Sei sulla pagina 1di 140

PACKAGE II

VOLUME - I

COIMBATORE CITY MUNICIPAL CORPORATION

BID DOCUMENT FOR PROVIDING UNDER GROUND SEWERAGE NETWORK WITH TRUNK SEWERS, LATERALS, RIDER MAINS, INSPECTION CHAMBERS AND CONNECTING INSPECTION CHAMBERS AND SEWERS WITH SRVICE CONNECTIONS ETC., IN ZONE 3 AND ZONE 7 IN COIMBATORE CITY MUNICIPAL CORPORATION

PACKAGE II

VOLUME I

CONTRACTOR

-1-

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

S.No 1 2 3 4 5 6 7 8 9 10 Notice Inviting Tender Invitation for Bids Instructions to Bidders

Description

Page No. 3 5 10 33 44 70 79 85 86 87

Forms of Bid and Qualification Information Conditions of Contract Contract Data Forms of Securities Specifications Drawings Bill of Quantities

CONTRACTOR

-2-

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

1. NOTICE INVITING TENDERS (NIT)

CONTRACTOR

-3-

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

COIMBATORE CITY MUNICIPAL CORPORATION COIMBATORE -641 001

NATIONAL COMPETITIVE BIDDING JAWAHARLAL NEHRU NATIONAL URBAN RENEWAL MISSION (CIVIL WORKS) (Two Cover System) PACKAGE - II : CONTRACT NO 2/2009/UGSS NAME OF WORK: Providing Under Ground Drainage with Trunk Sewers, laterals, rider mains, inspection chambers and sewers with service connections in Zone III and VII for Coimbatore City Municipal Corporation. TYPE OF CONTRACT PERIOD OF SALE OF BID DOCUMENT TIME AND DATE OF PRE-BID MEETING LAST DATE AND TIME FOR RECEIPT OF BIDS TIME AND DATE OF OPENING OF BIDS (First Cover) PLACE OF OPENING OF BIDS : ITEM RATE : FROM 07.10.2009 to 12.11.2009 : DATE 23.10.2009 TIME 15.00 hours

: DATE 12.11.2009 TIME 17.45 hours

: DATE 13.11.2009 TIME 15.30 hours

: OFFICE OF THE COMMISSIONER, COIMBATORE CORPORATION, COIMBATORE1. : THE COMMISSIONER, COIMBATORE CORPORATION, BIGBAZAARSTREET,TOWNHALL COIMBATORE 1. : THE COMMISSIONER, COIMBATORE CORPORATION, BIG BAZAAR STREET, TOWN HALL COIMBATORE 1.

ADDRESS FOR COMMUNICATION

OFFICER INVITING BIDS

CONTRACTOR

-4-

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

INVITATION FOR BIDS (IFB)

CONTRACTOR

-5-

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

COIMBATORE CITY MUNICIPAL CORPORATION


COIMBATORE -641 001 NOTICE INVITING TENDER (NIT) INVITATION FOR BIDS (IFB)

NATIONAL COMPETITIVE BIDDING JAWAHARLAL NEHRU NATIONAL URBAN RENEWAL MISSION

Providing Under Ground Drainage with Trunk Sewers, laterals, rider mains, inspection chambers and sewers with service connections in Zone III and VII for Coimbatore City Municipal Corporation.
1. The Commissioner, City Municipal Corporation of Coimbatore, hereinafter called the

Employer invites bids from eligible bidders for the following works. TABLE -1
S.No. Name of work Approxima te value of work (Rs.) Bid Security (Rs.) Period of completion Including period for testing & commissioning 6 30 months Basis of Rates

1 Package II Contract No. 2/2009/ UGSS

2 Providing Under Ground Drainage with Trunk Sewers, laterals, rider mains, inspection chambers and sewers with service connection in Zone III and VII. of Coimbatore Corporation

3 4819.00 lakhs

4 24.20 lakhs

7 Item Rate Basis

2 The bidder should satisfy the following criteria and have the financial status within the
last 5 years (i.e.) from the financial year 2004 -2005 to 2008 - 2009. TABLE 2
S.N. a. Description Must have achieved the annual financial turnover in any two financial year during (20042005 to 2008-2009) not less than the amount given Satisfactorily completed any single similar work of value not less than the amount given Should have supplied,laid,jointed,tested and successfully completed SW pipes / RCC pipes for under ground drainage works of 150mm diameter and above including sewer appurtenances. Qualification Criteria Rs.4819.00 Lakhs

b. c.

Rs.1928.00 Lakhs Supplying,laying,jointing,and testing Stoneware/ RCC/ UPVC/ pipes for UGSS works of 150mm diameter and above including sewer -63 Km.

CONTRACTOR

-6-

COMMISSIONER

PACKAGE II

VOLUME - I

3
4

Bids from Joint Ventures are accepted.


The bidding documents will be available from 07.10.2009. The bidding document can be down loaded from the website, https://tntenders.gov.in . The website permits downloading of the tender documents free of cost. The intending bidder may visit the website https://tntenders.gov.in and upload the tender documents upto 17.45 hours on 12.11.2009 by using digital signature certificate. The E-Submission alone will be accepted. The Bidding will be conducted through National Competitive Bidding. All payments will be made in Indian Rupees only. A two cover bidding procedure will be adopted. First cover will be opened in the presence of bidder's authorized representatives who choose to attend at the address given below at 15.30 hours on 13.11.2009. The first bid cover will consist of bid security and a technical bid without any reference to prices and the second cover will consist of financial bid only. After ensuring of the availability of bid security, the Employer will evaluate each Bidder who meets the minimum acceptable qualification criteria and who has submitted a technically responsive bid. The financial bids of only those bidders whose bids are found technically responsive and acceptable will be opened in the presence of responsive bidders representatives who choose to attend on the date and time to be intimated later. Late Bids will be summarily rejected.

5 6

7 8 9

Validity of Tender: To be valid up to 150 days after the dead line date for bid submission. A Pre-bid meeting for the above tender will be held on 23.10.2009 at 15.00 hours in the Conference Hall, of Coimbatore City Municipal Corporation, at the address mentioned below. Interested bidders may obtain further information and inspect the bidding documents at the office of the Commissioner, Coimbatore City Municipal Corporation at the address given below on all working days from 10.00 hours to 17.45 hours.

Instructions to Bidder for Online E-Bid Submission i). a) The Bidder may submit his / her Bid through e-Bid submission by means if documents on the website within the prescribed date and time. b) The Bidders may download the documents which is digitally signed from this website https://tntenders.gov.in ii) Bidders are requested to use the Digital Signature (e-token) for e-submission through the website https://tntenders.gov.in

iii) The scanned copies of the following list of documents are also to be uploaded by the bidder at the time of e-submission of bids through the website. Cover 1: 1. 2. 3. Cover 2: 1. Scanned copy of Bid Security Scanned copy of the Qualification Criteria & Relevant documents. Signed Copy of the Tender Bid Document Filled BOQ Financial Bid.

The digital Signature Certificate / e-token may be obtained by the bidders from one of the authorized vendors such has TCS / SIFY published in www.tntenders.gov.in website at the risk and cost of the bidders.
CONTRACTOR

-7-

COMMISSIONER

PACKAGE II

VOLUME - I

Any clarifications regarding e-tendering kindly contact the following address. THE COMMISSIONER, CITY MUNICIPAL CORPORATION OF COIMBATORE, BIG BAZAAR STREET, TOWN HALL, COIMBATORE 641 001. Telephone : Commissioner Off. +91-0422 2396026 S.E. Off. +91-0422 2391122 : Commissioner Off. +91-0422 2398702

Fax

E- Mail

: commr.coimbatore@tn.gov.in

The following instructions are to be carried out for online submission of bids: 1. Bidder should do the registration in the tender site using the option available. Then the Digital Signature registration has to be done with the e-token, after logging into the site. The e-token may be obtained from one of the authorized Certifying Authorities such as SIFY / TCS / nCode.
2. Bidder then should login to the site thro giving user id / password chosen during

registration.
3. The e-token that is registered should be used by the bidder and should not be misused

by others.
4. After downloading the tender schedules, the Bidder should go thro them carefully and

then submit the documents as directed, otherwise, the bid will be rejected.
5. If there are any clarifications, this may be obtained online thro the tender site, or thro

the contact details. Bidder should take into account the corrigendum published before submitting the bids online.
6. Bidder, in advance, should get ready the bid documents to be submitted as indicated in

the tender schedule and they should be in the prescribed PDF format.
7. Bidder should get ready with the bid security as specified in the tender. The original

should be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission date & time for the tender.
8. The bidder should read all the terms & conditions mentioned in the bid document and

accept the same to proceed further to submit the bids.


9. The bidder has to submit the tender document online well in advance before the

prescribed time to avoid any delay or problem during the e-submission process.
10. The details of the bid security document should be submitted physically before the

opening the tender. The scanned copies furnished at time of esubmission and the original bid security should be the same otherwise the tender will be summarily rejected.
11. The Commissioner Coimbatore Corporation will not be held responsible for any sort of

delay or the difficulty faced in the submission of tenders online by the bidders.
CONTRACTOR

-8-

COMMISSIONER

PACKAGE II

VOLUME - I

12. The bidder may submit the bid documents by online mode through the site

(https://tntenders.gov.in).
13. The tendering system will give a successful bid update message after uploading all the

bid documents submitted & then a bid summary will be shown with the bid No. & the date & time of submission of the bid with all other relevant details. The documents submitted by the bidders will be digitally signed with the e-token of the bidder and then submitted.
14. The bid summary has to be printed and kept as an acknowledgement as a token of the

submission of the bid. The bid summary will act as a proof of bid submission for a tender floated and will also act as an entry point to participate in the bid opening date.
15. Bidder should log into the site well in advance for bid submission so that he submits the

bid in time i.e. on or before the bid submission time. If there is any delay, due to other issues, bidder only is responsible.
16. Each document to be uploaded thro online for the tenders should be less then 2 MB. If

any document is more than 2MB, it can be reduced thro zip and the same can be uploaded. However of the file size is less than 1 MB the transaction uploading time will be very fast.
17. The time settings fixed in the server side & displayed at the top of the tender site, will

be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission.
18. All the data being entered by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered will not viewable by unauthorized persons during bid submission & not be viewable by anyone until the time of bid opening. Overall, the submitted tender documents become readable only after the tender opening by the authorized individual.
19. The confidentiality of the bids is maintained since the secured Socket Layer 128 bit

encryption technology is used. Data storage encryption of sensitive fields is done.


20. The bidders are requested to furnish the tenders through e-tendering on line system to

the tender inviting authority before 17.45 P.M (as per Server System Clock) on 12.11.2009.

Commissioner, Coimbatore Corporation

CONTRACTOR

-9-

COMMISSIONER

PACKAGE II

VOLUME - I

SECTION - 2: INSTRUCTIONS TO BIDDERS (ITB) Table of Clauses: A. General 1. Scope of Bid 2. Source of Funds 3. Eligible Bidders 4. Qualification of the Bidder 5. One Bid per Bidder 6. Cost of Bidding 7. Site Visit Bid Documents 8. Content of Bid documents 9. Clarification of Bid documents 10. Amendment of Bid documents Preparation of Bids 11. Language of Bid 12. Documents comprising the Bid 13. Bid Prices 14. Currencies of Bid and payment 15. Bid Validity 16. Earnest Money Deposit 17. Alternative Proposals by Bidders 18. Format and Signing of Bid Submission of Bids 19. Sealing and marking of Bids 20. Deadline for submission of Bids 21. Late Bids 22 Modification and withdrawal of Bids Bid opening and Evaluation 23. Bid Opening 24. Process to be Confidential 25. Clarification of Bids 26. Examination of Bids 27. Correction of Errors 28. Deleted 29. Evaluation & Comparison of Bids 30. Negotiations Award of Contract 31. Award Criteria 32. Employers Right 33. Notification of Award & Signing Of Agreement 34. Performance Security 35. Advance Payment & Security 36. Adjudicator 37. Corrupt or Fraudulent Practices Page No. 11 11 11 11 16 16 16 17 17 18

: : : : : : : : : :

B.

C.

: : : : : : : :

19 19 19 20 20 20 21 21

D.

: : : : : : : : : : : : : : : : : : :

22 25 25 25 26 27 27 27 27 28 28 29 30 30 30 31 31 31 32

E.

F.

CONTRACTOR

- 10 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

A. 1. 1.1 Scope of Bid

GENERAL

The Commissioner, Coimbatore City Municipal Corporation, Coimbatore (referred to as Employer in these documents) invites bids for Providing Under Ground Drainage with Trunk Sewers, laterals, rider mains, inspection chambers and sewers with service connections in Zone III and VII in Coimbatore City Municipal Corporation ( as defined in these documents and referred to as the works ). The bidders may submit bids for any or all of the works detailed in the table given in instruction to bidders. The successful Bidder will be expected to complete the works by the intended completion date specified in the Contract data. Throughout these Bidding documents, the terms bid and Tender and their derivatives (bidder/Tenderer, bid/tendered/Tendering, etc.) are synonymous and day means calendar day. Singular also means plural. Source of Funds The Ministry of Urban Development, Government of India has approved 50% Grant and Govt. of Tamilnadu has approved 20% Grant towards this Project under Jawaharlal Nehru National Urban Renewal Mission funding and the balance funds by TUFIDCO Loan. Eligible Bidderss This Invitation of Bids is open to all eligible bidders. Payments will be made only in Indian Rupees. All bidders shall provide in Section 3, Form of Bid and all Qualification Information required under this contact. Deleted. Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank in accordance with sub-clause 37.1 Qualification of the bidder All bidders shall provide in section 3, Forms of Bid and Qualification information a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary. Pre-qualification was not undertaken for this contract. All bidders shall include the following information and documents with their bids in Section 3: a) Copies of original documents defining the constitution or legal status, place of registration and principal place of business, written power of attorney of the signatory of the Bid to commit the Bidder. b) Total monetary value of construction work performed for each of the qualifying period.

1.2

1.3

2. 2.1

3. 3.1

3.2 3.3 3.4

4 4.1

4.2 4.3

CONTRACTOR

- 11 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

c) Experience in works of a similar nature and size for each of the qualifying period, and details of works under way or contractually committed, and clients who may be contacted for further information on those contracts. d) Major items of construction equipment proposed to carry out the Contract. e) Qualifications and experience of key site management and technical personnel proposed for the Contract. f) Reports on the financial standing of the Bidder, such as profit and loss statements and auditors reports for the past five years. g) Evidence of adequacy of working capital for this contract (access to line(s) of credit and availability of other financial resources) h) Authority to seek references from the Bidders bankers. i) Information regarding any litigation or arbitration resulting from contracts executed by the Bidder in the last five years or currently under execution. The information shall include the names of the parties concerned, the disputed amount, cause of litigation, and matter in dispute. j) Proposals for sub-contracting components of the Works which in aggregate add to more than 20 percent of the Bid price (for each, the qualification and experience of the identified sub-contractor in the relevant filed should be annexed). No vertical splitting of works for sub-contracting is acceptable and k) The proposed methodology and program of construction including Environmental Management Plan, backed with equipment planning and deployment, duly supported with broad calculations and quality control procedures proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones. l) All the credentials furnished by the bidder towards satisfying the qualification criteria shall be duly certified by a Notary Public. m) The credentials to meet the qualification criteria for S.Nos. b to d shall be from the client/Employer. No self-certification will be accepted.

4.4

Bids submitted by a consortium of two or more firms as patterns shall comply with the following requirements: [a] The bid shall include all the information listed in Sub-clause 4.3 above.

[b]

The bid and in case of a successful bid, the Agreement, shall be signed so as to be legally binding on al partners;

CONTRACTOR

- 12 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

[c]

One of the partners shall be nominated as being in charge, and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the partners; The partner in charge shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the consortium and the entire execution of the contract, including payment, shall be done exclusively with the partner in charge; All partners of the consortium shall be liable jointly and severally for the execution of the contract in accordance with the contract terms and a statement to this effect shall be included n the authorization mentioned under [c] above, as well as in the bid and in the Agreement [in case of a successful bid]. The consortium agreement should indicate precisely the role of all members of JV in respect of planning, design, construction equipment, key personnel, work execution and financing of the project. All members of JV should have active participation in execution during the currency of the contract. This should not be varied/modified subsequently without prior approval of the employer. The consortium agreement should be registered in Chennai before execution of the agreement so as to be legally valid and binding on partners; and

[d]

[e]

[f]

[g]

A copy of the Consortium Agreement entered into by the partners shall be submitted with the bid. Alternatively, a Letter of Intent to execute a consortium Agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed Agreement. 4.5 A. To qualify for award of the contract, each bidder in its name should have in the last five years
S.N. a. Description Must have achieved the annual financial turnover in any two financial year during (2004-2005 to 20082009) not less than the amount given Satisfactorily completed any single similar work of value not less than the amount given Should have supplied,laid,jointed,tested and successfully completed SW pipes / RCC pipes for under ground drainage works of 150mm diameter and above including sewer appurtenances. Qualification Criteria Package II

[h]

Rs.4819.00 Lakhs Rs.1928.00 Lakhs


Supplying,laying,jointing,and testing Stoneware/ RCC/ UPVC/ pipes for UGSS works of 150mm diameter and above including sewer -63 Km.

b. c.

For S.No. b & c the works completed as on 31.03.2009 will be considered for qualification.

The bids of the contractors, whose previous performance is found to be poor / not satisfactory, will not be taken up for evaluation.

CONTRACTOR

- 13 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

Financial turnover and cost of completed works of previous years shall be given weight age of 5% per year based on rupee value to bring them to 2008-2009 price level and that will be considered for the qualifying criteria. 4.5 B. Each bidder should further demonstrate: (a) Availability (either owned or leased or by procurement against mobilization advances) of the following key and critical equipment for this work:

S.No. Equipments 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13.


NOTE :

Capacity 8 / 10 T As required 0.5M3 each 6 / 10 T 7.5 Hp 6 MT 6 / 10 T Latest sets 8 / 10 T 100 KVA


40mm dia needle --

No. 5 nos. 2 nos. 4 nos. 6 nos. 2 nos. 2 nos. 4 nos. 2 nos. 3 nos. 20 sets 6 Nos. 3 Nos.

Concrete mixer machine Shuttering materials / Shoring & strutting JCB Tipper lorry Dewatering pump sets Hydraulic mobile crane Boom Trucks Leveling Instruments Compactor / Roller Mobile DG set T & P for jointing pipes Mechanical Vibrators Pipe cutting machinery

Based on the studies, carried out by the Engineer the minimum suggested major equipment to attain the completion of works in accordance with the prescribed construction schedule are shown in the above list. The bidders should, however, undertake their own studies and furnish with their bid, a detailed construction planning and methodology supported with layout and necessary drawings and calculations (detailed) as stated in clause 4.3 (k) above to allow the employer to review their proposals. The numbers, types and capacities of each plant / equipment shall be shown in the proposals along with the cycle time for each operation for the given production capacity to match the requirements. (b) availability for this work of a Project Engineer (civil) with not less than 15 years experience in construction of similar civil engineering works and other key personnel with adequate experience as required and

(c ) liquid assets and / or availability of credit facilities of not less than Rs. 9.65 Crores (Credit lines / letter of credit / certificates from Banks for meeting the funds requirements etc.,) 4.5 C Deleted 4.6 Consortium is permitted in this tender. Only a maximum of 3 partners are allowed in a consortium. 1. In respect of Turnover as per clause 4.5(A) of ITB, volume I of the bid document, the lead partner should meet not less than 50% of the qualifying criteria and other partners should meet individually not less than 25% of qualifying criteria and all the partners should collectively meet 100% of the qualification criteria.

CONTRACTOR

- 14 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

2. In respect of qualification criteria towards single work the bidder on his own or any of the partners of the consortium should have completed successfully the works specified, as stipulated in the bid document for which necessary documentary evidence should have produced. 3. In respect of qualification criteria related to SW / RCC pipes for sewers, the bidder on his own or the consortium partners together should satisfy the criteria as stipulated in the bid document for which necessary documentary evidence should be produced. Sub-contractors experience and resources will not be taken into account in determining the Bidders compliance with the qualifying criteria. The experience of the bidder to the extent of work done as a Sub-contractor in past and duly certified by the owner of the project will be considered. 4.7 Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is more than the total bid value. The available bid capacity will be calculated as under. Assessed Available Bid Capacity = ( A*N*2.5 B) Where A = Maximum value of civil engineering works executed in anyone year during the last five years (updated to 2009-2010 price level) taking into account the completed as well as works in progress. N = Number of years prescribed for completion of the works for which bids are invited i.e 2.5 years. B = Value at 2009-2010 price level of existing commitments and on-going works to be completed during the next 2.5 years. Note : The statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be counter signed by the Engineer-in-charge, not below the rank of an Executive Engineer. In case of the Bidders / consortium partners who formed part of joint venture / consortium in the past including for ongoing works, the references A & B would be determined based on the details for such partners who undertook / proposed to undertake physical execution of the works and in proportion to their participation in such joint ventures / consortium. The assessed bid capacity of each of the Consortium partners should be more than the required bid capacity. The required bid capacity for consortium partners would be determined on the basis of their participation in the consortium for the purpose of this tender. However to qualify for the Bid capacity requirement, the lead partner should meet not less than 50% of the required Bid capacity and the other partners should meet individually not less than 25% of the Bid capacity requirement. However, all the partners should collectively meet 100% of the bid capacity requirement.

CONTRACTOR

- 15 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

4.8

Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have: made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and / or record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc.; and / or participated in the previous bidding for the same work and had quoted unreasonably high bid prices and could not furnish rational justification to the employer. One Bid per Bidder 5.1 Each bidder shall submit only one bid for one contract. A bidder who submits or participates in more than one Bid (other than as a sub-contractor or in cases of alternatives that have been permitted or requested) will cause all the proposals with the Bidders participation to be disqualified.

5.

Cost of Bidding 6.1 The bidder shall bear all cost associated with the preparation and submission of his Bid, and the Employer will in no case be responsible and liable for those costs.

7.

Site Visit 7.1 The Bidder, at the Bidders own responsibility and risk is encouraged to visit and examine the Site of work and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidders own expense.

CONTRACTOR

- 16 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

8. 8.1

B. BID DOCUMENT Content of Bid Documents The bid document contains the following: 1. 2. 3. 4. 5. 6. 7. 8. 9. Invitation for Bids Instructions to Bidders. Forms of Bid and Qualification Information. Conditions of Contract. Contract Data Forms of Securities Specifications Drawings Bill of quantities

8.3

Of the three sets of the bidding documents supplied, two sets should be completed and returned with the bid. Clarification of bid documents 9.1 A prospective bidder requiring any clarifications on the bid documents in respect of provisions / clauses incorporated or not incorporated in the bid documents, may notify the employer in writing. The Employer will respond to any request for clarification, which he received earlier than 7 days prior to the deadline for submission of bids. Copies of the Employers response will be forwarded to all purchasers of the bidding documents, including a description of the enquiry but without identifying its source.

9.

