBelt Speed : 1.6m/secMotor r<strong>at</strong>ing : 7.5kwLength of conveyor : 80.2MType of conveyor : TroughedBelt width : 1320 mmTrough angle : 30 0Inclin<strong>at</strong>ion : 7.3 0M<strong>at</strong>erial : CoalBelt Speed : 1.6m/secMotor r<strong>at</strong>ing : 22kwLength of conveyor : 68MType of conveyor : TroughedBelt width : 1320mmTrough angle : 30 0Inclin<strong>at</strong>ion : 17.5 0M<strong>at</strong>erial : CoalBelt Speed : 1.6m/secMotor r<strong>at</strong>ing : 22kwLength of conveyor : 99MType of conveyor : TroughedBelt width : 1320mmTrough angle : 30 0Inclin<strong>at</strong>ion : 9.2 0M<strong>at</strong>erial : Coal7.5 122 122 122 13114101681Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e


Annexure - 2(List of Equipment to be supplied by Tenderer)<strong>CMPDI</strong>ItemNo.Name & Specific<strong>at</strong>ionof equipment7 Conveyor RBC-5 withbeltingSpecific<strong>at</strong>ionBelt Speed : 1.6m/secMotor r<strong>at</strong>ing : 22kwLength of conveyor : 5.0 MType of conveyor : TroughedBelt width : 1400 mmTrough angle : 30 0Inclin<strong>at</strong>ion : 0 0M<strong>at</strong>erial : CoalBelt Speed : 1.6m/secMotor r<strong>at</strong>ing 3.7kwMotorpower,kWNo. ofunitrequired3.7kw 18 Chutes and launders,LSPipes & fitting9 Fire fighting(Fire extinguishers)10 Electric hoist Cap. : 5t 111 Chain pulley block Cap. : 3t 112 Renov<strong>at</strong>ion in the<strong>washery</strong> fordovetailing withexisting <strong>washery</strong>1.2 ELECTRICALSItem Name Specific<strong>at</strong>ion Qty UnitNo.1 Modific<strong>at</strong>ion Modific<strong>at</strong>ion of existing 6.6 kV spare feeder available<strong>at</strong> Madhuband Washery Sub-st<strong>at</strong>ionLS.2 Transformer Transformer: 630kVA, 6.6kV/415V, 3 phase 1 No.3 MCC Supply of MCC(Motor Control Centre) consisting ofthe following(including spare feeders):i) Incomer : MCCB 850A, 3 phase, 415V, 50Hz. withshort circuit protection- 1No.ii) Out going Feeder for 75 kW Motor feeder- 1 Noiii) Out going Feeder for 37 kW Motor feeder- 3 Nosiv) Out going Feeder for 30 kW Motor feeder- 4 Nos.v) Out going Feeder for 22 kW Motor feeder- 5 Nos.vi) Out going Feeder for 7.5 kW Motor feeder- 3 Nos.vii) Out going Feeder for 3.75 kW Motor feeder- 5 Nos.viii) Out going Feeder for 3.0 kW Motor feeder- 1 Nos.ix) Lighting Feeder. 100A SF unit- 1 No.x) Feeder for Welding Transformer- 1No.xi) Feeder for Control Transformer- 1No.4 LightingDistributionBoardSupply of LT(415V) Lighting Distribution Boardi) Incoming MCB of 100 A,TPN - 1 No.ii) Out going MCB of 32 A, SPN - 6Nos.Out going MCB of 10 A, SPN - 10 Nos.5 Control Desk Control Desk cum Mimic Panel of suitable size as perrequirement6 Power XLPE Cable: Supply of 6.6 kV grade, armoured , Al,Cables XLPE cable7 Power Supply of 1100 V grade PVC armoured aluminiumCables cable type-AYWY (IS: 1554)i) 3 X 120 sq. mmii) 3 X70sq. mm3114101682Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>eLS1 No.1 No.150 m50250mm


Annexure - 2(List of Equipment to be supplied by Tenderer)<strong>CMPDI</strong>ItemNo.8 ControlCables9 LightingCablesName Specific<strong>at</strong>ion Qty Unitiii) 3 X 50sq. mmiv) 3X25sq. mm150350mmSupply of Heavy Duty control Cable, 650V gradeannealed untinned solid round Cu-conductor, PVCinsul<strong>at</strong>ed & she<strong>at</strong>hed, overall armoured:2 x 2.5 Sq mm 1000 m1 x 2.5 Sq mm 200 mi) Supply of Lighting Cables 650V grade, PVCinsul<strong>at</strong>ed & she<strong>at</strong>hed, single wire armoured, Al. LSconductors, FRLS cables of different sizes as pertech. specific<strong>at</strong>ion.4 nos10 Electric Pole Supply of Industrial type Steel tubular pole: 10m(IS:2713 Pt-III)11 LightingFixture12 LightingFixture13 Push ButtonSt<strong>at</strong>ionSupply of Lighting Fixture with 250W HPMV Lampwith POT Optics reflector & acrylic cover for use with1X SON 250 W lamp Al housing, out door type, dustproof complete with all accessories in complete.Supply of Lighting Fixture with 70W HPMV Lamp, nonintegral well glass for SON with ignitor includingcontrol gear box indoor type , dust proof.Supply of local Push Button St<strong>at</strong>ion shall be of springreturn, push-to-actu<strong>at</strong>e type. Their contacts shall ber<strong>at</strong>ed to make, continuously carry and break 10A <strong>at</strong>240V AC, 1NO+INC, IP:444 nos20 nos12 nos14 Earth Pit Supply of Earth Pit m<strong>at</strong>erials and its accessories. 4 nos15 Miscellaneousa) Supply of galvanished steel earth bus <strong>at</strong> the bottom of As requiredeach panel and shall be extended throughout thelength of each switchboard. Earth bus shall be ofsufficient cross section to carry the momentary shortcircuit and short time fault current to earth, withoutexceeding the allowable temper<strong>at</strong>ure rise.b) Miscellaneous items like Telephone sets with cables,Cable tray & cable accessories, Air conditioner, tee,bends etc as required any other items.LSc) Welding arrangement LS3114101683Sign<strong>at</strong>ure of <strong>tender</strong>erwith Seal & D<strong>at</strong>e

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

Saved successfully!

Ooh no, something went wrong!