9.2 Pre-bid meeting 9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take place at office of the THE COMMISSIONER, COIMBATORE CITY MUNICIPAL CORPORATION, COIMBATORE, ON Dt. 23.10.2009 at 15.00 hours. 9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage. 9.2.3 The bidder is requested to submit any questions in writing or by cable (hereinafter cable includes telex and facsimile) to reach the Employer not later than one week before the meeting. 9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the source of enquiry) and the responses given will be transmitted without delay to all purchasers of the bidding documents. Any modification of the bidding documents listed in Sub-clause 8.1 which may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of and Addendum pursuant to Clause 10 and not through the minutes of the pre-bid meeting. 9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.

CONTRACTOR

- 17 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

10

Amendment of bid documents. 10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing addends. Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing / e-mail / facsimile to all the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum by cable to the Employer. To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer shall extend as necessary the deadline for submission of bids, in accordance with Sub-clause 20.2 below.

10.2

10.3

CONTRACTOR

- 18 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

C. 11. Language of the Bid 10.1 12.

PREPARATION OF BIDS

All documents relating to the bid shall be in the English language.

Documents Comprising the Bid 12.1 The Bid submitted by the bidder shall comprise the following documents First Cover Technical Bid (a) (b) (c) (d) Bid Security Technical bid Qualification information Form and Documents; The Bid (in the format indicated in Section 3)

Second Cover Financial Bid (e) Priced Bill of quantities and any other material required to be completed and submitted by bidders in accordance with these instructions. The documents listed under Sections 3, 4 and 7 of Sub Clause 8.1 shall be filled in without exception. The Bids must be accompanied with the prescribed Bid security amount in a separate envelope kept in the Technical bid envelope. The first cover with Bid security cover and Technical bid cover shall be written on the cover as Technical Bid and Bid Security. The second cover with the Financial Bid shall be written on the cover as Financial Bid. 12.2 Bidders bidding for this contract together with other contracts stated in the IFB / NIT to form a package will so indicate in the bid together with any discounts offered for the award of more than one contract.

13.

Bid Prices 13.1 The contract shall be for the whole works as directed in Sub-clause 1.1, based on the priced Bill of Quantities submitted by the Bidder. 13.2 The bidder shall fill in rates and prices and line item total (both in figures and words) for all items of the Works described in the Bill of Quantities along with total bid price (both in figures and words). Items for which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing out, initialing, dating and rewriting. 13.3 All duties, taxes and other levies payable by the contractor under the contract or for any other cause shall be included in the rates, prices and total Bid Price submitted by the Bidder. 13.4 The rates and prices quoted by the bidder are subject to adjustment during the performance of the contract in accordance with the provisions of Clause 47 of the conditions of contract.

CONTRACTOR

- 19 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

14.

Currencies of Bid and Payment: 14.1 All prices shall be quoted in Indian Rupees only and payment will be made in Indian Rupees.

15.

Bid Validity: 15.1 The bid shall remain valid for a period of 150 (One Hundred & Fifty) days after the latest date of submission of bid. A bid valid for a shorter period shall be rejected by the Employer as non-responsive. In exceptional circumstances, prior to expiry of original bid validity period, Employer may request that the Bidder extend the period of validity for a specified additional period. The request and the responses thereto shall be made in writing or by cable. A Bidder may refuse the request without forfeiting its bid security. A Bidder agreeing to the request will not be required or permitted to modify its bid security for the period of the extension.

15.2

15.3 The contract is not subject to price adjustments and fixed during the period of contract and the contractor shall not be eligible for any additional payment for any extension of Bid Validity if so required by the Corporation. 16. Earnest Money Deposit: 16.1 The bidder shall deposit a Bid Security (E.M.D) for an amount of Rs.24.20 Lakhs (Rupees Twenty Four Lakhs and Twenty Thousand Only) along with the technical proposal. The EMD shall be in the form of a Bank draft/ Bank Guarantee valid for six months from the date of bid, issued by any Nationalised/Scheduled Bank, approved by RBI, located in India in favour of The Commissioner, Coimbatore City Municipal Corporation, payable at Coimbatore.

16.2 Deleted 16.3 Any bid not accompanied by an acceptable Earnest Money Deposit and not secured as indicated in sub-clause 16.1 above shall be rejected by the Employer as non-responsive.

16.4 The bid securities of unsuccessful Bidders will be returned as promptly as possible upon the award of contract and on written request from the unsuccessful bidder. The bid security of the bidder who has refused to extend the bid validity as provided in 15.2 shall be refunded after the initial bid validity based on written request from the bidder. Employer shall pay no interest on the bid security. 16.5 The bid security of the successful bidder will be discharged when the bidder has signed the Agreement and furnished the required Performance Security. 16.6 The Earnest Money Deposit may be forfeited (a) if the Bidder withdraws its bid after opening of technical bid during the period of bid validity; (b) if the Bidder does not accept the correction of its Bid Price, or (c) in the case of a successful Bidder, if he fails within the specified time limit to (i) Sign the Agreement, or (ii) Furnish the required performance security.

CONTRACTOR

- 20 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

17.

Alternative Proposals by Bidders 17.1 Alternative proposal will not be considered.

18.

Format and Signing of Bid: 18.1 The Bidder shall prepare one original of the documents comprising the bid as described in the Instructions to Bidders, and clearly marked "ORIGINAL". In addition, the Bidder shall submit copies of the bid, in the number specified in the Bid Data Sheet and clearly marked "COPIES". In the event of discrepancy between them, the original shall prevail. 18.2 The original and all copies of the bid shall be typed or written in indelible ink (in the case of copies, photocopies are also acceptable) and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder, as the case may be. All pages of the bid where entries or amendments have been made shall be initialed by the person or persons signing the bid. 18.3 The bid shall contain no alterations or additions, except those to comply with the instructions issued by the Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be initialed by the person the person or persons signing the bid.

CONTRACTOR

- 21 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

D. SUBMISSION OF BIDS: 19. Sealing and Marking Bids: 19.1 The bid shall be submitted in two (2) parts viz. PART A and PART B. Each part shall be placed in an independent sealed envelope. Each part shall be labeled as below. PART A Contract No. : TECHNICAL BID ENVELOPE : Package II- Contract No.2/2009/UGSS

Name of work : Providing Under Ground Drainage with Trunk Sewers, Laterals, rider mains, inspection chambers and sewers with service connections in Zone III and VII in Coimbatore City Municipal Corporation. Due Date / time : 12.11.2009 @ 17.45 Hrs PART B Contract No. : PRICE BID ENVELOPE : Package II- Contract No.2/2009/UGSS

Name of work : Providing Under Ground Drainage with Trunk Sewers, Laterals, rider mains, inspection chambers and sewers with service connections in Zone III & VII in Coimbatore City Municipal Corporation. 19.2 The contents of each of the two (2) envelopes shall be as described in the subsequent clauses. For all further references, these envelopes will be referred to briefly as: Technical bid Envelope Price Bid Envelope The envelope containing Part A and the envelope containing Part B shall be placed inside and outer envelope and shall be labeled as follows:

Bid for: PROVIDING UNDER GROUND DRAINAGE WITH TRUNK SEWERS, LATERALS, RIDER MAINS, INSPECTION CHAMBERS AND SEWERS WITH SERVICE CONNECTIONS IN ZONE III & VII IN COIMBATORE CITY MUNICIIPAL CORPORATION. PART A PART B Contract No. Due Date / time : : : : Technical Bid Envelope Price Bid Envelope Package II- Contract No.2/2009/UGSS 12.11.2009 @ 17.45 Hrs

19.3 The Envelope shall be addressed to The Commissioner, Coimbatore City Municipal Corporation, Big Bazaar Street, Town Hall, Coimbatore 641 001 Each envelope shall carry the name and address of the Bidder prominently.

CONTRACTOR

- 22 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

19.4 The Technical Bid Envelope shall contain the following in the sequence indicated below. The technical bid shall be submitted in two copies. i. ii. iii. iv. v. Covering Letter Performance Certificate obtained from the clients as per Qualification Information. The Bid Security. Letter of Tender / Contractors Bid with full signature of the Authorized signatory and Seal. Declaration by the Bidder that his Bid is without any technical and commercial deviations in the format of the letter enclosed with the Bid. Certified Power of Attorney authorizing a representative or representatives of the Firm to sign the Bid and all subsequent communication. Documentary evidence of unambiguous fulfillment of eligibility criteria for Bidding. Latest Income Tax Clearance Certificate and Sales Tax Clearance Certificate. Bid document signed by the authorized signatory. Full technical description of the items and services proposed by the Bidder including makes. Details of Construction Equipment proposed for the execution of the works and makes. Details of manpower proposed for the Project Management and Site Management including qualification and experience of the personnel. Work methodology and plan. Bar Chart and PERT charts for the execution of the works. Confirmation of Performance guarantee and Defects Liability Period in accordance with clause 35 of the Conditions of Contract. Confirmation of the commercial terms and conditions. There shall be no reference to the price. List of concurrent commitments including a schedule of contracts under execution including values, percentage of works completed and the schedule date of completion of the work. Any other technical details.

vi.

vii. viii. ix. x.

xi. xii.

xiii. xiv. xv.

xvi.

xvii.

xviii.

CONTRACTOR

- 23 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

19.5 The Technical Bid Envelope shall NOT contain the following: i. Schedule of Prices of the Bid Document constituting the LumpSum Bid Price.

ii. Any indication either direct or indirect or implicit or explicit or implied regarding the Bid Price or its break up details or any other related price indication etc., shall be a cause for outright disqualification of the entire Bid. 19.6 The envelope labeled as Price Bid Envelope shall contain the following in the sequence indicated below. This shall be submitted as two copies 1 original and 1 copy. i. Covering letter

ii. The Bid Price for the work with each page signed, dated and stamped with the seal of the Firm. iii. Apart from the Schedule of Prices and Annexure duly filled in, Bidders shall not enclose any other documents or statements that influence the price. In such an event the Board shall summarily disqualify the Bidder and reject the Bid. 19.7 The Bidder shall seal the original and copy of the Bid in separate envelopes, duly marking the envelopes as ORIGINAL and COPY. These envelopes (called as inner envelopes) shall then be put inside one outer envelope. 19.8 The inner and outer envelopes shall (a) be addressed to the Employer at the following address: The Commissioner, Coimbatore City Municipal Corporation, Big Bazaar Street, Town Hall, Coimbatore 641 001 (b) bear the following identifications:

Bid for PROVIDING UNDER GROUND DRAINAGE WITH TRUNK SEWERS, LATERALS, RIDER
MAINS, INSPECTION CHAMBERS AND SEWERS WITH SERVICE CONNECTIONS IN ZONE III & VII IN COIMBATORE CITY MUNICIIPAL CORPORATION.

[name of contract] Bid reference Package II- Contract No.2/2009/UGSS.[insert number] Do not open before 13.11.2009 @ 15.30 Hrs [time & date for bid opening]

19.9

19.10

In addition to the identification required in Sub-clause 19.2 the inner envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to clause 21. If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the Bid.

CONTRACTOR

- 24 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

20.

Deadline of Submission of Bids: 20.1 Bids must be received by the Employer at the address as specified above not later than 17.45 Hrs on 12.11.2009. In the event of the specified date for the submission of bids declared a holiday for the Employer, the Bids will be received upto the appointed time on the next working day. 20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will then be subject to the new deadline.

21.

Late Bids: 21.1 Any bid received by the Employer after the deadline for submission of Bids prescribed in Clause 20 will not be accepted and will be returned unopened to the Bidder Any bid submitted after 17.45 PM on the due date will not be accepted. Similarly any bid received by post after 3.00 PM on the due date will not be accepted and will be returned unopened to the bidder. Hence the bidders are requested to submit their bid well in advance i.e., before 3.00 PM as per the office clock on the dead line / extended dead line date and time of bid submission. The bidders can submit their bids on any day during the bid submission period.

22.

Modification and the Withdrawal of Bids: 22.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed in Clause 20 22.2 Each bidders modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked MODIFICATION OR WITHDRAWAL, as appropriate.

22.3 No bid may be modified after the deadline for submission of Bids. 22.4 Withdrawal or modification of a Bid between the deadline for submission of bids and the expiration of the original period of bid validity specified in Clause 15.1 above or as extended pursuant to Clause 15.2 may result in the forfeiture of the Bid security pursuant to Clause 16. 22.5 Bidders may only offer discounts to or otherwise modify the prices of their Bids by submitting Bid modifications in accordance with this clause, or included in the original Bid submission.

CONTRACTOR

- 25 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

E. BID OPENING AND EVALUATION: 23. Bid Opening: 23.1 The Employer will open all the technical proposals submitted by the Bidders in the presence of the Bidders designated representatives who are present and who shall sign a register evidencing their attendance. In the event of the specified date of Bid opening being declared a holiday for the Employer, the Bids will be opened at the appointed time and location on the next working day. 23.2 Envelopes marked WITHDRAWAL shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened. Subsequently all envelopes marked Modification shall be opened and the submissions therein read out in appropriate detail. 23.3 The Bidders names, the bid prices, the total amount of each bid and of any alternative Bid (if alternatives have been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or absence of Bid Security and such other details as the Employer may consider appropriate, will be announced by the Employer at the opening. No bid shall be rejected at bid opening except for the late bids pursuant to Clause 21. Bids [and modifications] sent pursuant to Clause 22 that are not opened and read out at bid opening will not be considered for further evaluation regardless of the circumstances. Late and withdrawn bids will be returned unopened to bidders. The Price bid envelope will not be opened on the same day but on another day in the presence of the qualified Bidders or their authorized representatives. The date and time of opening the Price Bid envelope will be advised to the qualified Bidder in writing. 23.4 The Employer shall prepare minutes of the Bid opening, including the information disclosed to those present in accordance with Sub-clause 23.3. 23.5 Two cover bidding procedure will be adopted and will be processed as detailed below: Bids (in two covers) must be delivered to the address below at or before 17.45 Hrs office time on 12.11.2009. The first cover with Bid Security cover and Technical Bid cover shall be written on the cover as Technical Bid and Bid Security without any reference to the price. The second cover with Financial Bid shall be written on the cover, as Financial Bid will consist of Price Bid only. Late Bids and Bids without Bid Security will be summarily rejected. First cover will be opened in the presence of bidders representatives who choose to attend at the address given below at 15.30 Hrs office time on 13.11.2009. After technical evaluation of the Bids, the employer will satisfactorily open the second cover (Price Bid) of the bidders who meet the minimum acceptable qualification criteria and who has submitted a technically responsive bid. Only the price bids of those bidders whose bids are found technically responsive and acceptable will be opened on the date and time to be intimated later and the price bids will be evaluated.

CONTRACTOR

- 26 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

24.

Process to be Confidential: 24.1 Information relating to the examination, clarification, evaluation and comparison of bids, and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Employer's processing of bids or award decisions may result in the rejection of the Bidders bid.

25.

Clarification of Bids: 25.1 During bid evaluation, the employer may, at his discretion, ask the Bidder for clarification of its Bid. The request for clarification and the response shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted. 25.2 Subject to sub-clause 25.1 no Bidder shall contact the Employer on any matter relating to its bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of the Employer, it should do so in writing. 25.3 Any effort by the Bidder to influence the Employer in the Employers bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidders bid.

26.

Examination of Bids and Determination of Responsiveness: 26.1 Prior to detailed technical evaluation of Bids, the Employer will determine whether each Bid (a) meets the eligibility criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the required securities and; (d) is substantially responsive to the requirement of the Bidding documents. 26.2 A substantially responsive Bid is one that conforms to the requirements of the Bid documents without material deviations, objection, conditions or reservations. A material deviation, objection, condition or reservation is one (i) that affects in any substantial way the scope, quality or performance of the contract; (ii) that limits in any substantial way inconsistent with the Bid documents, the Employer's rights or the successful Bidders obligations under the contract; or (iii) whose rectification would unfairly affect the competitive position of other Bidders who presented substantially responsive Bids. 26.3 If a bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by the Bidder by correction of the nonconformity,

27

Correction of Errors: 27.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors. Errors will be corrected by the Employer as follows: (a) Where there is a discrepancy between the rates in figures and in words, the lower of the two will govern; and (b) Where there is a discrepancy between the unit and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern. 27.2 The amount stated in Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may be forfeited in accordance with sub-clause 16.6 (b).

CONTRACTOR

- 27 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

28 29.

Deleted Evaluation and Comparison of Bids: 29.1 The employer will evaluate and compare only the Bids determined to be substantially responsive in accordance with Clause 26 and as per Tamilnadu Tender Transparency Act 2000. 29.2 In evaluating the bids, the Employer will determine for each Bid the evaluation Bid Price by adjusting the Bid Price as follows: (a) making any correction for errors pursuant to clause 27; or (b) making an appropriate adjustments for any other acceptable variations, deviations; and ( c) making appropriate adjustments to reflect discounts or other price modifications offered in accordance with Sub-clause 22.5 29.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations, deviations, and alternative offers and other factors, which are in excess of the requirements of the Bidding documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid evaluation. This is a fixed price contract and price escalation is not provided in this contract and the evaluation will be based on the fixed price quoted by bid. If the bid of the successful Bidder is seriously unbalanced in relation to the Engineers estimate of the cost of work to be performed under the contract, the Employer may require the Bidder to produce detailed price analysis for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses , the Employer may require that the amount of the performance security set forth in clause 34 be increased at the expense of the Successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful bidder under the contract.

29.4

29.5

CONTRACTOR

- 28 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

30. 30.1

Negotiations The Bids determined to be substantially responsive in accordance with Clause 28 will be taken into consideration and the rates of all the items and the total Bid value quoted by the Bidder will be compared with the estimate rates and the total estimate value put to Bid. Where considered necessary the employer may invite the lowest Bidder for negotiations as outlined below: The Employer may seek break up detail from the lowest responsive Bidder for the rates quoted for the unbalanced items and total Bid amount offered by the Bidder within 10 days time. The Bidder may also be requested to examine the possibility of reducing the rates of high pitched items quoted and the Bid amount to the extent possible. Then the lowest Bidder has to furnish the breakdown details as required by the Employer within the time limit fixed by the Employer. The Bidder may also reduce the rates of the high-pitched items quoted / high percentages quoted if possible or express his inability to reduce the quoted rates/ percentage rate stating the reasons. A reply shall be furnished within the time limit fixed by the Employer. If the Employer is satisfied that the details furnished and the reasons stated by the Bidder for his inability to reduce the rates /percentage by the Bidder are reasonable then he may take a decision suitably. If the Employer feels that the reduced offer is reasonable, suitable action shall be taken to award the work and if the reduced rates offered / percentage rate even after negotiation is considered still to be on the higher side and if the Bidder refuses to reduce further then the Employer may record the reasons and take suitable action to reject the Bids received and to go in for re-Bid In the event of deciding the award of the lowest evaluated Bidder with unbalanced rates for certain items / percentage which has resulted in the Bid amount being very much less than the estimated value put to Bid, to safeguard the interest of the Employer and to ensure the completion of the work by the Bidder additional security deposit will be collected from the selected Bidder as below: a) For Bids with minus percentage between 5 % to 15 %----2 % of Bid Value b) For Bids with minus percentage above 15 % ------50 % of the difference between the estimate value put to Bid and the total Bid amount.

30.2

30.3

30.4

30.5

30.6

CONTRACTOR

- 29 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

F. AWARD OF CONTRACT: 31. Award Criteria: 31.1 Subject to clause 32, the employer may award the contract to the successful Bidder whose bid has been determined to be technically acceptable and is the lowest in terms of evaluated bid price. The employer may request the Bidder to withdraw any of the deviations included in the Bidders offer at the price shown in the bid price offer.

31.2

32.

Employers Right to Accept any Bid and to Reject any or all Bids: 32.1 The employer reserves the right to accept or to reject any bid and to annul the bid process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected bidders or any obligation to inform the affected Bidders of the grounds for the employer's action.

33.

Notification of Award and Signing of Agreement: 33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter and in the Conditions of contract called the Letter of Acceptance) will state the sum that the Employer will pay the Contractor in consideration of the execution, completion and maintenance of the Works by the contractor as prescribed by the contract(hereinafter and in the contract called the Contract Price). The notification of award will constitute the formation of the Contract, subject only to the furnishing of a Performance Security in accordance with the provisions of clause 34. The Agreement will incorporate all agreements between the Employer and the successful Bidder. On payment of performance security ( as per clause 34.1) by the successful bidder, the Employer will issue an unfilled document to the bidder who has to arrange for affixing the special adhesive stamp for a value not less than Rs.100/- and produce it back to the Employer. The Employer will then prepare complete set of document in which the Employer and successful bidder will sign. This exercise of signing the agreement should be completed within 15 days from the date of receipt of the performance security from the successful bidder. Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the other Bidders that their Bids have been unsuccessful.

33.2

33.3

33.4

CONTRACTOR

- 30 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

34.

Performance Security: 34.1 Within 15 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a Performance Security in any of the forms given below for an amount to be calculated as per clause 34.5 plus additional security for unbalanced Bids in accordance with clause 29.5of ITB and clause 52 of CC. An irrevocable bank guarantee in the form given in the Forms of Securities. The performance security of a consortium shall be in the name of consortium. If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued by a Nationalized / Scheduled Banks Failure of the successful Bidder to comply with the requirements of sub-clause 34.1 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security. The value of performance security to be remitted for construction activity will be calculated by adopting the following

34.2 34.3

34.4

34.5

a)

b)

c)

For contracts within any plus percentage and upto 2% of contract value minus 5% of the contract value for construction compared to the departmental estimated value for construction For contracts above minus 5% and upto minus 15% 4% of contract value compared to the departmental estimated value for construction For contracts which are more than minus 15% 5% of contract value compared to the departmental estimated value for construction

35.

Advance Payment and Security 35.1 The Employer will provide and Advance Payment on the Contract Price as stipulated in the Conditions of Contract, subject to maximum amount, as stated in the Contract Data.

36.

Adjudicator 36.1 The Employer proposes that [Name of proposed Adjudicator] be appointed as Adjudicator under the contract, at a daily fee of Rs. ..plus boarding, lodging, traveling expenses at actual. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid.

CONTRACTOR

- 31 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

37.

Corrupt or Fraudulent Practices: 37.1 Bidders/contractors are to observe the highest of ethics during tendering, procurement and execution of contract. (a) In pursuance of this policy, the employer defines for the purpose of this provision, the terms set forth below as follows: (i) Corrupt Practice means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution. Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the employer, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the employer of the benefits of free and open competition.

(ii)

(b) A proposal/or award will be rejected if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract. 37.2 Furthermore, Bidders shall be -aware of the provisions stated in conditions of contract.

CONTRACTOR

- 32 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

SECTION 3 : FORMS OF BID, QUALIFICATION INFORMATION

Table of Forms:

CONTRACTORS BID QUALIFICATION INFORMATION NOTICE TO PROCEED WITH THE WORK AGREEMENT FORM

CONTRACTOR

- 33 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

CONTRACTORS BID Description of work: Providing Under Ground Drainage with Trunk Sewers, laterals, rider mains, inspection chambers and sewers with service connections in Zone III and VII for Coimbatore City Municipal Corporation Package II To The Commissioner, Coimbatore City Municipal Corporation, Coimbatore, Tamilnadu Gentlemen, Having examined the bidding documents including addendum, we offer to execute the Works described above in accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid for the Contract Price of ..[in figures].[in words]1. The advance Payment required is : Rupees We accept the appointment of ..as the Adjudicator. (OR) We do not accept the appointment of as the Adjudicator and propose instead that ..be appointed as Adjudicator whose daily fees and biographical data are attached. The bid and your written acceptance of it shall constitute a binding contract between us. understand that you are not bound to accept the lowest or any Bid you receive. We

We hereby certify that we have taken steps to ensure that no person acting for as or on our behalf will engage in bribery. We also undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption force in India namely Prevention of Corruption Act 1988. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid and to contract execution if we are awarded the contract, are listed below: Name and address of agent (if none, sate none) Amount .. .. .. Purpose of Commission or Gratuity .. .. ..

We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the Bidding documents. Yours faithfully,

CONTRACTOR

- 34 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

Authorized Signature
____________________________________________________________________________

1. To be filled by the bidder together with his particulars and date of submission at the bottom of the form of bid
Name of title of Signatory:. Name of Bidder Address :.. :..

CONTRACTOR

- 35 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

QUALIFICATION INFORMATION

The information to be filled in by the Bidder in the following pages will be used for purposes of post qualification as provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract 1. 1.1 For Individual Bidders Constitution or legal status of Bidder [Attach copy] Place of registration : Principal place of business :

Power of Attorney of signatory of Bid: [Attach copy] 1.2 Total value of Civil Engineering construction work Executed and payments received in the last five years 2004 2005 2006 2007 2008 1.3.1 2005 2006 2007 2008 2009 : : : : :

Work performed as prime contractor (in the same name) on works of a similar nature over the last five years.
Name of the Employer Description of work Contract No. Value of contract Date of issue of work order Stipulated period of completion Actual date of completion* Remarks explaining reasons for delay and work completed

Project Name

1.3.2

Quantities of work executed as prime contractor ( in the same name and style) in the last five years:
Quantity of work performed Stone ware / RCC / CI / DI / Submersible PVC / HDPE pumpsets sewers Remarks * (indicate contract Ref.)

Year

Name of the work

Name of the Employer

2004-2005 2005-2006 2006-2007 2007-2008 2008-2009 *Attach certificate(s) from the Engineer(s)-in-Charge Attach certificate from Chartered Accountant

CONTRACTOR

- 36 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

1.4 Information on Bid Capacity (works for which bids have been submitted and works which are yet to be completed) as on the date of this bid.
(A) Existing commitments and on-going works: Name and Address of Employer 4 Value of * works remaining to be completed 7

Description of work 1

Place & State 2

Contract No. & Date 3

Value of Contract 5

Stipulated period of completion 6

Anticipated date of completion 8

(B)

Works for which bids already submitted: Place & State 2 Name and Address of Employer 3 Estimated value of works 4 Stipulated period of completion 5 Date when decision is expected 6 Remarks if any 7

Description of work 1

*Attach certificate(s) from the Engineer(s)-in-Charge

1.5

The following items of Contractors Equipment are essential for carrying out the Works. The Bidder should list all the information requested below. Refer also to Sub Clause 4.3 (d) of the Instructions to Bidders.
Owned/lea sed/to be procured Availability proposals Nos / capacity Age / condition Remarks (From whom to be purchased)

Item of equipment Concrete mixer Shuttering materials / Shoring & strutting Loader cum excavator Tipper lorry Dewatering pump sets Hydraulic mobile crane Boom Trucks Leveling Instruments Compactor / Roller Mobile DG set T & P for jointing pipes

Requirement Nos. (capacity) 5 Nos (8/10T) As required 2 Nos (0.5 cu.m) 4 Nos (6/10T) 6 Nos (7.5 HP) 2 Nos (6 M) 2 Nos (6/10T) 4 Nos (Latest) 2 Nos (8/10 T) 3 Nos (100KVA) 20 Nos

CONTRACTOR

- 37 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

1.6

Qualifications and experience of key personnel proposed for administration and execution of the Contract. Attach biographical data. Refer also to Sub clause 4.3 (e) and 4.5 (B) (b) of instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract.
Years of experience (General) Years of experience in the proposed position

Position

Name

Qualifications

1.7

Proposed sub-contracts and firms involved. [Refer ITB Clause 4.3 (j)]
Sections of the works Value of Subcontract Sub-contractor (name and address) Experience in similar work

1.8

Financial reports for the last five years: balance sheets, profit and loss statements, auditors reports (in case of companies/corporation) etc. List them below and attach copies.

1.9

Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List them below and attach copies of support documents [sample format attached].

1.10

Name, address and telephone, telex and fax numbers of the Bidders bankers who may provide references if contacted by the Employer.

1.11

Information on litigation history in which the Bidder is involved.


Other party(ies) Employer Cause of dispute Amount involved Remarks showing present status

CONTRACTOR

- 38 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

1.12

Deleted.

1.13

Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as necessary to comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1 and 4.3 (k)].

2 2.1

CONSORTIUMS The information listed in 1.1 to 1.11 above shall be provided for each partner of the Consortium. The information in 1.13 above shall be provided for Consortium. Attach the power of Attorney of the signatory (ies) of the bid authorizing signature of the bid on behalf of the consortium. Attach the agreement among all partners of the consortium (and which is legally binding on all partners) which shows the requirements as indicated in sub-clause 4.4 of the instruction to bidders.

2.2 2.3

2.4

2.5

Furnish details of participation in the consortium as below.

DETAILS OF PARTICIPATION IN THE CONSORTIUM PARTICIPATION DETAILS Financial Names of Banker(s) Planning Construction Equipment Key Personnel the FIRM A (Lead Firm B Partner) Firm C

CONTRACTOR

- 39 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES - * CLAUSE 4.5 [B] [c] OF ITB BANK CERTIFICATE This is to certify that M/s..is a reputed company with a good financial standing. If the contractor for the work, namely.is awarded to the above firm, we shall be able to provide overdraft / credit facilities to the extent of Rs. to meet their working capital requirements for executing the above contract.

Name of Bank Senior Bank Manager Address of the Bank


*the Bidders should ensure that there is no change in the words of the above format.

CONTRACTOR

- 40 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

Issue of Notice to proceed with the work Letter head of the Employer)

..[date] To [name and address of the contractor]

Dear Sirs,

Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1 and signing of the contract for the construction of @ a Bid Price of Rs., you are hereby instructed to proceed with the execution of the said works in accordance with the contract documents.

Yours faithfully,

(Signature, name and title of signatory authorized to sign on behalf of Employer)

CONTRACTOR

- 41 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

Agreement Form This agreement, made the ..day of .2009, between Commissioner, Coimbatore City Municipal Corporation, Coimbatore [name & address of Employer] (hereinafter called the Employer) and . [name and address of contractor] (hereinafter called the Contractor of the other part). Whereas the Employer is desirous that the Contractor execute the work of Providing Under ground drainage in Zone III & VII in Coimbatore City Municipal Corporation Package II Contract No.2/2009/UGSS [name and identification number of Contract] (Hereinafter called the Works) and the Employer has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein, at a cost of Rs. NOW THIS AGREEMENT WITNESSETH as follows: 1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to and they shall be deemed to form and be read and construed as part of this Agreement. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all aspects with the provisions of the Contract. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying the defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.; i) ii) iii) iv) v) vi) vii) viii) ix) Letter of Acceptance; Notice to proceed with the Works; Contractors Bid; Contract Data; Conditions of Contract (General & Special); Specifications (General & Special); Drawings; Bill of Quantities; and Any other document listed in the Contract Data and replies to queries clarifications issued by the Employer, such confirmations given by the bidder which are accepted by the employer and all the Addendum issued as forming part of the contract with the most recent documents taking precedence. Instructions to Bidders Safety and preventive measures and digest of labour laws Consortium agreement

2.

3.

4.

x) xi) xii)

CONTRACTOR

- 42 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written.

The Common Seal of was hereunto affixed in the presence of :

Signed, Sealed and Delivered by the said ..

in the presence of :

Binding Signature of Employer..

Binding Signature of Contractor

CONTRACTOR

- 43 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

SECTION 4 : CONDITIONS OF CONTRACT

CONTRACTOR

- 44 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

Conditions of Contract Table of Contents A. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. B. 27. 28. 29. 30. 31. 32. C. 33. 34. 35. 36. General Definitions Interpretation Language of Law Engineers Decision Delegation Communications Sub-contracting Other Contractors Personnel Employers and Contractors Risks Employers Risks Contractors Risks Insurance Site Investigation Reports Queries about the Contract Data Contractor to Construction the Works The works to be completed by the Intended Completion Date Approval by the Engineer Safety Discoveries Possession of the Site Access to site Instructions Disputes Procedure for Disputes Replacement of Adjudicator Time Control Program : Extension of the Intended Completion date : Deleted : Delays Ordered by the Engineer : Management Meetings : Early Warning : Quality Control Identifying Defects Tests Correction of Defects Uncorrected Defects : : : : 56 56 56 56 54 54 54 54 54 55 : : : : : : : : : : : : : : : : : : : : : : : : : : Page No. 47 48 49 49 49 49 49 49 50 50 50 50 50 51 51 51 51 51 52 52 52 52 52 52 52 53

CONTRACTOR

- 45 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

D. 37. 38. 39. 40. 41. 42. 43. 44. 45. 46. 47. 48. 49. 50. 51. 52. 53. 54. E. 55. 56. 57. 58. 59. 60. 61. 62. 63. 64.

Cost Control Bill of Quantities Changes in the Quantities Variation Payments for Variations Cash flow forecasts Payment Certificates Payments Deleted Tax Currencies Price Adjustments Retention Liquidated Damages Deleted Advance Payment Securities Deleted Cost of Repairs Finishing the Contract Completion Taking Over Final Account Operating & Maintenance Manuals Termination Payment upon Termination Property Release from Performance Recovery of Dues Fraud and Corruption : : : : : : : : : : 62 62 62 62 62 63 63 64 64 64 : : : : : : : : : : : : : : : : : : 57 57 57 57 57 58 58 59 59 59 59 59 60 60 60 60 61 61

F.

Special Conditions of Contract

65

CONTRACTOR

- 46 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

CONDITIONS OF CONTRACT A. GENERAL 1. Definitions Terms which are defined in the Contract Data are not also defined in the conditions of contract but keep their defined meanings. Capital initials are used to identify defined terms. 1.1 The Adjudicator is the person appointed jointly by the Employer and the contractor to resolve disputes in the first instance, as provided for in Clauses 24 and 25. The name of the Adjudicator is defined in the Contract Data. 1.2 Bill of quantities means the priced and completed Bill of Quantities forming part of the Bid. 1.3 Compensation Events are those defined in Clause 44 hereunder. 1.4 The Completion date is the date of completion of the Works as certified by the Engineer in accordance with Sub Clause 55.1 1.5 The Contract is the contract between the Employer and the Contractor to execute, complete and maintain the Works. It consists of the documents listed in clause 2.3 below. 1.6 The Contract Data defines the documents and other information which comprise the Contract. 1.7 The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by the Employer. 1.8 The Contractors Bid is the completed Bidding document submitted by the Contractor to the Employer. 1.9 The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract. 1.10 Days are calendar days; months are calendar months. 1.11 A Defect is any part of the Works not completed in accordance with the Contract. 1.12 The Defect Liability Period is the period named in the Contract Data and calculated from the Completion Date. 1.13 The Employer is the party who will employ the Contractor to carry out the Works. 1.13.1 The Engineer is the person named in the Contract Data (or any other competent person appointed and notified to the Contractor to act in replacement of the Engineer) who is responsible for supervising the execution of the works and administering the Contract.

CONTRACTOR

- 47 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

1.14

Equipment is the Contractors machinery and vehicles brought temporarily to the Site to construct the Works.

1.14.1 The Initial Contract Price is the Contract Price listed in the Employers Letter of Acceptance. 1.14.2 The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date may be revised only by the Engineer by issuing an extension of time. 1.14.3 Materials are all supplies, including consumables, used by the contractor for incorporation in the Works. 1.14.4 Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or chemical or biological function. 1.15 The Site is the area defined as such in the Contract Data. 1.16 Site Investigation Reports are those which were included in the Bidding documents and are factual interpretative reports about the surface and sub-surface conditions at the site. 1.17 Specification means the Specification of the Works included in the Contract and any modification or addition made or approved by the Engineer. 1.18 The Start Date is given in the Contract Data. It is the date when the Contractor shall commence execution of the works. It does not necessarily coincide with any of the Site Possession Dates. 1.19 A Sub-contractor is a person or corporate body who has a Contract with the contractor to carry out a part of the work in the Contract which includes work on the site. 1.20 Temporary Works are works designed, constructed, installed and removed by the Contractor which are needed for construction or installation of the Works. 1.21 A Variation is an instruction given by the Engineer which varies the Works. 1.22 The Works are what the Contract requires the Contractor to construct, install and turnover to the Employer, as defined in the Contract Data.

2. Interpretation 2.1 In interpreting these conditions of Contract, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Engineer will provide instructions clarifying queries about the Conditions of Contract.

CONTRACTOR

- 48 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

2.2

If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the Works, the Completion Date and the Intended Completion Date apply to any section of the Works (other than references to the Completion Date and Intended Completed date for the whole of the works).

2.3 The documents forming the Contract shall be interpreted in the following order of priority: (1) (2) (3) (4) (5) (6) (7) (8) (9) Agreement Letter of Acceptance, notice to proceed with the works. Contractors Bid Contract Data Conditions of Contract including Special Conditions of Contract Specifications Drawings Bill of Quantities and Any other document listed in the Contract Data as forming part of the Contract

3. Language and Law 3.1 The language of the Contract and the law governing the Contract are stated in the Contract Data. 4. Engineers Decisions 4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters between the Employer and the Contractor in the role representing the Employer.

5. Delegation 5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the Adjudicator after notifying the Contractor and may cancel any delegation after notifying the Contractor. 6. Communications 6.1 Communications between parties which are referred to in the conditions are effective only when in writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act)

7. Sub-contracting 7.1 The Contractor may sub-contract with the approval of the Engineer but may ot assign the Contract without the approval of the Employer in writing. Sub-contracting does not alter the Contractors obligations.

8. Other Contractors 8.1 The Contractor shall co-operate and share the site with other contractors, public authorities, utilities, and the Employer between the dates given in the Schedule of other Contractors. The Contractor shall as referred to in the Contract Data, also provide facilities and services for them as described in the Schedule. The employer may modify the schedule of other contractors and shall notify the Contractor of any such modification.

CONTRACTOR

- 49 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

9. Personnel The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to in the Contract Data to carry out the functions stated in the Schedule or other personnel approved by the Engineer. The Engineer will approve any proposed replacement of key personnel only if their qualifications, abilities and relevant experience are substantially equal to or better than those of the personnel listed in the Schedule. If the Engineer asks the Contractor to remove a person who is a member of the Contractors staff or his work force stating the reasons the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract. Non-employment of Project Manager and other Key Personnel shall be liable for a fine as specified in Contract Data. 10. Employers and Contractors Risks The Employer carries the risks which this Contract states are Employers risks and the Contractor carries the risks which this Contract states are Contractors risks. 11. Employers Risks The Employer is responsible for the expected risks which are (a) in so far as they directly affect the execution of the Works in the Employers country, the risks of war, hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or disorder (unless restricted to the Contractors employees) and contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive or (b) a cause due solely to the design of the Works other than the Contractors design. 12. Contractors Risks All risks of loss of or damage to physical property and of personal injury and death which arise during and in consequence of the performance of the Contract other than the excepted risks are the responsibility of the Contractor. 13. Insurance The Contractor shall provide in the joint names of the Employer and the Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the Contract Data for the following events which are due to the Contractors risks: (a) loss of or damage to the Works, Plant and Materials; (b) loss of or damage to Equipment; (c) loss of or damage of property (except the Works, Plant, Material and Equipment) in connection with the Contract; and (d) personal injury or death. Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the Engineers approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.

CONTRACTOR

- 50 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

If the Contractor does not provide any of the policies and certificates required, the Employer may effect the insurance which the Contractor should have provided and recover the premiums the Employer has paid from payments otherwise due to the Contractor or if no payment is due, the payment of the premiums shall be a debt due. Alterations to the terms of insurance shall not be made without the approval of the Engineer. Both parties shall comply with any conditions of the insurance policies. 14. Site Investigation Reports The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the Contract Data, supplemented by any information available to the Bidder. 15. Queries about the Contract Data The Engineer will clarify queries on the Contract Data.

16. Contractor to Construct the Works The Contractor shall design, construct and install the Works in accordance with the Specification and Drawings and as per instructions of Engineer. The basic centerlines, reference points and bench marks will be fixed by Employer. The Contractor shall establish at his cost, at suitable points, additional reference lines, benchmarks as 17. The Works to be Completed by the Intended Completion Date The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the program submitted by the Contractor, as updated with the approval of the Engineer, and complete them by the Intended Completion Date. 18. Approval by the Engineer The Contractor shall submit Specifications and Drawings showing the proposed temporary Works to the Engineer, who is to approve them if they comply with the Specifications and Drawings. The Contractor shall be responsible for design of Temporary Works. The Engineers approval shall not alter the Contractors responsibility for design of the Temporary Works. The Contractor shall obtain approval of third parties to the design of the Temporary Works where required All Drawings prepared by the Contractor for the execution of the temporary or permanent Works are subject to prior approval by the Engineer before their use.

CONTRACTOR

- 51 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

19. Safety The Contractor shall be responsible for the safety of all activities on the Site. 20. Discoveries Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry out the Engineers instructions for dealing with them. 21. Possession of the Site The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is not given by the date stated in the Contract Data the Employer is deemed to have delayed the start of the relevant activities and this will be Compensation Event.

22. Access to the Site The Contractor shall allow the Engineer and any person authorized by the Engineer access to the Site to any place where work in connection with the Contract is being carried out or is intended to be carried out and to any place where material or plant are being manufactured / fabricated / assembled for the works. 23. Instructions The Contractor shall carry out all instructions of the Engineer which comply with the applicable laws where the Site is located. The Contractor shall permit the Employer to inspect the Contractors accounts and records relating to the performance of the Contractor and to have them audited by auditors appointed by the Employer, if so required by the Employer. 24. Disputes If the Contractor believes that a decision taken by the Engineer was either outside the authority given to the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred to the Adjudicator with 14 days of the notification of the Engineers decision. 25. Procedure for Disputes The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute. The Adjudicator shall be paid daily at the rate specified in the Contract Data together with reimbursable expenses of the types specified in the Contract Data and the cost shall be divided equally between the Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicators written decision. If neither party refers the dispute to arbitration within the above 28 days, the Adjudicators decision will be final and binding. The arbitration shall be conducted in accordance with the arbitration procedure stated in the Special Conditions of Contract.

CONTRACTOR

- 52 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

26. Replacement of Adjudicator 26.1 Should the Adjudicator resign or die or should the Employer and the Contractor agree that the Adjudicator is not fulfilling his functions in accordance with the provisions of the Contract, a new Adjudicator will be jointly appointed by the Employer and the Contractor. In case of disagreement between the Employer and the Contractor, within 30 days the Adjudicator shall be designated by the Appointing Authority designated in the Contract Data at the request of either party within 14 days of receipt of such request.

CONTRACTOR

- 53 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

B. TIME CONTROL 27. Program 27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a Program including Environmental Management Plan showing the general methods, arrangements, orders and timing for all the activities in the Works along with monthly cash flow forecast. 27.2 An update of the Program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work including any changes to the sequence of the activities. 27.3 The Contractor shall submit to the Engineer, for approval an updated Program at intervals no longer than the period stated in the Contract Data. If the Contractor does not submit an updated Program within this period, the Engineer may withhold the amount sated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted. 27.4 The Engineers approval of the Program shall not alter the Contractors obligations. The Contractor may revise the Program and submit it to the Engineer again at any time. A revised Program is to show the effect of Variations and Compensations Events. 28. Extension of the Intended Completion Date 28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining work and which would cause the Contractor to incur additional cost. 28.2 The Engineer shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to co-operate in dealing with a delay, the delay by this failure shall not be considered in assessing the new intended completion date. 29. Deleted 30. Delays Ordered by the Engineer 30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the Works. 31. Management Meetings 31.1 Either the Engineer of the Contractor may require the other to attend a management meeting. The business of a management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure.

CONTRACTOR

- 54 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

31.2 The Engineer shall record the business of management meetings and is to provided copies of his record to those attending the meeting and tot the Employer. The responsibility of the parties for actions to be taken is to be decided by the Engineer either at the management meeting or after the management meeting and stated in writing to al who attended the meeting. 32. Early Warning 32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work, increase the Contract Price or delay the executions of works. The Engineer may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate is to be provided by the Contractor as soon as reasonably possible. The Contractor shall co-operate with the Engineer in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Engineer.

32.2

CONTRACTOR

- 55 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

C. QUALITY CONTROL 33. Identifying Defects 33.1 The Engineer shall check the Contractors work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractors responsibilities. The Engineer may instruct the contractor to search for a Defect and to uncover and test any work that the Engineer considers may have a Defect. The contractor shall permit the employers Technical auditor to check the contractors work and notify the Engineer and contractor of any defects that are found such a check shall not effect the contractors or the Engineers responsibility as defined in the contract Agreement.

33.2

34. Tests 34.1 If the Engineer instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no Defect the test shall be a Compensation Event. All pipes, specials, electrical and mechanical items shall be subject to third party inspection at the cost of Employer. The contractor shall provide all necessary details such as manufacturers/suppliers address and location of the manufacturing site well in advance to the Employer for such purpose.

34.2

35 Correction of Defects 35.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion and is defined in the Contract Data. The Defects Liability Period shall be extended for as long as Defects remain to be corrected. Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Engineers notice.

35.2

36 Uncorrected Defects 36.1 If the Contractor has not corrected a Defect within the time specified in the Engineers notice, the Engineer will assess the cost of having the Defect corrected and the Contractor will pay this amount.

NOTE: Where in certain cases, the technical specifications provide for acceptance of works within specified tolerance limits at reduced rates, Engineer will certify payments to contractor accordingly.

CONTRACTOR

- 56 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

D. 37 Bill of Quantities 37.1

COST CONTROL

The Bill of Quantities shall contain items for the construction, installation, testing and commissioning work to be done by the contractor. The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the Bill of Quantities for each item.

37.2

38

Change in the Quantities 38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item the payment will be made as per actual quantity executed. The Engineer shall not adjust rates from changes in quantities if thereby the initial Contract Price is exceeded by more than 10 percent, except with the Prior approval of the Employer. If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost breakdown of any rate in the Bill of Quantities.

38.2

38.3

39 Variations 39.1 All variations shall be included in updated Programs produced by the Contractor.

40 Payment for Variations 40.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for carrying out the Variation when requested to do so by the Engineer. The Engineer shall assess the quotation, which shall be given within seven days of the request or within any longer period stated by the Engineer and before the Variation is ordered. Deleted. Deleted. Deleted. The Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning.

40.2 40.3 40.4 40.5

41 Cash flow forecasts 41.1 When the Program is uploaded, the contractor is to provide the Engineer with an updated cash flow forecast.

CONTRACTOR

- 57 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

42 Payment Certificates 42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the work completed less the cumulative amount certified previously along with details of measurement of the quantity of works executed in a tabulated form as approved by the Engineer. The Engineer shall check the details given in the Contractors monthly statement and within 14 days certify the amounts to be paid to the Contractor after taking into account any credit or debit for the month in question in respect of material for the works in the relevant amounts and under conditions set forth in Clause 51 The value of work executed shall be determined by the Engineer after due check, measurement of the quantities claimed as executed by the Contractor. The value of work executed shall comprise the value of the quantities of items in the Bill of Quantities completed. The value of work executed shall include the valuation of Variations and Compensation Events. The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information. If for any reason, the Contractor or his authorized agent is not available and/ or the work is suspended by Employer, recording of measurements will be done by Employer without the presence of the Contractor or his authorized representatives and the Employer shall not entertain any claim from the Contractor for any loss on this account. If the Contractor or his authorized agent or representative does not remain present at the time of such measurements, after the Contractor has been given a three day notice in writing, such measurements may be taken in his absence and shall be deemed to be accepted by the Contractor.

42.2

42.3

42.4

42.5

42.6

42.7

Payment for the work done by the Contractor will be based on measurements recorded at various stages of the Work. The Contractor or his authorized agent, or representative shall be present at the time of recording of each set of measurements and sign the measurement book or level / field book in token of their acceptance. 43 Payments 43.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries in terms of the contract and deduction at source of taxes as applicable under the law. The Employer shall pay the Contractor the amounts certified by the Engineer within 28 days of the date of each certificate. Deleted. Items of the Works for which no rate or price has been entered in the contract, will not be paid for by the Employer and shall be deemed to have covered by other rates and prices in the Contract. Payment will be made by the Employer as indicated in the Contract Data.

42.8

43.2 43.3

43.4

CONTRACTOR

- 58 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

44 Deleted 45 Tax The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes that the Contractor will have to pay for the performance of this Contract. The Employer will perform such duties in regard to the deduction of such taxes at source as per applicable law. If any refund is received by the Contractor in respect of duties or taxes with regard to this work (for material and services) such refund should be passed on fully to Commissioner, Coimbatore City Municipal Corporation. To this effect, the Contractor shall furnish a certificate along with each bill. 46 Currencies 46.1 All payments shall be made in Indian Rupees.

47 Price Adjustment

47.1

Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels and lubricants in accordance with the following principles and procedures and as per formula given in the contract data for the works where the period of execution is more than 12 months:

(a) The price adjustment shall apply for the work due to be executed as per milestone quantity of work done from the date of agreement up to end of the initial intended completion date or extensions granted by the Engineer and shall not apply to the work carried out beyond the stipulated time for reasons attributable to the contractor. (b) The price adjustment shall be determined during each quarter from the formula given in the contract data. (c) Following expressions and meanings are assigned to the work done during each quarter : R =Total value of work done during the quarter. It will exclude value for work executed under variations for which price adjustment will be worked separately based on the terms mutually agreed.
48 Retention The Employer shall retain from each payment due to the Contractor the proportion stated in the Contract Data until completion of the whole of the Works. On completion of the whole of the Works half the total amount retained is repaid to the Contractor and half when the Defects Liability Period has passed and the Engineer has certified that all Defects notified by the Engineer to the Contractor before the end of this period have been corrected. On completion of the whole of the Works, the Contractor may substitute retention money (balance half) with an on demand Bank Guarantee.

CONTRACTOR

- 59 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

49

Liquidated Damages 49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Contract Data for each day that the Completion Date is later than the intended Completion Date (for the whole of the works or the milestone as stated in the Contract Data). The total amount of liquidated damages shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from payments due to the Contractor. Time in the essence of the contract and payment or deduction of liquidated damages shall not relieve the contractor from his obligation to complete the work as per agreed construction program and milestones or from any other of the contractors obligation and liabilities under the contract. If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate.

49.2

50 Deleted 51 Advance Payment 51.1 The Employer shall make advance payment to the Contractor of the amounts stated in the Contract Data by the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the advance payment. The guarantee shall remain effective until the advance payment has been repaid, but the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor. Interest will be charged at the rate fixed by the Government of Tamilnadu from time to time on the advance payment. 51.2 The Contractor is to use the advance payment only to pay for Equipment, Plant and Mobilization expenses required specifically for execution of the Works. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Engineer. The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due to the Contractor, following the schedule of completed percentages of the Works on a payment basis. No account shall be taken of the advance (mobilization and equipment only) payment or its repayment in assessing valuations of work done, Variations, Price adjustments, Compensation Events or Liquidated Damages.

51.3

52 Securities 52.1 The Performance Security (including additional security for unbalanced bids) shall be provided to the Employer no later than the date specified in the Letter of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to the Employer and denominated in Indian Rupees. The Performance Security shall be valid until a date 28 days from the date of expiry of Defects Liability Period and the additional security for unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of completion. The Bank Guarantee of a Consortium bidder shall be in the name of Consortium.

CONTRACTOR

- 60 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

53

Deleted

54 Cost of Repairs 53.1 Loss or damage to the Works or Material to be incorporated in the Works between the Start Date and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractors cost if the loss or damage arises from the Contractors acts or omissions. Contractor shall attend to the defect in the work noticed during defects correction period within 3 days from the date of issue of notice to attend to the defects, failing which the defect will be remedied by engaging other Contractors at any cost and that cost will be recovered from the Contractors money available with the Employer and balance alone will be paid when it is due.

CONTRACTOR

- 61 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

E. FINISHING THE CONTRACT 55 Completion The Contractor shall request the Engineer to issue a Certificate of Completion of the Works and the Engineer will do so upon deciding that the Work is completed. 56 Taking Over The Employer shall take over the Site and the Works within seven days of the Engineer issuing a Certificate of Completion. 57 Final Account 57.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Engineer shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 56 days of receiving the Contractors account if it is correct and complete. If it is not, the Engineer shall issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount payable to the Contractor and issue a payment certificate, within 56 days of receiving the Contractors revised account. 56.1 53.1

58 As Built Drawings / Operating and Maintenance Manuals 56.1 If As Built drawings and / or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the Contract Data.

If the Contractor does not supply the Drawings and / or manuals by the dates stated in the Contract Data or they do not receive the Engineers approval, the Engineer shall withhold the amount stated in the Contract Data from payments due to the Contractor. 59 Termination 59.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental breach of the Contract. Fundamental breaches of Contract include but shall not be limited to the following: a) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation; b) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Engineer; c) the Contractor does not maintain a security which is required; d) Contractor has delayed the completion of works by the number of days for which the maximum amount of liquidated damages can be paid as defined in the Contract data; and e) if the Contractor, in the judgment of the Purchaser has engaged in fraud and corruption in competing for or in the executing the Contract. f) The contractor (in case of Consortium) has modified the composition of the Consortium and / other responsibility of each member of the Consortium form what is stated in Consortium agreement without prior approval of the Employer. g) Failure of the contractor to achieve two successive milestones.

59.2

CONTRACTOR

- 62 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

For the purpose of this paragraph: corrupt practice means the offering, giving, receiving or soliciting of any thing of value to influence the action of a public official in the evaluation process or in contract execution. Fraudulent practice means a misrepresentation of facts in order to influence a evaluation process or the execution of a contract to the detriment of the Employer and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Employer of the benefits of free and open competition.

59.3

When either party to the Contract gives notice of a breach of contract to the Engineer for a cause other than those listed under Sub-clause 59.2 above, the Engineer shall decide whether the breach is fundamental or not. Not withstanding the above, the Employer may terminate the Contract for convenience. If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and secure and leave the Site as soon as reasonably possible.

59.4

59.5

60 Payment upon Termination 60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Engineer shall issue a certificate for the value of the work done less advance payments received up to the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes due to be deducted at source as per applicable law and less the percentage to apply to the work not completed as indicated in the Contract Data. Additional Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any payment due to the Contractor the difference shall be a debt payable to the Employer. If the Contract is terminated at the Employers convenience or because of a fundamental breach of Contract by the Employer, the Engineer shall issue a certificate for the value of the work done, the reasonable cost of removal of Equipment, repatriation of the Contractors personnel employed solely on the Works, and the Contractors costs of protecting and securing the Works and less advance payments received up to the date of the certificate, less other recoveries due in terms of the contract and less taxes due to be deducted at source as per applicable law.

60.2

61 Property 61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the property of the Employer, if the Contract is terminated because of a Contractors default.

CONTRACTOR

- 63 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

62 Release from Performance 62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Employer or the Contractor the Engineer shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which commitment was made.

63.

Recovery of Dues. 63.1 Whenever any amount has to be paid by the contractor in view of termination of contract and by virtue of clause 56.1 above any amount that may be due or may become due from the contractor after recovering from the bills for this work is liable to recover from any other contracts awarded to the contractor and also through the provision of revenue recovery act after issue of notice.

64

Fraud and Corruption 64.1 The Employer requires that Bidders observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Employer. (a) Defines, for the purposes of this provision, the terms set forth below as follows: Corrupt practice means the offering, giving, receiving or soliciting directly or indirectly of any thing of value to influence the action of a public official in the procurement process or in contract execution; Fraudulent practice means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract. Collusive practice means a scheme or arrangement between two or more Bidders, with or without the knowledge of the Employer, designed to establish at artificial, non-competitive levels to deprive the employer of the benefit of free and open competition and Coercive practice means harming or threatening to harm directly or indirectly, persons or their property to influence their participation in the procurement process or affect the execution of the contract. Will reject a proposal for award if it determines that the Bidder recommended for award has directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the contract in question; Will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded any contract if he at any time determines that the firm directly or through an agent engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing any contract.

(i)

(ii)

(iii)

(iv)

(b)

(c)

CONTRACTOR

- 64 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

D. SPECIAL CONDITIONS OF CONTRACT Part I 1. LABOUR:

The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport. The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour from time to time employed by the Contractor on the Site and such other information as the Engineer may require. 2. COMPLIANCE WITH LABOUR REGULATIONS:

During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all existing labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law --(including rules), regulations, bye laws that may be passed or notification that may be issued under any labour law in future either by the State or the Central Government or the local authority. Salient features of some of the major labour laws that are applicable to construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is taken against the Employer by the competent authority on account of contravention of any of the provisions of any Act or rules made there under, regulations or notifications including amendments. If the Employer is caused to pay or reimburse, such amounts as may be necessary to cause or observe, or for nonobservance of the provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the Contractor, the Engineer/Employer shall have the right to deduct any money due to the Contractor including his amount of performance security. The Employer/Engineer shall also have right to recover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the Employer. The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the Employer at any point of time.

CONTRACTOR

- 65 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK.

TO

a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by accident arising out of and during the course of employment. b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days wages for every completed year of service. The Act is applicable to all establishments employing 10 or more employees.

c) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for monthly contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are : (i) Pension or family pension on retirement or death, as the case may be. (ii) Deposit linked insurance on the death in harness of the worker. (iii) payment of P.F. accumulation on retirement/death etc. d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in case of confinement or miscarriage etc. e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required to be provided, by the Principal Employer by Law. The Principal Employer is required to take Certificate of Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to the establishments or Contractor of Principal Employer if they employ 20 or more contract labour. f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by appropriate Government as per provisions of the Act if the employment is a scheduled employment. Construction of Buildings, Roads, Runways are scheduled employments. g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will be paid and what deductions can be made from the wages of the workers. h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to Male and Female workers and for not making discrimination against Female employees in the matters of transfers, training and promotions etc. i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more employees. The Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/- per month or above up to Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per month only. The Act does not apply to certain establishments. The newly set-up establishments are exempted for five years in certain

circumstances. Some of the State Governments have reduced the employment size from 20 to 10 for the purpose of applicability of this Act.

CONTRACTOR

- 66 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of Industrial disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the employees or closing down the establishment. k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or more workmen (employment size reduced by some of the States and Central Government to 50). The Act provides for laying down rules governing the conditions of employment by the Employer on matters provided in the Act and get the same certified by the designated Authority. l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen and employers. The Trade Unions registered under the Act have been given certain immunities from civil and criminal liabilities. m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14 years of age in certain occupations and processes and provides for regulation of employment of children in all other occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry. n) Inter-State Migrant workmens (Regulation of Employment & Conditions of Service) Act 1979: The Act is applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary (who has recruited workmen in one state for employment in the establishment situated in another state). The Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be provided certain facilities such as housing, medical aid, traveling expenses from home up to the establishment and back, etc. o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act 1996 and the Cess Act of 1996: All the establishments who carry on any building or other construction work and employs 10 or more workers are covered under this Act. All such establishments are required to pay cess at the rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the establishment is required to provide safety measures at the Building or construction work and other welfare measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers near the work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the Registering Officer appointed by the Government. p) Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a factory, health and safety provisions, welfare provisions, working hours, annual earned leave and rendering information regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing 10 persons or more with aid of power or 20 or more persons without the aid of power engaged in manufacturing process.

CONTRACTOR

- 67 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

3. COMPLIANCE WITH LABOUR REGULATIONS: The procedure for arbitration will be as follows: (a) In case of Dispute or difference arising between the Employer and Contractor relating to any matter arising out of or connected with this agreement, such disputes or differences shall be settled in accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Employer and the Contractor. The third arbitrator shall be chosen by the two arbitrators so appointed by the parties, shall act as presiding arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment, this shall be done in accordance with the Arbitration and Conciliation act, 1996. (b) Deleted (c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) above within 30 days after receipt of the notice of the appointment of its arbitrator by the other party, then the appointment of the Arbitrator shall be made as per the Arbitration and Conciliation act, 1996. (d) Arbitration proceedings shall be held at Coimbatore, (India) and the languages of the arbitration proceedings and that of all documents and communications between the parties shall be English. (d) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and expense of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparations, presentation, etc., of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be born by each party itself. (f) Deleted (g) Performance under the contract shall continue during the arbitration proceedings and payments due to the Contractor by the Employer shall not be withheld, unless they are the subject matter of the arbitration proceedings.

4. PROTECTION OF ENVIRONMENT:

The contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of operation. During continuance of the contract, the contractor and his sub-contractors shall abide at all times by all existing enactments on environmental protection and rules made thereunder, regulations, notifications and bye-laws of the State or Central Government, or local authorities and any other law, bye-law, regulations that may be passed or notification that may be issued in this respect in future by the State or Central Government or the local authority. Salient features of some of the major laws that are applicable are given below:

CONTRACTOR

- 68 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

The Water (Prevention and Control of Pollution) Act, 1974: This provides for the prevention and control of water pollution and the maintaining and restoring of wholesomeness of water. 'Pollution' means such contamination of water or such alteration of the physical, chemical or biological properties of water or such discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into water (whether directly or indirectly) as may, or is likely to, create a nuisance or render such water harmful or injurious to public health or safety, or to domestic, commercial, industrial, agricultural or other legitimate uses, or to the life and health of animals or plants or of aquatic organisms. The Air (Prevention and Control of Pollution) Act, 1981: This provides for prevention, control and abatement of air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant', which means any solid, liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be or tend to be injurious to human beings or other living creatures or plants or property or environment. The Environment (Protection) Act, 1986: This provides for the protection and improvement of environment and for matters connected therewith, and the prevention of hazards to human beings, other living creatures, plants and property. 'Environment' includes water, air and land and the inter-relationship which exists among and between water, air and land, and human beings, other living creatures, plants, micro-organism and property. The Public Liability Insurance Act, 1991: This provides for public liability insurance for the purpose of providing immediate relief to the persons affected by accident occurring while handling hazardous substances and for matters connected herewith or incidental thereto. Hazardous substance means any substance or preparation which is defined as hazardous substance under the Environment (Protection) Act 1986, and exceeding such quantity as may be specified by notification by the Central Government.

5.

Third Party Inspection The Employer will have the option to arrange for Third party Inspection of following Procurement to be made by the successful Bidder under this contract. The cost of the Third party Inspection will be met by the Employer and the Bidder is required to render full assistance for arranging the Third party Inspection.

CONTRACTOR

- 69 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

SECTION 4 : CONTRACT DATA

CONTRACTOR

- 70 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

CONTRACT DATA Items marked N/A do not apply in this Contract.


The following documents are also part of the Contract: Clause Reference

As Built drawings and / or O&M Manuals (Within 28 days from the date of completion) The Schedule of Other contractors The Schedule of Key Personnel 1. Project Manager

[58]

[8] [9] B.E (Civil) with minimum of 15 years experience and should have been Project Manager for atleast one Project Manager for atleast one Project / Work of size similar to the present contract.

2. Key Personnel i. Key Personnel

B.E (Civil) with minimum of 10 years experience of which a minimum of 3 years of specific experience should be in construction field.

Penalty for not employing Project manager and other Key Personnel till the date of employment of the Personnel [9.3] Project manager Other Key Personnel The Employer is Name : Commissioner, Coimbatore City Municipal Corporation Address: Big Bazaar Street, Town Hall, Coimbatore 641 001 The Engineer is : The City Engineer [1.1] [1.1] Rs.50,000/- per month Rs.25,000/- per month / each

Name of Authorized Representative: Commissioner The Adjudicator appointed jointly by the Employer and Contractor is: Name Address : : [1.1]

CONTRACTOR

- 71 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

The name and identification number of the Contract is : Providing Under Ground Drainage with Trunk Sewers, laterals, rider mains, inspection chambers and sewers with service connections in Zone III and VII in Coimbatore City Municipal Corporation; Package-II Contract no.2/2009/UGSS

The work consists of 1. Supply, laying, jointing, testing of SW pipes of various depth ranging from 150mm dia to 250mm dia. 2. Supply, laying, jointing, testing of RCC NP2/NP3 pipes of various depth ranging from 300mm dia to 800 mm dia 3. Construction of Inspection Chambers 4. House Service Connections 5. Road Restoration 6. Supply, delivery, erection, trial run of Submersible Non-clog pumpsets of 100 HP 1. The start shall be within 7 days from the date of issue of Notice to proceed with the work. [1.1] The Intended Completion Date for the whole of the Construction Works is 18 Months [17,28] Description of Milestones

2.

3.

Milestone dates:
S.No. 1 Description of works Supply of pipes and valves etc Laying , jointing and testing pipes Commissioning and trail running Period from start date Milestone III Milestone IV ( 5 months ) ( 5 months ) 65% 85%

Milestone I ( 5 months ) 25%

Milestone II (5 months ) 40%

Milestone V ( 5 months ) 100%

Milestone IV ( 5 months )

31443

50309

81753

106907

125773

100%

4.

The contractor shall submit a revised program for the works within 7 days of delivery of Letter of Acceptance. [27] The site possession date shall be within 7 days from the issue of notice to proceed with the works. The site is as defined in the Index Plan (Volume-II) [1] The defects Liability Period is a) For Pipeline works b) Civil Works : Five years : Five years

5. 6. 7.

CONTRACTOR

- 72 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

8. The minimum insurance cover for loss of or damage to the works, plants, material, equipments, physical property in connection with contract, personal injury or death is Rs.30 lakhs for occurrence with the no. of occurrences limited to four. After each occurrence, contractor will pay additional premium necessary to make insurance valid for four occurrences always [13] 9. The following events shall also be Compensation Events 10. The period between Program updates shall be 30 days [44] [27]

11. The amount to be withheld for late submission of an updated Program shall be Rs.10,000/[27] 12. The language of the Contract documents is English [3]

13. The law, which applies to the Contract, is the law of Union of India, applicable to Tamilnadu and the law of Tamilnadu. [3] 14. The currency of the Contract is Indian Rupees [46]

15. Institution whose arbitration procedures shall be used INDINA ARBITRATION AND CONCILIATION ACT 1996 [25] 16. Fees and types of reimbursable expenses to be paid to the Adjudicator is Rs.2000/- per day plus boarding, lodging, traveling, and other charges as per actuals [25] The formulas (e) for adjustment of prices are: R = Value of work as defined in Clause 47.1 of Conditions of Contract. Adjustment for labour component (i) Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance with the following formula: VL = 0.85 x P1/100 x R x (Li Lo )/Lo VL = increase or decrease in the cost of work during the quarter under consideration due to changes in rates for local labour. Lo = the average consumer price index for industrial workers for Coimbatore centre for the last quarter from the date of agreement as published by the Reserve Bank of India. Li = The average consumer price index for industrial workers for Coimbatore centre for this quarter under consideration as published by the Reserve Bank of India. Pi = Percentage of labour component of the work. [47]

CONTRACTOR

- 73 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

Adjustment for cement component (ii) Price adjustment for increase or decrease in the cost of cement procured by the contractor shall be paid in accordance with the following formula. Vc = 0.85 x Pc/100 x R x (Ci Co)/Co Vc = Increase or decrease in the cost of work during the quarter under consideration due to changes in the rates for cement Co = The all India average wholesale price index for cement for the last quarter from the date of agreement as published by the Reserve Bank of India. Ci = The all India average wholesale price index for cement for this quarter, under consideration as published by the Reserve Bank of India. Pc = Percentage of cement component of the work Adjustment for steel component (iii) Price adjustment for increase or decrease in the cost of steel procured by the Contractor shall be paid in accordance with the following formula: Vs = 0.85 x Ps/100 x R x (Si So)/So Vs = increase or decrease in the cost of work during the quarter under consideration due to changes in the rates for steel So = The all India average wholesale price index for steel (Bars and Rods) for the last quarter from the date of agreement as published by the Reserve Bank of India. Si = The all India average wholesale price index for steel (Bars and Road) for this quarter, under consideration as published by the Reserve Bank of India Ps = Percentage of steel component of the work Note: For the application of this clause, index of Bars and Road has been chosen to represent steel group. Adjustment of Bitumen component (iv) Price adjustment for increase or decrease in the cost of bitumen shall be paid in accordance with the following formula: Vb = 0.85 x Pb /100 x R x (Bi Bo)/Bo Vb = Increase or decrease in the cost of work during the quarter under consideration due to changes in the rate for bitumen. Bo = The average official retail price of bitumen at the IOC depot at Coimbatore on the first day from the date of agreement .

CONTRACTOR

- 74 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

Bi = The average official retail price of bitumen at IOC depot at Coimbatore for the 15th day of the middle calendar month of this quarter, under consideration. Pb = Percentage of bitumen component of the work. Adjustment of POL (fuel and lubricant) component

(v)

Price adjustment for increase or decrease in cost POL (fuel and lubricant) shall be paid in accordance with the following formula: Vf = 0.85 x Pf /100 x R x (Fi Fo)/Fo Vf = Increase or decrease in the cost of work during the quarter under consideration due to changes in rates for fuel and lubricants. Fo = The average official retail price of High Speed Diesel (HSD) at the existing consumer pumps of IOC at Coimbatore on the first day from the date of agreement. Fi = The average official retail price of HSD at the existing consumer pumps of IOC at Coimbatore for the 15th day of the middle calendar month of this quarter, under consideration. Pf = Percentage of fuel and lubricants component of the work. Note: For the application of this clause, the price of High Speed Diesel oil has been chosen to represent fuel and lubricants group.

Adjustment for Plant and Machinery Spares component

(vi)

Price adjustment for increase or decrease in the cost of plant and machinery speares procured by the Contractor shall be paid in accordance with the following formula: Vp = 0.85 x Pp/100 x R x (Pi Po)/Po Vp = Increase or decrease in the cost of work during the quarter under consideration. Po = The all India average wholesale price index for heavy machinery and parts for the last quarter from the date of agreement as published by the Reserve Bank of India. Pi = The all India average wholesale price index for heavy machinery and parts for this quarter, under consideration as published by the Reserve Bank of India. Po = Percentage of plant and machinery spares component of the work Note: For the application of this clause, index of Heavy Machinery and Parts has been chosen to represent the Plant and Machinery Spares group.

CONTRACTOR

- 75 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

Adjustment of Local materials (vii) Price adjustment for increase or decrease in cost of local materials other than cement, steel, bitumen and POL procured by the contractor shall be paid in accordance with the following formula: Vm = 0.85 x Pm/100 x R x(Mi Mo)/Mo Vm = Increase or decrease in the cost of work during the quarter under consideration due to changes in rates for local materials other than cement, steel, bitumen and POl. Mo = The all India average wholesale price index (all commodities) for the last quarter from the date to agreement, as published by the Reserve Bank of India. Mi = The all India average wholesale price index (all commodities) for this quarter, under consideration as published by the Reserve Bank of India. Pm = Percentage of local material component (other than cement, steel, bitumen and POL) of the work. The following percentages will govern the price adjustment for the entire contract: 1. 2. 3. 4. 5. 6. Labour-P1 Cement-Pc Steel-Ps POL-Pf Plant & Machinery Spares Pp Other materials Pm Total 25 % 35 % 02 % --38 % 100 %

17. The proportion of payments retained (retention money) shall be 5% from each bill subject to a maximum of 5% of contract value and 2.5% of retention amount will be returned along with the final bill. The balance amount of 2.5% of the total value of the Works will be retained for a period of 2 years reckoned from the date of completion without interest and this amount will be paid to the Contractor after obtaining an irrevocable Bank Guarantee for the further period upto the completion of defect liability period. 18. The liquidated damages for the whole of the works for the each of the milestones are as under: [49] For milestone For milestone For milestone For milestone For milestone 1 2 3 4 5 Rs.83000 Rs.69200 Rs.83000 Rs.69200 Rs.83000 per per per per per day day day day day

The maximum amount of liquidated damages for the whole of the works is 10% percent of final contract price. [49]

CONTRACTOR

- 76 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

19. The amounts of the advancement payment are:

[51]

The amounts of Advance payment are Mobilization : 10% of the Contract Price : On submission of un-conditional Bank Guarantee ( to be drawn before end of 20% of Contract Period)

( * Split into Two 5 % each. Initially 5 % will be paid. After satisfactorily mobalised the materials, equipments etc. another 5% would be released on certification by the Engineer. ) (The advance payment will be paid to the contractor no later than 15 days after fulfillment of the above conditions) Repayment of advance payment for mobilization [51] The advance shall be repaid with percentage deductions from the interim payments certified by the Engineer under the Contract. Deductions shall commence in the next interim payment certificate following that in which the total of all such payments to the contractor has reached not less than 15 percent of the contract price or 2 months from the date of payment of first installment of advance, whichever period concludes earlier, and shall be made at the rate of 7.5% of the amounts of al interim payment certificates until such time as the advance has been repaid, always provided that the advance shall be completely repaid prior to the expiry of the original time for completion.

The Securities shall be for the following minimum amounts equivalent as a percentage of the Contract Price:

[52]

Performance Security shall be as per clause 34.5 of ITB of contract price plus Rs. ............ as additional security for unbalanced bids [in terms of ITB Clause 29.5]. The standard form of Performance Security acceptable to the Employer shall be an unconditional Bank Guarantee of the type as presented in Section 8 of the Bidding Documents. The date by which As Built drawings (in appropriate scale)in 5 sets in digitized form are required is within 28 days of issue of certificate of completion of whole or section of the work, as the case may be. [58]

The amount to be withheld for failing to supply as built drawings and operating and maintenance manuals by the date required is Rs.10,00,000. The following events shall also be fundamental breach of contract: 1. [59.2]

The Contractor has contravened Sub-clause 7 of GCC read with SCC and Clause 9.0 of GCC

CONTRACTOR

- 77 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

The percentage to apply to the value of the work not completed representing the Employer's additional cost for completing the Works shall be 20 percent. [60] 21. The payment terms shall be as follows: 21.1 PAYMENT TOWARDS CIVIL WORKS Payments will be made for civil works to the extent of 95% of the value of the finished work done by the Contractor. 5% will be released after satisfactory commissioning. However, the payments are subjected to deduction of the retention money. Note: All payments will be subjected to deduction of retention money as stated in clause 48 of GCC

CONTRACTOR

- 78 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

SECTION 6 : FORMS OF SECURITIES

CONTRACTOR

- 79 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

FORMS OF SECURITIES

Acceptable forms of securities are annexed. Bidders should not complete the Performance and Advance Payment Security forms at this time. Only the successful Bidder will be required to provide Performance and Advance Payment Securities in accordance with one of the forms, or in a similar form acceptable to the Employer.

Annex A: Bank Guarantee for Bid security Annex B: Bank Guarantee for Security Deposit Annex C: Bank Guarantee for Additional Security Deposit for Unbalanced items Annex D: Bank Guarantee for Advance Payment

CONTRACTOR

- 80 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

Annexure A
BANK GUARANTEE FOR BID SECURITY WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid dated _______________________ [date] for Under Ground Collection System (package II) _____________________________________ [name of Contract] (hereinafter called "the Bid"). KNOW ALL PEOPLE by these presents that We affirm and bind itself, its successors and assigns by these presents,______________________________[name of bank]of ___________________________ having our registered office at ___________________________________ (hereinafter called "the Bank") are bound unto ______________________________[name of Employer] (hereinafter called "the Employer") in the sum of ___________________1 for which payment well and truly to be made to the said Employer the Bank binds itself, its successors and assigns by these presents. SEALED with the Common Seal of the said Bank this _________ day of __________ 20____. THE CONDITIONS of this obligation are: a. b. c. d. If the Bidder withdraws the bid after Bid opening during the period of validity of the bid. if the Bidder does not accept the correction of the bid price, pursuant to clause 26 ; or if the Bidder withdraws the Bid after the issue of letter of acceptance of his Bid in the case of a successful Bidder, if the Bidder fails within the specified time limit to: i. furnish the required Security Deposit or ii. sign the Agreement if the Bidder has furnished incorrect information on qualification and experience

we undertake to pay to the Employer up to the above amount upon receipt of his first written demand, without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by him is due to him owing to the occurrence of one or any of the above conditions, specifying the occurred condition or conditions. This unconditional and irrevocable Bank Guarantee will remain in force up to and including the date ____________________2 days after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee should reach the Bank not later than the above date. It is also hereby declared that the _________________________ Bank is empowered under article / bye law _____ to issue this Bank Guarantee and undersigned _____ (name) and _____ designation is authorized by the Bank to sign this Bank Guarantee. This Guarantee will not be discharged due to change in the constitution of the Bank or the Bidder. DATE _______________ SIGNATURE OF THE BANK _________________________ WITNESS ____________ SEAL _______________________________________ ____________________________________________________________ [signature, name, and address] 1 The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees. This figure should be the same as shown in Clause 15.1 of the Instructions to Bidders. 2 45 days after the end of the validity period of the Bid.

CONTRACTOR

- 81 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

Annex B PERFORMANCE BANK GUARANTEE To: .[name of Employer] .[address of Employer] WHEREAS [name& address of Contractor] (hereinafter called the Contractor) has undertaken, in pursuance of Contract No..dated.. to execute ..[name of Contract and brief description of Works] (hereinafter called the Contract); AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of .[amount of guarantee] [in words], such sum being payable in the types and proportions of demand and without cavil or argument, any sum or sums within the limits of ..[amount of guarantee]1 as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until.(i.e) 28 days from the date of expiry of the Defects Liability period.

Signature and seal of the guarantor.. Name of Bank. Address. Date.

An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in the Contract and denominated in Indian Rupees.

CONTRACTOR

- 82 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

Annexure C BANK GUARANTEE FOR ADDITIONAL SECURITY DEPOSIT (for unbalanced items) ______________________________________________ [name of Employer] _________________________________________ [address of Employer]

To:

WHEREAS _________________________ [name and address of Contractor] (hereinafter called "the Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute __________________________ [name of Contract and brief description of Works] (hereinafter called "the Contract"); AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with an unconditional and irrevocable Bank Guarantee by a Nationalized/Scheduled bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract; AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm to the said Employer the Bank binds itself, its successors and assigns by these presents, that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in words], and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of ____________________ [amount of guarantee]1 as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until .. (i.e.) 45 days from the date of issue of the certificate of completion of works. It is also hereby declared that the _________________________ Bank is empowered under article / bye law _____ to issue this Bank Guarantee and undersigned _____ (name) and _____ designation is authorized by the Bank to sign this Bank Guarantee. This Guarantee will not be discharged due to change in the constitution of the Bank or the contractor. Signature and seal of the guarantor _____________________________ Name of Bank ____________________________________________ Address ____________________________________________ Date ____________________________________________ 1 An amount shall be inserted by the Guarantor, representing additional security for unbalanced Bids, if any and denominated in Indian Rupees.

CONTRACTOR

- 83 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

Annex D BANK GUARANTEE FOR ADVANCE PAYMENT To: .[name of Employer] .[address of Employer] .[name of Contract] Gentlemen In accordance with the provisions of the Conditions of Contract, sub clause 51.1 (Advance Payment) of the above mentioned Contract, .[name and address of Contract] (hereinafter called the Contractor) shall deposit with ..[name of Employer] a bank guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of [amount of guarantee]1 [in words].

We, the .[bank or financial institution], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to .[name of Employer] on his first demand without whatsoever right of objection on our part and without his first claim to the Contractor, in the amount not exceeding [amount of guarantee]1 ..[in words].

We further agree that no change or addition to or other modification of the terms of the Contract or of the Works to be performed there under or of any of the Contract documents which may be made between [name of Employer] and the Contractor shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification. This guarantee shall remain valid and in full effect fromt he date of the advance payment under the Contract until.[name of Employer] receives full repayment of the same amount from the Contractor.

Yours truly Signature and seal of the guarantor.. Name of Bank / Financial Institution. Address. Date.

An amount shall be inserted by the Bank representing the amount of the Advance Payment and denominated in Indian Rupees.

CONTRACTOR

- 84 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

PACKAGE II

VOLUME - I

7.

SPECIFICATIONS (Refer Volume II)

CONTRACTOR

- 85 -

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

COIMBATORE CITY MUNICIPAL CORPORATION

BID DOCUMENT FOR PROVIDING UNDER GROUND SEWERAGE NETWORK WITH TRUNK SEWERS, LATERALS, RIDER MAINS, INSPECTION CHAMBERS AND CONNECTING INSPECTION CHAMBERS AND SEWERS WITH SRVICE CONNECTIONS ETC., IN ZONE 3 AND ZONE 7 IN COIMBATORE CITY MUNICIPAL CORPORATION

PACKAGE II

VOLUME II

CONTRACTOR

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

Specifications The following ISS codes shall be applicable for the works: 1. Earthwork excavation 2. Concrete 3. RCC works 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. Steel

18.

19.

20. 21. 22. 23. 24. 25.

26. 27. 28. 29. 30.

Water retaining structures Cement Aggregates Precast concrete pipes (with & without Reinforcement) Specification for Pre cast concrete manhole covers and Frames Laying of concrete pipes Use of wire fabric Structural steel Code of practice for Ancillary structures in Sewerage System (Part I Manholes & Part 4 Pumping station and Pumping Pre stressed concrete pipes Specification for plain hard drawn steel wire for prestressed concrete Part I C drawn stress - relieved wire Specification for plain hard drawn steel wire for prestressed concrete Part II As drawn wire. Specification for mild steel and medium Tensile steel bars and hard drawn steel wire for concrete reinforcement Part I mild steel & medium steel bars Specification for mild steel and medium Tensile steel bars and hard drawn steel wire for concrete reinforcement Part II Hard drawn steel wire Specification for hot rolled mild steel, medium tensile steel and high yield strength deformed bars for concrete reinforcement Specification for hard - drawn steel wire fabric for concrete reinforcement Code of practice for bending and fixing bars for concrete reinforcement Specification for rubber sealing rings for gas mains, water mains & sewers Code of practice for prestressed concrete Code of practice for Brickwork Dimensional requirements for rubber gaskets for mechanical joints and bush Joints for use with cast iron pipes water, gas and sewage Methods of test for concrete pipes Centrifugally cast (spun) iron pressure pipe for water, gas & sewage Code of practice for laying of cast iron pipes Salt glazed stoneware pipes and fittings Code of practice for laying glazed stoneware pipes -

IS IS IS IS IS IS IS IS IS IS

3764 1791 456 516 1139 1736 3370 (Part I to IV) 8112 383 458

IS 12592 (Part I & II) IS 783 IS 1566 IS 226 IS 4111 mains). IS 784 IS 1785 (Part I)

IS 432 (Part I)

IS 432 (Part II)

IS 1139 IS 1566 IS 2502 IS 5382 IS 1343 IS 2212

IS 12820 IS 3597 IS 1536 IS 3114 IS 651 IS 4127

CONTRACTOR

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

Note: 1. IS numbers refers to the latest addition. 2. The contractor shall carry out all tests required for supply of materials and for works at frequent intervals or at any time as specified by the Engineer. The cost of collection and testing charges shall be borne by the contractor. 3. The contractor shall furnish all information about the purchase of all materials and provide with the certified copy of original invoices of the supplies for the verification. 4. Tamil Nadu Building Code of Practice will also applicable. 5. Detailed Specifications are enclosed separately in Volume II. 6. Applicable Indian Standards are also furnished in Technical specifications Volume I & II.

CONTRACTOR

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

TECHNICAL SPECIFICATION INDEX Description S.No. I II III IV V VI VII IX SCOPE OF WORK GENERAL SPECIFICATION CIVIL WORKS SPECIAL CONDITIONS FOR SEWERAGE SYSTEM PIPE LAYING WORKS PUMPING AND ACCESSORIES ANNEXURES TESTING, ERECTION, TIRAL RUN, COMMISSIONING AND ACCEPTANCE Page No. 5 7 15 18 33 41 45 52

CONTRACTOR

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

I.

SCOPE OF WORK

The project contemplates execution and satisfactory commissioning of Underground Sewerage Scheme to Coimbatore Municipal Corporation and the major components of the system are:

1. Collection system: a) Providing Under Ground Drainage net work with Trunk sewers, laterals, inspection chambers and connecting inspection chambers and sewers with service connections etc in Zone 5 of Coimbatore City Municipal Corporation. b) Providing Under Ground Drainage net work with Trunk sewers, laterals, inspection chambers and connecting inspection chambers and sewers with service connections etc in Zone 2 of Coimbatore City Municipal Corporation. c) Providing Under Ground Drainage net work with Trunk sewers, laterals, inspection chambers and connecting inspection chambers and sewers with service connections etc in Zone 1 of Coimbatore City Municipal Corporation d) Providing Under Ground Drainage net work with Trunk sewers, laterals, inspection chambers and connecting inspection chambers and sewers with service connections etc in Zone 6 of Coimbatore City Municipal Corporation 2. Pumps: a) It is proposed to provide pump sets and allied works at existing pumping station. b) The pumpsets of submersible type for pumping combined capacity quantity of sewerage. 3. Miscellaneous: The tenderer shall submit two copies with one set of originals of completion plans & LS plans as executed with all the details for all items of work including sewage system & pumps. The tenderer shall also submit all the above in a compact disc format (in AutoCAD ) in a suitable readable scale as approved by the Engineer. The tenderer shall also submit two copies (as per the contract data) operation & maintenance manual for all items of works for proper maintenance of the system in future.

CONTRACTOR

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

SPECIFICATION

INTERPRETATION : In this contract the following works shall be understood as having the meaning herein assigned to them. a) The Board means the Tamilnadu Water Supply and Drainage Board, a statutory body constituted under Tamilnadu Water Supply and Drainage Board Act 1971 having its office at No.31, Kamarajar Salai, Chepauk, Chennai 600 005 and any officer duly authorized by the Board to act on its behalf. b) Contractor means the person or persons or firm or company contracting for the work specified, including his or their executors or administrators or legal representatives or successor. c) Engineer means Commissioner of Municipal Administration or his representatives or any other Engineer appointed from time to time by the Board to act as such in connection with these works. Wherever any work is specified to be done or materials supplied to the satisfaction of the Engineer, it shall be taken as including his properly authorized assistance and duly authorized representatives. d) Works means works to be constructed, completed and maintained in accordance with contract. e) TNBP Tamilnadu Building Practice f) IS Indian Standard g) ISS Indian Standard Specification. h) BIS Bureau of Indian Standards.

CONTRACTOR

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

II GENERAL SPECIFICATION FOR MATERIAL All material required for the works shall be procured and supplied by the contractor himself. The material shall be of good quality and conforming to relevant BIS. The material which are classified for ISI marking should be supplied with ISI marking only. 1. Cement 1.1 The entire quantity of cement an steel required for the work will be procured by the contractor. The contractor is responsible for all transport and storage of the material and shall bear all related cost. The employer shall be entitled at any reasonable time to examine the cement and steel supplied by the contractor. The cement procured by the contractor shall comply with the requirements of IS 269/1976 with the latest revision thereof for ordinary Portland cement and IS 3112/1989 with the latest revision thereof for 43 grade ordinary Portland cement. It shall be of the best normal setting quality unless specially rapid hardening or quick setting quality if expressly instructed by the Engineer to be supplied. Each bag shall bear ISI certification mark and as per specification no.10. of TNBP volume I. The steel bars shall comply with the requirements set fort in the IS 432 part I, IS 1139, IS 1786 as t eh case may be with the latest revision thereof and the test as described for ultimate tensile strength bond test and elongation test. All reinforcing steel shall be clean and free from oil, grease, loose scales or rust or other coatings of any character which would reduce or destroy the bend. Each bundle containing the bars shall bear the ISI certification mark.

1.2

1.3

1.4

All cement / steel shall be tested in nearby laboratories of Polytechnic, or engineering college by the Employer. Two samples should be taken by the Engineer in charge in the presence of the contractor or his authorized representatives or the technical personnel employed by the contractor as in the agreement. The contractor shall without extra cost provide samples and cooperate in the testing of the cement/steel. One sample shall be got tested and the other sample shall be retained by making clear identification in the sample by the Engineer in charge so as to identify at a later date. The cost of such test shall be borne by the contractor.

1.5

All cement shall be procured in bags and shall be stored in a dry place for which the contractor shall be responsible. Consignment of bagged cement shall be properly stacked in a manner which will permit easy access for inspection and definite identification. Cement shall be used in approximately in the chronological order in which it is received, but cement that has been stored for a period longer than 4 months from the date of initial sampling shall not be used unless it has been retested at the expenses of the contractor and passed by the Engineer in charge as good quality on the retest. Cement aged more than 180 days from the date of initial sampling shall be rejected.

1.6

Cement which has become caked or perished shall on non account be used on the works and shall be rejected. Although the engineer may have passed any consignment, he shall however have the power at the subsequent time to reject such consignment if he finds that any deterioration in the quality thereon has taken place.

CONTRACTOR

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

1.7

A record of the quantity of cement/steel procured with the name of dealer till number and date shall be maintained by the contractor. This should be produced for examination by the Engineer in charge at any time. The age of the cement shall be reckoned from the date of manufacture and it shall be verified by the Engineer in charge.

1.8

The rejected consignment of cement and steel should be removed from the site within two days. The water used in making and curing of concrete, mortar and grout shall be free from objectionable quantities of silt, organic matter, injurious amounts of oils, acids, salts, and other impurities etc., as per I.S. specification No.456-1978. The Engineer-in-Charge will determine whether or not such quantities of impurities are objectionable.

Such determination will usually be made by comparison of compressive strength, water requirement, time of set and other properties of concrete made with distilled or very clean water and concrete made with the water proposed for use. Permissible limits for solids when tested in accordance with I.S. 3025-1964 shall be as tabulated below. Permissible limit for Solids: 1. 2. 3. 4. Organic Inorganic Sulphates (as SO4) Chlorides (as CL) Maximum permissible limit 200 mg/litre 3000 mg/litre 500 mg/litre 2000 mg/litre for plain concrete work and 1000 mg/litre for R.C.C. work 2000 mg/litre

5. Suspended matter

If any water to be used in concrete, mortar or grout is suspected by the Engineer-inCharge of exceeding the permissible limits of solids, samples of water will be obtained and tested by the Engineer-in-Charge in accordance with I.S. 3025-1964.

BRICKS:

a) Manufacture :

Common burnt clay building bricks shall conform to the requirements of IS 1077 and shall be of quality not less than class 50 with moisture absorption rate not exceeding 15% as defined in IS : 1077. The bricks shall be chamber burnt and shall not be damaged in any manner and sizes shall conform to the works sizes specified with tolerates as given in 6.2 of IS : 1077.

CONTRACTOR

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

b) Samples :

The Contractor shall deliver samples of each type of brick to the Engineer, and no orders shall be placed without the written approval of the Engineer. All the bricks used in the works shall be of the same standard as the approved samples. The samples shall be preserved on site, and subsequent deliveries shall be checked for uniformity of shape, colour and texture against the samples. If in the opinion of the Engineer any deliveries vary from the standard of the samples, such bricks shall be rejected and removed from the site.

c) Uniformity : The bricks selected for exposed pointed brickwork walls shall be of uniform colour, deep cherry red or copper colour and uniform texture. Only such bricks as are permitted by the Engineer shall be used.

d) Testing : Samples of the bricks shall be tested in accordance with IS : 3495 by the contractor for compliance with the aforesaid, before any order is placed and soon after receipt of a consignment. Tests shall be carried out as and when required by the Engineer on samples selected by the Engineers representative.

e) Laying : Brickwork shall be uniformly bedded, bricks being laid upwards. Each brick shall be floated and rubbed in upon such sufficient quantity of mortar that the mortar is squeezed up into the joints, but if such joints are not filled with mortar by this process they shall be flushed up with the mortar from the next succeeding bed. The courses shall be laid truly and strictly to line and horizontal level.

f) Bond : Brickwork courses shall be alternatively laid in stretcher bond and header bond. Damaged bricks shall not be used. The greatest care shall be taken to prevent mortar dropping on to or in any other way disfiguring or discolouring the bricks and all edges and sides shall be kept strictly plumb and square, in-line and flush with the required finished face. As the work proceeds, it shall be continuously checked with a 2m long straight edge and spirit level.

g) Construction : Walls shall be carried up in uniform manner and no one portion raised more than 1m above another at any one time, the open end being racked out. Over-hang work shall in no case be permitted. Brickwork shall be cleaned down after each days work and newly laid brickwork shall be protected by suitable means.

CONTRACTOR

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

h) Dry weather : In dry weather the suction rate of clay bricks shall be adjusted by wetting as necessary before use. Bricks shall be stored in a free draining area and protected from rain.

i) Lintels : Where brickwork rests upon lintels or supporting ribs of concrete, the bricks shall be cut as necessary and carefully bedded so that proper support to the outer leaf of brickwork is obtained.

j) Pointing : At the time of laying, all joint of exposed brickwork shall normally be raked out neatly and pointed to 15mm depth.

k) Approval : All workmanship shall be strictly in accordance with the foregoing. The Engineer or the Engineers representative reserves the right to reject any of the work ongrounds of shabby workmanship. Such rejected work shall be removed and rebuilt to the Engineers satisfaction.

MORTAR The cement mortar to be used on the work should be generally conform to specification No.13 of TNBP. Only sufficient mortar shall be mixed as required for immediate use. Partly set mortar shall not be used.

Preparation of Mortar: Unless otherwise specified, the cement mortar used in Masonry works shall be cement mortar mix MM5 (1:5) grade using minimum 288 Kgs. of cement per cubic metre of mortar. Mixing shall be done thoroughly preferably in a mechanical mixer. In such cases, the cement and sand in the specified proportions shall be mixed dry thoroughly in the mixer operated manually or by power. Water shall be added gradually and wet mixing continued atleast for 3 minutes. Water should not be more than that required for bringing the mortar to the required working consistency of 90 to 130 milli meteres as required in clause 9.11 of I.S. 2250-1981. The mix shall be clean and free from injurious kind of soil, acid, alkali, organic matter or deleterious substances. Time of use of Cement Mortar: Cement mortar shall be used as soon as possible after mixing and before it has begun to set, within 30 minutes after the water is added to the dry mixture. Mortar unused for more than 30 minutes should not be used and shall be removed from the site of work. The cost of such wasted mortar shall be borne by the bidder. The use of retempered mortar will not be permitted to be used for the masonry.

CONTRACTOR

10

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

Tests of Mortar: Mortar Test cubes shall be cast for the mortar used on the work and shall be tested in accordance with Appendix-A of I.S.2250-1965 code of practice for preparation and use of Masonry Mortars. Such cubes shall develop a compressive strength of atleast 50 Kgs/squre centimetre for MM5 (1:5) Grade cement mortar mix, 75 Kgs/square centimetre for MM 7.5 (1:4) grade cement mortar mix and 30 Kgs/ square centimetre for MM-3 grade cement mortar mix. Mortar not conforming to the specifications will be rejected, and the cost of such wasted mortar shall be borne by the bidder. 2. Aggregates 2.1 Sand shall generally conform to the grading of sand given in clause 4 of I.S.21161189 as detailed below in Table 4(b). Table 4(b): Grading of Sand for use in Masonry Mortars: Percentage passing by Mass 100 90 to 100 70 to 100 40 to 100 5 to 70 0 to 15

I.S. Sieve Designation 4.75 mm 2.36 mm 1.18 mm 600 Micron 300 Micron 150 Micron 2.2

A sand whose grading falls out-side the specified limits due to excess or deficiency of coarse or fine particles may be processed to comply with the standard by screening through a suitably sized sieve and/or blending with required quantities of suitable size and particles. The cost of sand for masonry will not be measured and paid separately and the cost of sand including the cost of stripping, transporting and storing and royalty charges shall be included in the unit price per cubic metre bid therefore in the relevant item of work in the bill of quantities for which this and is required. The maximum quantities of deleterious material in the aggregates, as determined in accordance with IS 2386 (part II)/1963 shall not exceed the limits given in table I of IS 383. Unless otherwise specified all coarse aggregate in RCC shall be graded aggregate of 20mm nominal size. All aggregates shall be stored in hard impervious surface to ensure exclusion of all foreign material and as per IS 4082/1977 and specification no.5 of TNBP volume I. Aggregates having a specific gravity below 2.6 (saturated surface dry basis) shall not be used without the special permission of the Engineer. Admixtures Only where a beneficial effect is produced shall any admixture be used and that too after test has been carried out to convince the Engineer that no harmful effect will be produced by the use of such admixture and after approval by the Engineer. The admixture shall conform to IS 9103/1972.

2.3

2.4

2.5

CONTRACTOR

11

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

4 4.1

Form work and centering Steel/wooden form centering shall be used. If wooden form work is used, it shall consist of planks not less than 40mm thick and strong props. This shall be provided complying with clause 10 of IS 456/2000 and specification no.30.8 of TNBP. The timber for form works shall be best hard wood and got approved by the Engineer in charge. This shall be deemed to be included in the items of contract even otherwise specified. Separator (cover block) For bottom cover of beams, slabs etc., separators of pre-cast cement mortar blocks of suitable size with wire embedment as directed shall be used and tied to the reinforcement. Between layers of reinforcements, separators consisting of pieces of bars of suitable diameters shall be used. The required cover shall be provided as per clause 24-4 of IS 456/2000.

6 6.1 6.1.1

Pipes, Specials and Valves General All types of pipes required for the works should be of good quality conforming to relevant BIS and should be procured from reputed manufacturer of his authorized dealer. Each pipe should bear the trade mark of the manufacturer, the nominal diameter, class, weight, batch number and the last two digits of the year of manufacture suitably and legibly marked on it. The engineer shall have the right to conduct any test to ascertain the quality of the pipes supplied by the contractor. The contractor should make all necessary arrangements for testing the pipes. All the charges and expenses towards the testing shall be borne by the contractor. The materials which are classified for ISI marking should be supplied with ISI marking only. If on examination of any sample from any portion of the supply the material is found to be sub-standard and not fit in accordance with the relevant specification, the entire consignment shall be rejected. In case of doubt whether the material conform to the specification or not, the decision of the Commissioner, Coimbatore Municipal Corporation shall be final. R C C Pipes R C C pipes shall be manufactured with sulfate resistance cement and lined internally with high alumina cement by centrifugal process to resist corrosion and acid formation. RCC pipes of size 300 mm dia of NP2 shall be used and for above 300mm dia of NP3 shall be used for sewer line with rubber rings as the jointing material. The pipes shall conform to IS 458 in regard to the internal diameter, type, class and 3 edge bearing strength. The pipe laying shall conform to IS 783.

6.1.2

6.2 6.2.1

CONTRACTOR

12

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

6.2.1.1

Specification for High Alumina Cement Lined RCC pipes

The main purpose of using High Alumina Cement for lining is to protect the pipe against Sulfate attacks when it is used in sewer lines. All reinforced concrete pipes shall be of spun concrete and lined with a 12mm thick High Alumina lining. The normal proportion of the mix shall be as follows. i. ii. iii. iv. High Alumina Cement one part as per IS 6452 Granite dust passing through IS sieve 150 micron one part Fine aggregate passing through IS sieve 1.18mm as per IS 383 Water cement ratio of the lining mix shall not be more than 0.35 and shall be sufficient to ensure maximum density. Process of manufacture

6.2.1.2

The pipes shall be made by spinning process. The centrifugal force generated by spinning action will force concrete against the mould, removing excess resulting in a dense concrete. The mix for high alumina cement lining shall be mixed in small separation mixer. All the ingredients shall be weighed. As soon as the spinning pipe is completed, the cement mortar shall be fed into the rotating mould uniformly and the pipe shall be spun until the cement mortar is set. 6.2.1.3 Precaution to be taken for high alumina lining i. ii. iii. It is not desirable to mix and do the lining in high constant temperature (temperatures more than 40 degrees) Steam curing should not be used for curing pipes. The high alumina lining shall be kept moist and cool for the first 24 hours. The curing of lining shall be started after 3 to 4 hours after operation. The water cement ration of the lining shall not be more than 0.35

iv. 6.2.1.4

Socket and spigot

The outside of the spigot portion of the pipe shall be coated with epoxy coating and poly solution coating inside the socket portion shall be made before lowering into the trenches. 6.3 Stoneware pipes 6.3.1 The stoneware pipes shall strictly conform to IS 651/1992 and as amended from time to time. The contractor should procure the stoneware pipes form a reputed manufacturer. The contractor should furnish the test certificate issued by the manufacturer. The manufacturers test certificate and third party inspection certificate should be produced by the contractor for the pipes used in the works.

6.3.2 6.3.3 6.3.4

CONTRACTOR

13

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

6.3.5

In addition to the third party inspection, wherever felt necessary, the Engineer shall have the power to test the stoneware pipes for its quality such as internal hydraulic pressure test, diameter, thickness, crushing strength etc., in TWAD Board laboratory. Testing of pipes The manufacture test certificate / third party inspection certificate should be produced by the contractor for the pipes used in the work. The engineer shall have the right to test the pipes, wherever felt necessary for its quality. All testing charges should be borne b the contractor. Testing of material to be used in works, for the quality of finished items shall generally be done by the contractor at his own cost in the laboratory approved by the employer by providing requisite material, transport of test specimen and other assistance required thereof.

6.4 6.4.1

6.4.2

CONTRACTOR

14

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

III CIVIL WORKS 1. 1.1 General : Tamilnadu Building Practice (TNBP) shall be strictly followed for carrying out different items of work for which no standard specifications are available and no alternate specification have been given under the description of works. Where any provision of the TNBP is repugnant ot or at variance with any provision under BIS or description of work, technical specifications and conditions of contract, the provisions of the latter shall be deemed to supercede the provision of the TNBP. Earthwork : Specification Tamilnadu Detailed Building Practice (specification no.23 to the extent applicable) shall be followed for earthwork excavation. 2.2 Conveyance : The excavated earth, blasted rubble etc., shall be conveyed and deposited in suitable places as directed by Engineer in charge within 150m of plant site on one side of the trench only. 2.3 Disposal of surplus earth : The excavated soil which is surplus to that required for refilling and fter allowing for settlement will have to be removed, spread and sectioned at places shown on the site during execution for purpose of widening or leveling the road. Sectioning is to be done as detailed in TNBP. The cost of removal of surplus earth after spreading/leveling/sectioning at site approved by the Engineer in charge to the disposal site will be measured under the relevant item of work in BOQ. 2.4 Shoring, Strutting and Bailing out water The rate for excavation of trench work shall include charges of bailing out water wherever necessary and no extra payment will be made for any of these contingent works. While bailing out water, care should betaken to see that the bailed out water is properly channelised to flow away without stagnation or inundating the adjoining road surfaces and properties. For shoring and strutting, the rate for excavation for the first 2m depth from GL shall include. Shoring and strutting beyond 2m depth from GL, payment will be made as per respective item in BOQ.

1.2

2. 2.1

CONTRACTOR

15

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

3. 3.1

Concrete : Specification Concrete for use in the works shall generally comply with TNBP (specification no.30) and the relevant BIS. The concrete mix shall be in specified proportions satisfying the maximum aggregate size, water cement ratio and required cube strength and workability as per IS 456-2000. Such concrete must be adequately vibrated to form solid mass without voids. The entire concreting works should be done only with the prior approval and the presence of Engineer in charge.

3.2

Mixing of concrete The concrete shall be proportioned as far as cement and aggregate are considered by volume. The amount of water required being measured either by weight or volume the adjustments must be made to frequent intervals at the discretion of the Engineer or his assistant to account for the moisture content of the aggregates. The mixing operation shall be performed only in a mechanical concrete mixer and shall continue until the whole batch of uniform consistency and colour. The mixing of concrete shall be done in accordance with clause 8 and 9 of IS 456-2000.

3.3 3.3.1

Transporting, Placing and Compacting Concrete Transportation, placing and compaction of concrete mix by mechanical vibrators shall be done in accordance with clause 12 or IS 456-2000. it is imperative that all concreting operations be done rapidly and efficiently with minimum re-handling and adequate manpower shall therefore by employed to ensure this. The forms shall be first cleaned and moistened before placing concrete. The mix should not be dropped from such a height as it may cause segregations and air entrainment. When the mix is placed in position, no further water shall be added to provided easier workability. No concrete mix shall be used for the work if it has been left for a period exceeding its initial setting time before being deposited and vibrated into its final position in the member. While one concrete is being placed in position it shall be provided generally complying with clause 12.4 of IS 456-2000 and as directed by the Engineer in charge. The efficiency of tempering and consolidation will be judged by complete absence of air pockets, voids and honey combing after removal of form works. Curing Curing shall be done to avoid excess shrinkage or harmful effort to the members generally complying with clause 12.5 of IS 456-2000. The method adopted shall be effective and any special method used mst be approved by the Engineer and be subject to complete supervision. Any deficiency in concreting such as cracking, excessive honey combing, exposure of reinforcement or other fault which entail replacement of the defective part by fresh concrete and whatsoever remedy reasonable required without hampering the structural safety and architectural concept, all at the cost of contractor.

3.3.2 3.3.3

3.3.4

3.3.5

3.4 3.4.1 3.4.2 3.4.3

CONTRACTOR

16

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

3.5 3.5.1

Removal of Form Work. Removal of form work shall be done as per TNDSS and as per IS 456-2000 and as directed by the Engineer in such a manner that no damage is caused to the concrete work. Testing of concrete During the course of construction works, preparation of test specimens, curing and casting of concrete shall be done in accordance with IS 1199 and IS 516 to ascertain the strength requirements and acceptance criteria indicated in IS 456-2000. The contractor shall provide all apparatus, labour and arrange to test the cubes at his own cost at the test laboratory decided by the Employer. In addition to the above test, any other test which may if desired by the Engineer in charge be carried out from time to time as per relevant specifications at the cost of contractor. In case the concrete does not meet the strength required, all corrective measures shal be taken at once at the contractors cost. The inspection and testing of structures shall be done in accordance with clause 16 of IS 456-2000. Masonry All masonry works such as Random Rubble / Coarse Rubble / Brick work must be done as per TNBP specification and Bid schedule specification. Plastering Plastering would be 12mm, 20mm and 25mm thick cement plaster either plain or with water proof cement as may be specified. The plastering items shall be executed in thickness and cement mortar of proportion as detailed in respective item in the BOQ. Similarly the plastering shall be either ordinaryor with water proof for components as specified in respective item in the BOQ. In case of water proof plaster standard and approved water proofing compound shall be mixed in cement mortar in required percentage as directed and then the plaster is applied. The finishing shall be either smooth or rough as may be directed by the Engineer unless otherwise specifically mentioned in the BOQ. Neat finishing wherever directed by the Engineer shall be done at no extra cost. Curing and watering shall be done as directed and plaster shall be in alignment and level. Any substandard work is liable to be rejected and shall have to be redone at contractors cost. Sand to be used shall be of approved quality only. Cost of all scaffolding shall be included int eh rates quoted in the BOQ.

3.6 3.6.1

3.6.2

3.6.3

4. 4.1

5. 5.1

5.2

5.3

5.4

5.5 5.6

CONTRACTOR

17

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

IV. SPECIAL CONDITIONS FOR SEWERAGE WORKS

1.

Sight rails and boning rods

The works will be set out by the contractor. The contractor shall be required to fix over the centre of each manhole or where a change in direction or gradient occurs a strong timber sight rail, 150mm x 25mm with top edge placed straight and true. These shall be supported and fixed to stout wooden posts at each side of the excavation. The centre line of the sewer shall be marked on eeach sight rail both back and front by a single vertical line drawn thereon and on other side white. All lengths of sewer shall have three sight rails fixed one at each end and one in the centre and worked one wth the other. The boning rods shall have a movable cross head at right angles to the rod. So arranged that it can slide up and down the rod and capable of being fixed at any required position on the rod by screw. The foot of the boning rod shall be pro vided with the shoe made truly at right angles to the rod so that when placed on the pipe being laid it shall rest properly on the pipe when the rod is truly vertical. 2. 2.1 Laying and jointing of stoneware pipe not on concrete. Before laying the pipes, the contractor shall carefully brush them to remove any soil, stones or other material which may be therein, even and regular bed having been prepared, and joint pit excavated to form a recess under the socket of each pipe of no greater width and depth than to enable the pipe jointing to be properly done. Each pipe shal then to carefully lowered and placed singly in the trench and shall rest on the solid ground for a distance of not less than two thirds of its entire length. Each pipe shall be brought into a true line from manhole to manhole, for this purpose, a strong twin line (rat thread) sufficiently long to reach the full length between manholes shall be used. Each pipe shall be set correctly to level by means of the boning rod and sight rails. The spigot of each pipe shall be carefully wrapped with a ring a spun yarn dipped in cement grout or tarred gasket sufficiently thick to properly fit socket of the adjoining pipe and to allow true alignment. The pipe shall then be driven fully home into the socket of the adjacent previously laid pipe and yarn or tarred gasket carefully driven home with caulking tool. The remaining space in the socket shall then be tight and completely filled with cement mortar composed of one part of Portland cement and one and a half parts sand and shall be neatly beveled off around the circumstances and finished at an angle of 45 degree outside the socket of the pipes. A wooden caulking tool shall be used for forcing the mortar into the sockets. A tightly fitting bag of shaving or straw having a rope attached shall be drawn through the pipes as the work proceed to ensure that there is no cement or yarn or other obstruction projecting into the interior. All joints shall be kept moist either by means of wet bags, wet clay or wet earth which ever may be ordered by the engineer to protect them from the sun. such covering shall be removed when the length in tested for water tightness.

2.2

2.3

2.4

2.5

2.6

CONTRACTOR

18

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

3. 3.1

Laying stoneware pipes on concrete In trench where ordinary socket and spigot stoneware pipes are to be laid on concrete bed the method to be adopted is as follows. When the earth is taken out to the proper depth and gradient a concrete bed of suitable thickness and width is to be laid as directed by the Engineer. The top of this concrete bed shall also be to the required gradient. When the concrete has set sufficiently a series of special concrete invert blocks are to be laid about 60cm apart and leveled so that their top surface may be exactly the level of the sewer invert, less the thickness of the pipes. The correctness of level of the pipes is to be ascertained by working a straight edge from the invert of each pipe to block ahead. The pipe must also be checked at intervals for the proper line and level and the first pipe of any length must be very carefully bedded and leveled into position. The object to be obtained by the method above described is to ensure that the outside of the sockets shall be raised approximately 25mm above the concrete bed in order to allow the joints to be made properly in the under side. In his prices for laying concrete, the contractor must allow for doing the work in the manner as above described including cost of blocks. Junctions on stoneware pipes Where shown on the drawing or where directed by the Engineer junction pipes shall be provided at intervals during the construction of sewers, the jointing being effected in a similar manner to the pipe of the sewer in which they are placed. These junction arms shall be closed with stoneware or cement disc and the sockets filled with cement mortar. The trench shall not be filled in until the position and orientation of each junction has been measured and recorded by the Engineer. Manholes Manholes shall be constructed on the sewers I the positions shown in the drawings or in such position as the Engineer may direct. The work shall be done strictly in accordance with the detailed drawings except where alterations are required by the Engineer. The excavation shall not be large that sufficient to admit of the trench being properly timbered and to facilitate plastering outside. The bottom of the excavation shall be properly leveled up, rammed and a bed of concrete laid thereon. When the concrete has sufficiently set the construction of the brick walls shall then be proceeded with and all stoneware pipe connections through the wall shall be made and all iron work fixed in as construction proceeds. Manhole less than 2.5mm from invert to sewer to ground level shall be built rectangular and shall have a flat top constructed as shown in the drawings. Manholes more than 2.5m from surface to invert shall be built circular and the wall corbelled as shown in the drawing. The inside of all manholes shall be plastered with cement mortar 1:3 20mm thick and outside of all manholes with cement mortar 1:5 12mm thick. The manholes bottoms shall be neatly formed to the radius of the pipe and all side connection curved and

3.2

3.3

3.4

3.5

3.6

4. 4.1

4.2

5. 5.1

CONTRACTOR

19

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

channeled to admit the sewage to entire at an angle of 45 degree to the line of flow manholes shall be topped with a circular cast iron frame with cover or cover of such pattern as may be ordered by the Engineer. The manhole frame shall be fixed to the top of the brick work by a layer of cement mortar. 5.2 Where pipes pass through walls of manholes relieving arches shall be turned neatly over the upper half of the pipes. If any pipe enters at such an angle that a relieving arch cannot be properly turned the bricks shall be carefully cut and laid so as to fit closely and neatly against the pipe and a RCC lintel shall be provided to avoid load of the walls being transmitted to the pipes. The stoneware drop pipe connection in manholes shall be secured to the wall of the manholes by suitable clamps and shall be built in as the work proceeds in accordance with the drawings and the above instructions. The cost of this work will be paid separately. The contractor shall include in his prices for completing all manholes in accordance with the drawings. Cleaning out Sewers and Manholes During the whole of the work the contractor shall keep interior surface of sewers and manholes free from cement mortar, bricks, soil or other superfluous matter and shall handover the sewers perfectly clean and free from deposit on completion. Water Test of Sewers All sewers shall be tested before the filling in of the trench or other excavations. Testing shall also be done after refilling of the trench or other excavation, if considered necessary by the Engineer. The testing or retesting shall be carried out by and at the expenses of the contractors who shall also provide the necessary appliances and water for the same. The tests will only be made from manhole to manhole after the manholes connected with the length under test have been completely finished. The test shall be carried out in the following manner. The pipes shall be carefully cleared of all earth or material that may be lying thereon or therein and all joints shall be exposed right round so that through examinations may be made while the pipes are under test. The ends of the pipe shall be closed by means of expanding stoppers and all junctions with stoneware stoppers or cement disc fixed in cement mortar. The last but one pipe at the higher end of the length shall be a junction pipe with the junction arm at the top which will permit of the filling of length with water and also allow the escape of all air in the pipes. The expanding stoppers at each end of the length under test shall have a hold in the centre with a small piece of a pipe screwed therein and threaded on the projecting piece to permit of a flexible tube not less than 2m long fixed there to by a coupling. At the end of the tubing, the following shall be fixed.

5.3

5.4

6. 6.1

7. 7.1

7.2 7.2.1

7.2.2 7.2.3

7.2.4

CONTRACTOR

20

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

a) at lower end of length, a sock. b) At top end of length, a funnel of 15cm diameter. 7.2.5 7.2.6 The top of the runnel shall be fixed rigidly at a height of 30cm above the ground level, or such other height as may be decided by the Engineer. After the above mentioned expanding stoppers have been fixed together with flexible tubing and funnel, the length shall be then be filled with water through the junction arm of the pipe provided therefore. As soon as the water has risen of the level of the filling junction arm an expanding stopper shall be fixed thereon. After a short time has been allowed for absorption, water shall be poured into the funnel until the same is filled to the top. If any of joints are leaking or if during a period of ten minutes the water level in the funnel drops 25mm or more (no more water being added or serer interfered with in any way during the period) the test shall be considered unsatisfactory. If the water does not drop more than 25mm and there is no sign of leakage at any of the joints, the test shall be continued for one hour and at the end of the hour the pipelines including the joints shall be examined and if no indication of sweating or leakage is found then the test will be considered satisfactory. Should the test be unsatisfactory, all such joints or pipes found to be defective shall be removed, replaced or re-laid to the satisfaction of the Engineer by the contractor at his cost. The test shall be done as many times as may be necessary until the length is found to be watertight to the satisfaction of the Engineer. The water required for testing shall be clean. Providing, laying and jointing of pipes & Fittings

7.2.7

7.2.8 7.2.9 8. Scope

The specification covers the requirements for providing, laying and jointing of stoneware and RCC pipes used for the sewerage system as per the relevant IS & National Building Code. Materials Salt Glazed stoneware pipes The stoneware pipe to be used shall be of the approved make and shall conform to IS 651-1980. All pipes shall be perfectly straight and truly cylindrical, glazed inside and outside, free from cracks and flaws, and perfectly burnt. Those not conforming to above mentioned requirements shall be rejected. The pipes used in the project shall be of 200mm, 250mm. RCC pipes RCC pipes shall be manufactured with sulphate resistance cement & lined internally with high alumina cement by centrifugal process to resist corrosion and acid formation. RCC pipes of sizes 300mm dia of NP2 and above 300mm dia of NP3 class shall be used for sewer line, with rubber rings as the jointing material. The pipes shall conform to IS 458 in regard to the internal diameter, type, class and 3 edge bearing strength. The pipe laying shall conform to IS 783.

CONTRACTOR

21

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

Specification for High Alumina Cement Lined RCC pipes General The main purpose of using High Alumina cement for lining is to protect the pipe against sulphate attacks when it is used in sewer lines. All reinforced concrete pipes shall be of spun concrete and lined with a 12mm thick High Alumina lining. The normal proportion of the mix shall be as follows 1. High Alumina cement one part as per IS 6452 2. Granite dust passing through IS sieve 150 micron one part 3. Fine aggregate passing through IS sieve 1.18mm as per IS 383 4. Water cement ration of the lining mix shall not be more than 0.35 and shall be sufficient to ensure maximum density. Process of manufacture The pipes shall be made by spinning process. The centrifugal force generated by spinning action will force the concrete against the mould, removing excess resulting in a dense concrete. The mix for High alumina cement lining shall be mixed in small separation mixer. All the ingredients shall be weighed. As soon as the spinning of pipe is completed, the cement mortar shall be fed into the rotating mould uniformly and the pipe shall be spun until the cement mortar is set. Precaution to be taken for High Alumina lining 1. It is not desirable to mix and do the lining in high constant temperature (temperatures more than 40 degrees) 2. Steam curing should not be used for curing pipes. 3. The High Alumina lining shall be kept moist and cool for the first 24 hours. The curing of lining shall be started after 3 to 4 hours after operation. 4. The water cement ration of the lining shall not be more than 0.35. Socket and spigot The outside of the spigot portion of the pipe shall be coated with epoxy coating and poly solution coating inside the socket portion shall be made before lowering into the trenches. Manhole frames and covers: The manhole frames & covers shall be fibre reinforced concrete with clear opening of 600mm diameter pipe and of heavy duty type to withstand heavy load of traffic (i.e IRC class AA load). The manhole frame & covers shall conform to IS 12592 part I of 1982. It shall be inspected before supply by the Engineer in charge. Manhole steps: The footrest or steps for entry into the manhole or flush tank shall be of plastic encapsulated steps instead of CI steps generally used. The plastic encapsulated steps shall be of 3mm thick plastic encapsulated as per IS 10910 on 12mm dia steel bar as per IS 1786 having minimum cross section as 23 x 25mm and overall minimum length 263mm and width as 165mm with minimum 112mm space between protruded legs having 2mm tread on top surface by ribbing or chequering besides necessary and adequate anchoring / projection on tail length of 138mm and suitable to withstand the bend test, twist test, plastic integrity test and chemical resistance test as per detailed specification. The manhole steps shall be inspected before supply by the Engineer in charge.

CONTRACTOR

22

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

Carting and Handling of pipes Pipes and fittings shall be transported from the factory to the work sites as directed by Engineer. Contractor shall be responsible for the safety of pipes and fittings in transit, loading/unloading. Every care shall be exercised in handling pipes and fittings to avoid damage. While unloading, the pipes and fittings shall not be thrown down form the truck on to hard surfaces. They should be unloaded on timber skids with steadying ropes or by any other approved means. Padding shall be provided between coated pipes, fittings and timber skids to avoid damage to the coating. Suitable gaps between pipes should be left at intervals in order to permit access from one side to the other. In case of spigot socket pipes, care should be taken regarding orientation of pipes while unloading. As far as possible pipes shall be unloaded on one side of the trench only. The pipes shall be checked for any visible damage (such as broken edges, cracking or spalling of pipe) while unloading and shall be sorted out for reclamation. Any pipe which shows sufficient damage shall be prohibited. Storage of pipes: Each stack of pipes shall contain only pipes of same class and size, with consignment or batch number marked on it with particular of supplier wherever possible. Storage shall be done on firm level and clean ground and wedges shall be provided at the bottom layer to keep the stack stable. The stack shall be in pyramid shape of the pipes laid lengthwise and crosswise in alternate layers. The pyramid stack shall be made for smaller diameter pipes for conserving space in storing them. The height of the stock shall not exceed 1.5m. Fittings shall be stacked under cover and separated from pipes. Rubber rings shall be stored in a clean, cool place away from windows, boiler, electrical equipment and petrol, oils or other chemicals. Particularly in the field where the rubber rings are being used it is desirable that they are not left out on the ground in the sun or over night under heavy frost or snow conditions. 9. TRENCH EXCAVATION

General: Trench excavation means excavation of trenches into which the pipe is to be laid. The line and levels of trenches shall be as shown on the drawings or as may be directed by the Engineer in charge. Before commencing trench excavation, the route of the trenches shall be pegged out accurately and the natural ground levels shall be agreed with the Engineer in charge. Width of the trench: The width of trench measured at the crown of the pipe shall permit adequate working space. The trenches shall be widened at sockets and other structures as may be found necessary. Payment for excavation shall be made on quantity basis as per actual dimensions of trench excavated subject to the condition that the quantity shall be limited as per the trench cross section necessary to keep the trench in vertical position.

CONTRACTOR

23

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

Depth of excavation of trenches: The depths for the trenches will be calculated from the surface to the invert of the manholes for the pipes . the trench shall be so dug that the pipe line may be laid to the required gradient between the adjacent manholes and to the required depth. A minimum cover of 0.9m is to be taken above the crown level of pipe upto the ground level / road level. Barricading by fencing, watering, lighting: The parts of the fencing shall be of timber, securely fixed in the ground not more than 2.5m apart. They shall not be less than 10cm India or not less than 1.25m above the surface of the ground. There shall be two rails, one near the top of the post and the other about 0.5m above the ground and each shall be of 5cm to 10cm in diameter and sufficiently ling to run from post to post to which they shall be tied with strong ropes. The method of projecting rails beyond the posts and tying together where they meet will not be allowed on any account. All along the edges of the excavated trenches, a bund of earth about 1m high shall be formed when so required by the Engineer for further projection. Proper provision shall be made for lighting at night and watchman shall be kept to see that this is properly done and maintained. In addition to the normal lighting arrangements the contractor shall provide, whenever such work is in progress, battery operated blinking lights (6 volts) in the beginning and end of a trench with a view to provide suitable indication to the vehiclar traffic. The contractor shall also provide a display special board printed with fluorescent prints indicating the progress of work along the road. In the event of the contractor not complying with the provisions of the clause, they will be imposed fine which will be decided by the Engineer. Further, in all such cases, the work may be carried out at the risk and cost of the contractor. The contractor shall be held responsible for all claims for compensation as a result of accident or injury to persons during the course of execution of the project. The contractor shall at his own cost provide all notice boards before opening of roads as directed by the engineer. Arrangements shall be made by the contractor to direct traffic when work is in progress. Blasting for pipe laying: In case of excavation in rock whether by chipping or chiseling in crowded localities or blasting using explosives in other localities, pre-measurement of the area to be removed shall be got approved by the engineer in charge. After the excavation is completed, the rocky material shall be stacked and got measured by the engineer, so that the removed & stacked material shall agree for the purpose of payment. In case of refilling of the trench, where the pipe are to be laid in rocky strata, the pipe shall be laid true to line and gradient over proper bedding & while the sides and the top of the pipes shall be refilled with borrowed earth from adjoining areas or conveyed earth from other areas. Blasted material shall not be used for refilling the trenches. Trench excavation in roads and footpaths: All trench excavation and other work carried out within the limits of any road shall be completed as rapidly as possible and not more than half of the width of the carriage way shall be obstructed at one time. Road drains shall be kept free from obstruction. In any event the contractor shall take special precautions, which shall include the continuous support of the sides of the excavation, from the time when excavation is begun until the refilling of the trench in places, to ensure that there is no disturbance of the adjacent road or road foundation.

CONTRACTOR

24

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

Where excavated material has temporarily been deposited on a grass margin or road pavement, the margin or road pavement shall on completion of refilling be restored entirely to its original condition to the satisfaction of the concerned department and left free from loose stones. Trench excavation in fields: The term fields includes fields, moorlands, grass verges and like all private lands and no length of trench excavation located in fields be commenced until suitable temporary fencing has been erected around that length unless the engineer permits otherwise. Temporary fencing shall not be removed without the engineers permission, which will not normally be given until the trench excavation has been refilled and reinstated to the original ground condition or as directed by the Engineer. The contractor shall have particular regard to the safety of livestock in fields or which may be introduced to the fields and shall ensure that all open excavations, access routes and steep or loose slopes arising from the contractors operations in these fields are adequately fenced and protected. After the erection of temporary fencing the contractor shall remove top soil to such depth and over such area as may be necessary to provide sufficient material to ensure adequate surface reinstatement of the working areas occupied by the contractor for construction of the pipe line. Trench sides: Loose boulders shall be removed from the sides of the trenches before allowing workmen into the excavation and the trench sides shall be stabilized with screening or other methods approved by the engineer. Trench slopes shall be kept moist where necessary to prevent local sliding s ordered by the Engineer. Timber shoring: Shoring & strutting has to be done for the total depth of trench including the top 2m when the depth of the trench exceeds 2m and above in loose soil. Shoring & strutting has to be done for both sides of the trench. However, when the depth is less than 2m shoring need not be done. Close timbering shall be done by completely covering the sides of the trenches and pits generally with short, upright members called rolling rolling boards. The boards shall generally be placed in position vertically side by side without any gap on each side of the excavation and shall be secured by horizontal walling of strong wood at maximum 1.2m spacing and suitably strutted. If the soil is very soft and loose, the boards shall be placed horizontally against each side of the excavation and supported by vertical wallings, which in turn shall be suitably strutted. The lowest boards supporting the sides shall be taken into the ground and the portion of the vertical side of the trench or pit shall remain exposed, so as to render the earth liable to slip out. The shoring material shall not be of sizes less than those specified below unless steel sheet piling is used or unless otherwise approved by the Engineer in writing: a) Planks 5cm x 25cm b) Walling pieces 10cm x 20cm c) Struts 15cm x 20cm

CONTRACTOR

25

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

Timber shoring shall be close or open type, depending on the nature of soil and the depth of pit or trench. The type of timbering shall be as approved by Engineer. It shall by the responsibility of the contractor to take all necessary steps to prevent the sides of excavations, trenches, pits, etc., from collapsing. In the case of open timbering, the entire surface of the sides of trench or pit is not required to be covered. The vertical boards of minimum 25cm x 4cm sections shall be spaced sufficiently apart to leave unsupported strips of maximum 50cm average width. The detailed arrangement, sizes of the timber and the spacing shall be subject to the approval of the Engineer. In all other respects, the specification for close timbering shall apply to open timbering. In case of large pits and open excavations, where shoring is required for securing safety of adjoining structures or for any other reasons and where the planking across sides of excavations / pits cannot be strutted against, suitable inclined struts supported on the excavated bed shall be provided. Load from such struts shall be suitably distributed on the bed to ensure no yielding of the strut. Inspection by Engineer: When the required levels of trench excavation are reached, the Engineer will inspect the ground exposed and if he considers that any part of the ground is by its nature unsuitable he may direct the contractor to excavate further and to refill the further excavation with such material as he may direct. Should the bottom of any trench excavation while acceptable to Engineer at the time of his inspection subsequently become unacceptable due to exposure to weather conditions or due to flooding or have become puddle soft or loose during the progress of the works the contractor shall remove such damaged, softened or loosened material and excavate further. Disposing material from trench excavation: The contractor shall make his own arrangements for the temporary storage of any excavated material which is required for use in refilling trench excavations, including any necessary double handling. Any excavated material not required for or not suitable for use as refilling shall be removed. Trenches not to be left open: Trench excavations shall be carried out expeditiously and subject to any specific requirements of the contract, the refilling and surface restoration of trench excavations shall be commenced and completed as soon as reasonably practicable after the pipes have been laid and joined. Refilling the trenches: With a view to restrict the length of open trenches, on completion of the pipe laying operations, refilling of trenches shall be started immediately by the contractor. Pipe laying and testing shall follow closely upon the progress of trench excavation and the contractor shall not permit unreasonable excessive lengths of trench excavation to remain open while awaiting testing of the pipe line.

CONTRACTOR

26

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

The trench shall be filled with excavated material above the top of pipe, back filling is to be done keeping at least 90cm length of pipe at the joints, for verification of joints for water tightness during testing. Care shall be taken while back filling, not to injure or disturb the pipe. Filling shall be carried out simultaneously on both sides of the pipes so that unequal pressure does not occur. Walking or working on the completed pipelines shall not be permitted until the trench has been filled to a height of at least 30cms over the top of the pipe except as may necessary for tamping etc., during back filling work. Filling-in shall be done in layers not exceeding 150mm in thickness accompanied by adequate watering, ramming etc., so as to get good compaction. The trench shall refilled so as to build upto the original ground level, keeping due allowance for subsequent settlement likely to take place. Before and during the back filling of the trench, precautions shall be taken against floatation of the pipeline due to the entry of large quantities of water into the trench causing an uplift of the empty or the partly filled pipeling. Measurement: The laying of sewers (RCC/Stoneware) shall be measured from inside of the first manhole to the inside of the adjoining manhole. The manholes are measured from the invert of the manhole to the ground level as the depth of manhole. 10. LAYING & JOINTING OF STONEWARE PIPES:

The contractor should take levels for the laying of sewer line, trunk main, pumping station, pumping main up to Sewage Treatment Plant site before commencement of the work at his own cost. The laying, jointing & testing of stoneware pipes shall conform to BIS code. Before laying the pipes, the contractor shall carefully brush them to remove any soil, stones or other material which may be therein, even and regular bed having bee prepared and joint pit excavated to form a recess under the socket of each pipe of greater width and depth than to enable the pipe jointing to be properly done. Each pipe shall then be carefully lowered and placed singly in the trench and shall rest on the solid ground for a distance of not less than two thirds of its entire length. Each pipe shall be brought into a true line from manhole to manhole. For this purpose, a strong twine line (rat thread) sufficiently long to reach the full length between manholes shall be used. Each pipe shall be set correctly to level by means of the boning rod and sight rails. The pipe shall be laid according to the invert levels provided for the sewer line, true to line and gradient. Any variation in levels during execution or any other revision in design, if found necessary shall be carried out by tenderer without any extra cost. The spigot of each pipe shall be carefully wrapped with a ring of tarred spun yarn dipped in cement grout gasket sufficiently thick to properly fit the socket of the adjoining pipe and to allow true alignment. The pipe shall then be driven fully home into the socket of the adjacent previously laid pipe and yarn or tarred gasket carefully driven home with a caulking tool.

CONTRACTOR

27

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

The remaining space in the socket shall then be tightly and completely filled with cement mortar composed of one part of Portland cement and one and a half parts sand and shall be neatly beveled off alround the circumference and finished at an angle of 45 degrees outside the socket of the pipes. A wooden caulking tool shall be used for forcing the mortar into the sockets. A tightly fitting bag of shavings or straw having a rope attached shall be drawn through the pipes as thework proceed to ensure that there is no cement or yarn or other obstruction projecting into the interior. All joints shall be kept moist either by means of wet bags, wet clay or wet earth whichever may be ordered by the engineer to protect them form the sun. such covering shall be removed when the length is tested for water tightness.

Laying of stoneware / RCC pipes on rocky strata: In trenches where the soil is rocky & slushy or at road crossings, socket and spigot stoneware pipes / RCC pipes are to be laid on sand bed & the method to adopted is as follows. When the earth is taken out to the proper depth and gradient, bedding of suitable thickness is to be laid as directed by the Engineer. The top of this bedding shall also be to the required gradient and to the required hydraulic level. In case concrete bedding is necessary in shallow trenches of rocky, slushy or road crossings M15 concrete at the bottom and alround the pipe shall be carried out, keeping the hydraulic level as per the approved drawings. Junctions on stoneware pipes: Where shown on the drawings or where directed by the engineer junction pipes shall be provided at intervals during the construction of sewers, the jointing being effected in a similar manner to the pipes of the sewer in which they are placed. These junction arms shall be closed with stoneware or cement discs and the sockets filled with cement mortar. The trench shall not be filled in until the position and orientation of each junction has been measured and recorded by the Engineer. Laying & jointing of RCC pipes: The laying & jointing of RCC pipes shall be done as per IS 783. The laying of RCC pipes between the manholes is similar to the procdure adoted for laying of stoneware pipes, perfectly true both in alignment and gradient on specified bedding. The pipe shall be laid according to the inver levels provided for the sere line. Any variation in levels during execution or any other revision in design, if found necessary shall be carried out by tenderer without any extra cost. After jointing, extraneous material, if any shall be removed from the inside of the pipe and the newly made joints shall be thoroughly cured. Rubber sealings rings conforming to IS 5382 are used for jointing the pipes.

CONTRACTOR

28

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

Cleaning of pipes: As soon as stretch of RCC pipes has been laid complete from manhole to manhole or for a stretch as directed by owner / engineer, contractor shall run through the pipes both backwards and forwards a double disc or solid or closed cylinder 75mm less in diameter than the internal diameter of pipes. The open end of an incomplete stretch of pipe line shall be securely closed as may be directed by owner / engineer to prevent entry of mud or silt etc. If as a result of the removal of any obstructions owner / engineer consider that damages may have been caused to the pipe lines, he shall be entitled to order the stretch to be tested immediately. Should such test prove unsatisfactory, contractor shall amend the work and carry out such further tests as are required by owner / engineer. It shall also be ascertained by contractor that each stretch from manhole to manhole or the stretch as directed by engineer is absolutely clear and without any obstruction by means of visual examination of the interior of the pipe line suitably enlightened by projected sunlight or otherwise. Cleaning out sewers and manholes: During the whole of the work the contractor shall keep interior surface of sewers and manholes free from cement mortar, bricks, soil or other superfluous matter and shall handover the sewers perfectly clean and free from deposit on completion. Rubber ring joints: The RCC pipes shall be of spigot & socket type with rubber ring joints. In the case of rubber ring joints the groove and the socket shall be thoroughly cleaned before inserting the rubber gasket. While inserting the gasket it shall be made sure that it faces the proper direction and that, it is correctly seated in the groove. After cleaning dirt or foreign material from the plain end, lubricant shall be applied in accordance with the pipe manufacturers recommendations. The contractor shall make sure that the plain end is beveled as square or sharp edged may damage or dislodge the gasket and cause a leak. When the pipe is cut at site, the plain end shall be beveled with a heavy file or grinder to remove all sharp edges. The RCC pipes with the rubber ring accurately positioned on the spigot shall be pushed well home in to the socket of the previously laid pipe by means of uniformly applied pressure with the aid of a jack or similar appliance. The plain end of the pipe shall be pushed into the socket of the pipe and while pushing the pipe shall be kept straight. If any deflections are to be made in the alignment, it may be made after the joint is assembled. A timber header shall be used between the pipe and crow bar or jack to avoid damage to the pipe while the plain end of the pipe is pushed into the socket either with a crow bar or jack, or lever pullar. Rider sewer: Rider sewer of 200mm dia SW pipes are provided on both sides of the road where the road width is more than 30m and house service connections are connected to the rider sewer. The rider sewers are connected to the main sewers at intervals wherever required as per site condition or as directed by the Engineer in charge. Manholes are also provided in rider sewers at 30m intervals. The procedure for laying & jointing of rider sewers are as per stoneware pipes for sewer lines.

CONTRACTOR

29

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

11.

TESTING OF STONEWARE & RCC PIPES:

All sewers shall be tested before the filling in of the trench or other excavations. Testing shall also be done after refilling of the trench or other excavations, if considered necessary by the engineer. The testing or re-testing shall be carried out by and at the expense of the contractors who shall also provide the necessary appliances and water for the same. The tests will only be made from manhole to manhole after the manholes connected with the length under test have been completely finished. The test shall be carried out in the following manner. The pipes shall be carefully cleared of all earth or material that may be lying thereon or therein and all joints shall be exposed right round so that through examination may be made whilst the pipes are under test. The ends of the pipe shall be closed by means of expanding stoppers and all junctions with stoneware stoppers or cement disc fixed in cement mortar. The last but one pipe at the higher end of the length shall be a junction pipe with the junction arm at the top which will permit of the filling of the length with water and also allow the escape of all air in the pipes. The expanding stoppers at each end of the length under test shall have a hold in the centre with a small piece of a pipe screwed therein and threaded on the projecting piece to permit of a flexible tube not less than 2m long fixed thereto by a coupling. At the end of the flexible tubing, the following shall be fixed. a) at lower end of length, a clock b) at top end of length, a funnel of 15cm diameter. The top of the funnel shall be fixed rigidly at a height of 30cm above the ground level, or such other height as may be decided by the engineer. After the above mentioned expanding stoppers have been fixed together with flexible tubing and funnel, the length shall then be filled with water through the junction arm of the pipe provided therefore. As soon as the water has risen to the level of the filling junction arm an expanding stopper shall be fixed thereon. After a short time has been allowed for absorption, water shall be poured into the funnel until the same is filled to the top. If any of joints are leaking & if during a period of ten minutes the water level in the funnel drops 25mm or more (no more water being added or sewer interfered with in any way during the period) the test shall be considered unsatisfactory. If the water does not drop more than 25mm and there is no sign of leakage at any of the joints, the test shall be continued for one hour and at the end of the hour the pipe lines including the joints shall be examined and if no indication of sweating or leakage is found then the test will be considered satisfactory. Should the test be unsatisfactory, all such joints or pipes found to be defective shall be removed, replaced or re-laid to the satisfaction of the engineer by the contractor at his cost. The test shall be done as many times as may be necessary until the length is found to be watertight to the satisfaction of the engineer. The water required for testing shall be clean. In case of testing of cement concrete sewer pipes of more than 600mm diameter, the permissible quantity of water replenished can be increased by 10% for each additional 100mm dia of pipe

CONTRACTOR

30

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

12.

SEWER APPURTENANCES:

Manholes : Manholes shall be constructed on the sewers I the positions shown in the drawings or in such position as the Engineer may direct. The work shall be done strictly in accordance with the detailed drawings except where alterations are required by the Engineer. The excavation shall not be large that sufficient to admit of the trench being properly timbered and to facilitate plastering outside. The bottom of the excavation shall be properly leveled up, rammed and a bed of concrete laid thereon. When the concrete has sufficiently set the construction of the brick walls shall then be proceeded with and all stoneware pipe connections through the wall shall be made and all iron work fixed in as construction proceeds. Manhole less than 2.5mm from invert to sewer to ground level shall be built rectangular and shall have a flat top constructed as shown in the drawings. Manholes more than 2.5m from surface to invert shall be built circular and the wall corbelled as shown in the drawing. The inside of all manholes shall be plastered with cement mortar 1:3 20mm thick and outside of all manholes with cement mortar 1:5 12mm thick. The manholes bottoms shall be neatly formed to the radius of the pipe and all side connection curved and channeled to admit the sewage to entire at an angle of 45 degree to the line of flow manholes shall be topped with a circular FRC frame with cover conforming to IS 12592 part I, heavy duty 600mm dia. The manhole fame shall be fixed to the top of the brick work by a layer of cement mortar. Where pipes pass through walls of manholes relieving arches shall be turned neatly over the upper half of the pipes. If any pipe enters at such an angle that a relieving arch cannot be properly turned the bricks shall be carefully cut and laid so as to fit closely and neatly against the pipe and a RCC lintel shall be provided to avoid load of the walls being transmitted to the pipes. Plastic encapsulated steps shall be built in each manhole as the work proceeds one being inserted to every four courses of brick work, horizontal distance center to center of each row being 300mm. The contractor shall include in his prices for completing all manholes in accordance with the drawings. Wherever the drop depth for sewer line exceeds 0.6m drop manholes are provided. Drop manhole shall be constructed on the sewers in the position shown in the drawings or in such position as the engineer may direct. The work shall be done strictly in accordance with the detailed specification / drawings except where altercations are required by the engineer. The stoneware drop pipe connection in manholes shall be secured to the wall of the manholes by suitable clamps and shall be built in as the work proceeds in accordance with the drawings. Any variation in locating the drop manholes and subsequent revision in levels during execution if found necessary, shall be carried out by the tenderer at his cost. 13. APPLICABLE CODES:

The providing, laying & jointing at work site of stone ware RCC, CI, PSC pipes & fittings shall comply with all currently applicable statutes, standards & codes. In particular, the following standards unless otherwise specified herein shall be referred. In all cases, the latest revision of the codes shall be referred to. If requirements of this specification conflict with the requirements of the codes and standard this specification shall be covered.

CONTRACTOR

31

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

IS IS IS IS IS IS IS IS IS IS IS IS

: 458 : 782 : 783 : 784 : 1536 : 1538 : 3114 : 3597 : 5382 : 6587 : 651 : 4127

Specification for pre-cast concrete pipe Specification for caulking lead Code of practice for laying of concrete pipes Code of practice for pre-stressed concrete pipes
Specification for centrifugally CI(spun) pressure pipes for water, gas and sewage.

Specification for CI fittings for pressure pipes for water, gas and sewage Code of practice for laying of CI pipes Method of tests for concrete pipes Specification for rubber sealing rings for gas mains, water mains and sewers Specification for spun hemp yarn Specification for Stone Ware pipes and fittings Code of practice for laying Stoneware pipes

14. PUMPING MAIN Material: PSC Pipes Pre-stressed concrete pipes of 350 MM 8 KSC Pipes withstanding the pressure of6/Kg sq cm are provided for conveying main with necessary bends, tees and valves. Prestressed concrete pipes shall confirm to IS 784 / 1978 and code of practice 1348 / 1980 as amended. The pipes shall be designed to operate under a surcharge of 1.5 to 2m when laid in the trench. Pre-stressed concrete pipes are manufactured by concrete mixing by weigh batching and using HT wire for circumferential & longitudinal pre-stressing, HT wire being procured by the contractor. The wall of PSC pipe shall be sufficiently thick to ensure that during and immediately upon completing pre-stressing operation, the stress in concrete shall not excee"d the limit specified in relevant clauses of IS 1343 /1980 & IS 784 / 1978. The value of this compression stress shall not be less than 10kg / sq.cm. The prestressing of circumferential & longitudinal pre-stressing shall be done as per IS code practice. The design calculation for PSC pipes and specification furnished by the contractor shall be got checked by engineer through structural engineering research centre, India before manufacture. During the manufacture of the pipe the contractor shall make periodic tests over the ranges of measurement involved in the batching operation. The tests shall be made in the presence of the engineer in' charge, shall be adequate to determined the accuracy of the measuring device unless otherwise approved in writing.

CONTRACTOR

32

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

V. PIPE LAYING WORKS 1. General 1.1 The earthwork for the pipe laying work shall generally conform to the invert level given in the drawing 1.2 Wherever necessary, sand cushioning for the bed shall be given as per IS Standards and as directed by the Engineer in charge. The pipe should be laid true to the alignment line and grade Wherever necessary, appropriate bends should be used. The pipes laid must be Jointed properly and carefully by using approved type of jointing materials. After the pipes are laid and jointed, the pipelines are to be subjected to hydraulic pressure test-as-detailed in the relevant BIS Specification for various types as indicated below. Cast Iron Pipes PVC Pipes PSC Pipes Clause 6 of IS 3114/1994 IS 7634/1975 Clause 2 of IS 783/2001

1.3

In portion of pipeline, where the pipes have developed cracks or sweating, such pipes with jointing materials shall be removed and re laid with new pipes at the contractor's cost and the pipe line shall be re tested to the entire satisfaction of the Engineer in charge. No extra payment will be made on this account. The bidder has to make his own arrangements for the procurement of the required equipments for testing of pipes which shall be subjected to such test as the Engineer-in-charge deems fit to ensure the accuracy of the gauge. 1.4 Refilling shall be done with proper compaction with excavated earth. In no case the contractor shall be allowed to refill the trenches in hard excavated portion to be refilled by the boulders or excavated stuffs. This portion of trench shall be refilled by the soft strata from excavated stuff from distance place at no extra cost. The refilling shall be done in 15 cm thick layers duly watering and compacting each layer. The refilling may be done up to a height of 20 to 30 em than the natural ground level to allow that sinking afterwards. If the refilling gets sunk below the natural ground level at anytime till the completion of the work, the contractor at his cost should make good the refilling to the required level as may be directed by the Engineer in charge. In case of pipe trenches, the Engineer may reduce the width of trench wherever a hard strata is met with, if he feels adequate and just sufficient to lay the pipe line in order to reduce the hard rock quantity. In such case the contractor will be paid as per the actual measurement. If the work is in a residential area, the contractor should carry out the excavation carefully to avoid collapse of any structure. Valves shal! be provided with valve pits with proper cover to bear the loads coming on it as per bid documents and departmental drawings and specification. Adequate protective measures should be taken against surge pressure. Zero velocity valves and air cushion valves should be provided at the appropriate places Thrust blocks and anchor blocks should be provided at all bends and appropriate places. Water required for testing the pipeline shall be arranged by the contractor at his cost.

1.5

1.6 1.7 1.8

1.9

CONTRACTOR

33

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

2. laying of Cast Iron Pipes 2.1 The laying and jointing or cast iron pipes shall be carried out as follows: Before laying the pipes, the contractor shall carefully brush them to remove any soil, stones or other materials which may be therein. An even and regular bed having been prepared and joint pit excav2ted to form a recess under the socket of each pipe of no greater depth and width than to enable the pipe jointing to be property done. Each pipe shall then-be carefully lowered and placed singly in the trench and shall rest in the solid ground for a distance of not less than two thirds of its entire length. In places where the soil is not hard, cement concrete bed blocks or timber piles have to be provided under the pipes if directed by the Engineer in charge. 2.2 Pipes not Truly Laid Any pipe or pipes laid, which on inspection are found to diverge from the true lines and levels shall be removed and re laic to the true lines and levels and the old jointing properly cleared off the pipes and fresh joints made by the contractor at his expense. Any pipes damaged in removal shall be replaced by the contractor at his cost. 2.3 Cutting of C I Pipes Where necessary and as ordered by the Engineer in charge, the Contractor shall cut the pipes and fix and joint common collars for jointing spigot ends. The cut ends of the pipe shall be made truly at right angles with the axis of the pipe. 2.4 Covering up Open Ends The Contractor shall take particular care to ensure that the apertures and open ends of pipes are carefully covered whenever the workmen are not actually employed therein. 2.5 Jointing of C I Pipes The trench must be kept quite dry during jointing unless in any particular case the Engineer permits laying of the pipe in wet conditions. Plain spigot and socket pipes shall be joined as follows. 2.6Lead Joints Generally lead joints shall be used for all sizes. In the case of 100 mm pipes, cement joints may be used if specified in which case for every ten cement joints, one lead joint shall be used. Provision of lead joints shall also be made at street crossings, at closing joints and for all specials and as determined by the Engineer depending upon the site condition. The spigot of ti1e pipe must be forced well home into its socket and must be centered, so that the joint may be of even thickness all round. As many laps of white hemp spun yarn as may be needed to leave the space required for the lead shall be driven to the bottom of the socket without being forced through the joint into the pipe but carefully driven home with a caulking tool. The proper depth of each joint shall be tested before running the lead by passing completely round it a wooden gauge, notched out to the correct depth of lead, the notch being held close against the face of the socket. The joints shall then be run with molten lead insufficient quantity so that after being caulked solid, the lead may project 3 mm beyond the face of the socket against the outside of the spigot but must be flush with outside edge of the socket. For pouring lead in the joints, a ring of hemp rope covered with clay shall be wrapped around the pipe at the end of the socket leaving an opening at the top of the socket into which the lead can be poured. The hemp rope shall be supported by clay packing so as to withstand the operation of lead pouring.

CONTRACTOR

34

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

The lead used shall be carefully skimmed of all scale, when melted in a cast iron pot or patent melting machine. Sufficient lead shall then be taken by a ladle and run hot into the joint, and the joint filled at one running. The joint shall then be caulked when cool by a suitable caulking tool and a 2 kg hammer and the joint left neat and smooth. The weight of lead and hemp which shall be used in each joint shall be in conformity with the table given below or as specified by the Engineer. Quantity of lead and spun yarn for different sizes of pipes Nominal Size of pipe (in mm) 80 100 125 150 200 250 300 350 400 450 500 600 700 750 800 900 1000 1100 1200 1500 Lead / Joint (in Kg.) 1.8 2.2 2.6 3.4 5.0 6.1 7.2 8.4 9.5 14.0 15.0 19.0 22.0 25.0 31.5 35.0 41.0 46.0 50.0 66.50 Depth of Lead Joint (in mm) 45 45 45 50 50 50 55 55 55 55 60 60 60 60 65 65 65 65 70 75 Spun yarn per joint 0.10 0.18 0.20 0.20 0.30 0.35 0.48 0.60 0.75 0.95 1.00 1.20 1.35 1.45 1.53 1.88 2.40 2.40 2.60 2.80 Note: The quantities of lead and spun yarn given in the table are provisions and variation of 20 percent is permissible. a) Flanged Joints Flanged joint should be made by painting the facing of the flange with white lead freely and bolting up evenly on all sides. A thin fibre of lead wool may be very useful in making the joints water tight where facing of the pipes is not true. When packing must be used, it should be of rubber insertion of approved thickness. The packing should be of the full diameter of the flange with proper pipe hole and bolt holes cut out evenly on both the inner and outer edges. Where the flange is not fully faced, the packing may be of the diameter of the packing strip only. Proper placing of the packing should be checked before another pipe is joined on.

CONTRACTOR

35

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

b) Cement Joints The cement for the joints shall conform to IS 269/ 1989 specification for ordinary, rapid hardening and low heat portland cement. Cement and water taken in proportion 8: 1 by weight shall be thoroughly mixed. The mixture shall be such that when it is tightly compressed by hand into a ball and the ball. is broken into two pieces the break shall be clean. If the hand becomes water stained, it has to be considered that the water is excessive. If there is evidence of crumbling in the break, water added is less than required. The cement mixture shall ring with metallic sound while caulked. Cement which has been wet for more than one hour or which has undergone initial set shall not be used for jointing. Making the joints When new pipes are laid close ahead of a newly made cement joint, the disturbance caused during the forcing home of the pipe ends into the sockets during the adjustment of the pipe to proper alignment may damage the new joint. To avoid this damage, jointing shall be done only when there are atleast six pipes laid to the final grade and alignment ahead of the joint to be made. Starting at the bottom of the joint space shall be filled with wetted cement and caulked. The remaining joint space shall than be refilled with cement and caulked until the joint is practically flush with the face of the socket. The mixture shall be thoroughly compacted to make water tight joint. No water shall be allowed to touch the joint until the initial set had taken place. Immediately after initial set has taken place, the joint shall be covered with wet burlap, or other approved wet materials to ensure complete hydration of the cement. No water shall be allowed into the pipe until the elapse of 12 hours after the last joint in the line is made. Filling the pipe with water without pressure after this interval will be beneficial to curing of the joint. c) Rubber Ring Joints In the case of rubber ring joints or push on joints, the groove and the socket shall be thoroughly cleaned before inserting the rubber gasket. While inserting the gasket It shall be made sure that it faces the proper direction and that it is correctly seated in the groove. After cleaning dirt or foreign materials from the plain end, lubricant shall be applied in accordance with the pipe manufacturer's recommendations. The Contractor shall make sure that the plain end is beveled as square as sharp edges may damage or dislodge the gasket and cause a leak. When the pipe is cut at site, the plain end shall be beveled with a heavy file or grinder to remove all sharp edges. The plain end of the pipe shall be pushed into the socket of the pipe and while pushing, the pipe shall be kept straight. If any deflections are to be made in the alignment, it may be made after the joint is assembled. A timber header shall be used between the pipe and crow bar or jack to avoid damage to the pipe while the plain end of the pipe is pushed into the socket either with a crow bar or jack, or lever puller.

CONTRACTOR

36

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

2.7 Fixing Sluice Valve The sluice valves to be fixed on the pipelines shall be examined, cleaned and placed in the positions as shown in the drawings. The valves shall be placed on the pipeline and valve chambers constructed according to drawings. The depth at which the valve is to be laid and the dimensions of concrete and masonry shall be varied when necessary under the orders of the Engineer. As the pipes in some instances may be required to be fixed at a less depth than will permit the top of the valve spindle being below the level of the road (but this may only be incases where the position of the valve is to one side of the metalloid road) the walls' of the valve chamber shall in such cases be carried upto such height at may be ordered, and the chamber shall have such covering as the Engineer may direct. The valve shall be supported in the valve chamber so that no stress or strain occurs in the flange or other joints of the valve. The valve shall be carefully protected from slime or dust by a suitable mat or gunny covering and the pit itself shall be cleared of all unwanted material. 2.8 Fixing Scour Valve Scour valves shall be fixed at places shown in the drawings or as directed by the Engineer, and the scour connections from the main shall be carried out completely as per drawings. 2.9 Fixing Air Valve Air valves shall be fixed at the summits of pipe lines or at places as may be directed by the Engineer. The air valve connections etc., shall be carried out as per drawing. 2.10 Interconnection Work The Interconnection Work between the existing main and proposed main to be laid under this contract shall proceed from the new main to the existing main. Before actually proceeding with the interconnection work, the Contractor shall make ready necessary tools and plants required for the work at site, such as pumpsets, shoring materials etc., He shall also keep ready at site necessary pipes, specials, valves if any required for the work. The Contractor shall keep necessary skilled workmen of sufficient strength at site and once the work is commenced, the entire interconnection works shall proceed without interruption by engaging labour for carrying out the work on a continuous basis both day and night till the work is completed. The work shall be executed as per programme drawn up by the Engineer and shall be completed within the time ordered by the Engineer, for each individual \interconnection. The work shall be carried out under the direction of the Engineer from the beginning to end. Laying of Specials, valves (except straight pipes from the branch of the new main to the connecting point in the existing main) including conveying specials etc., from the stores or site of stacking, excavation, timbering, pumping out water from the trenches, lowering, aligning, jointing specials and valves cutting the existing mains, baling out water, inserting the necessary branches, jointing, testing, refilling etc ., shall comprise as one unit of work and will be paid at the lumpsum rate quoted in the schedule for interconnections. 2.11 Works to be left Water tight The Contractor shall construct the pipes chambers and all other Works so that they shall be water tight. Should any leakage appear, it shall be made good by him at his expense by removing and reconstructing the portions of the Work so affected or by other method which will render the Work thoroughly water tight to the satisfaction of the Engineer.

CONTRACTOR

37

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

2.12 Cleaning of Mains During the execution of the work the contractor shall keep the interior surface of the mains free from cement, brick, soil or other superfluous matter and shall hand over the mains perfectly clean and free from deposit on completion. 2.13 Masonry Chambers Chambers for sluice valves, inspection, scour valves, air valves shall be constructed on the pipes in the positions as shown in the drawings or in such positions as the Engineer may direct. The work shall be done strictly in accordance with the detailed drawings or as ordered by the Engineer. The excavation shall not be made lower than necessary to admit of the earth being properly timbered. The bottom of the excavation shall be properly levelled, rammed and a bed of concrete laid thereon. When the concrete has sufficiently set the building of the brick walls shall then be proceeded with and all iron work fixed in as the building proceeds. The inside of all chambers shall be plastered with cement mortar 20 mm thick and the outside with cement mortar 12mm thick. The chamber shall be topped with pre-cast R.C.C. Slab 1:2:4 or cast iron surface box of valve cover as ordered by the Engineer. The surface box or valve cover shall be fixed on the top of the R.C.C. slab by a layer of; cement mortar and sides of the surface box or valve cover covered over with cement concrete. Where pipes pass through walls of chambers relieving arches shall be turned neatly over the upper half of the pipes or R.C.C. lintels shall be provided to avoid load of the walls transmitted to the pipes. Cast Iron steps shall be built in each chamber as the Work proceeds on being inserted to every 4 courses of brick work, horizontal distance center to center of each row being 30 cms. The Contractor shall include in his rate for brick work cost for fixing steps, frame, cover etc., for completing all chambers in accordance with the drawings and with the above specifications. 2.14 Testing of Main-Hydrostatic Test After laying and jointing the pipes and specials, the pipe lines shall be tested for hydrostatic pressure in such length as may be specified by the Engineer. The test pressure shall be equal to 50% or such other higher percent as may be specified in excess of the pressure the pipe will have to withstand subsequently subject to a minimum test pressure of 7 kg/sq.cm. in the case of lead joints. However in the case of cement joints, the joints may be tested to a minimum test pressure 3.5 kg/ sq.cm. If cement joints show seepage or slight leakage, such joints shall be cut out and replaced as directed by the Engineer and the test repeated. The contractor shall make his own arrangements to procure, necessary equipments, apparatus etc., required for testing and shall provide necessary labour for filling with water the length of pipes to be tested, fixing all apparatus and for carrying on the testing operations until the length of pipes specials and connections are finally passed by the Engineer. The length to be tested shall be provided with two blank flanges fastened on in the usual manner by collar bands and bolts to the end pipes or if the length to be tested shall have a sluice value at each end, such blank flanges may be dispensed with.

CONTRACTOR

38

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

The length of pipes to be tested shall first be filled in with water from a higher section of pipes already laid or with clean water shall be arranged at the contractor's expense with the approval of the Engineer. Before the actual testing pressure is applied any air which has lodged in the length of pipes to be tested shall be got rid of, by screwing on at the highest part of the length of pipes or temporary air valve, or, by opening a temporary stop-cock or by other mean as the Engineer may direct. The test pressure shall then be applied to the length of pipes under test by a hand or powered hydraulic test pump. The connection of the test pump to the length of pipes shall either be at the union connection provided at ~ blank flange or shall be at a temporary stop cock or fountain connections as the Engineer may in the circumstances direct. The actual test shall be made by pumping water into the length of pipes under test, until the test pressure as specified above has been reached on the pressure gauge. The test pressure shall be maintained for one hour or for such other period of time as may set by the Engineer and each joint will be inspected. While the pressure is on, the pipes should be struck smartly with a 2 kg hammer. When a flange joint is found to be leaking, care shall be taken that while tightening up the flanges, the neighboring joints are not affected. If the length of pipe line under test is found to be satisfactory and no leaks or sweatiness are found at the pipe joints or at the joints of specials and connections then this length of pipe line will be passed by the Engineer. But should any pipe, joint, special or connection be found to sweat or leak, the contractor shall make good at his cost such defective joint and the length of pipe line shall be re tested by the Engineer until ail pipes, joints, specials and connection are found to be satisfactory. H any pipe or special leaks or bursts, the damaged portion shall be removed and new pipes or specials shall be laid and jointed at the contractor's cost. 2.15 Restoring Road Surface The surface of the road or ground shall be finished off to the proper level with the same kind of materials the surface consisted of before the excavation commenced, except in the case of superior roads and tarred roads in which case the surfaces should be finished off with water bound macadam surface. Should any settlement occur after refilling is completed, and upto the end of the period of maintenance, it shall be made good at once and the surface restored to the satisfaction of the authority under whose jurisdiction such road or ground may be, all at the cost of the contractor.

2.16 Collection of Rubbish The Contractor shall, at his cost on the completion of the Work remove all water and all materials or rubbish of every description which may have been collected in the works find a deposit thereof and anything which my have collected within the works during the period of maintenance shall also be removed before the Works are finally accepted by the Employer.

CONTRACTOR

39

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

3. Laying and Jointing of Asbestos Cement Pressure Pipes NIL

4.Laying and Jointing of PVC pipes

NIL

i) Rubber Ring Joint. The pipes for rubber ring joints are supplied with both ends chamfered. A mark should be made at a distance from the pipe an end equal to half the length of the coupler. The inner side of the coupler ring and the chamfered end of the pipe should clean and dry. The '0' ring is then slipped into the coupler. The ring and the chamfered end of the pipe are lubricated with a lubricant. The coupler and the pipe should be carefully aligned and should be truly coaxial. The coupler is then pushed home into the pipe or the pipe is pushed into the coupler to make the joint. 5. Laying and Jointing of RCC Pipes

The laying and jointing of RCC pipes shall be done as per IS 783 -- 1985 and testing will be done as prescribed in the relavant Indian Standards. .

CONTRACTOR

40

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

VI. PUMPSETS AND ACCESSORIES ' 1. General 1.1 ,

All the Materials used shall confirm to the relevant BIS and should be delivered at site of work. The Contractor is responsible for safe custody of machinery and other equipments under this contract till handing over to the employer. The rates should include all the minor items of civil works, if any required for installation complete. All necessary civil works for erection of all equipments and accessories offered by the contractor under this contract-should be done by the contractor Test certificates for machinery and equipments should produced along with supply The bidder should enclose the performance curve duty indicating the duty point for the size of the impeller selected (family curve should not be furnished). The Performance curve should furnish complete range of operation and the curve should be authenticated by the manufacturer or his authorized dealer. In the event of non compliance the offer shall be summarily rejected. The contractor shall make necessary arrangements to get supply of electricity from TNEB for operating the machinery and equipment. Necessary payment to be made to the EB shall be borne by the employer Before supply of machinery, equipments and other accessories prior approval of the Engineer should be obtained giving the name of makes and other details required. Obtaining approval of electrical layout diagram for the installation of all the equipments (transformers, generators, pumpsets and other accessories) and obtaining safety certificates on completion of work from Chief Electrical Inspector to Government of Tamil Nadu should be arranged and got approved by the contractor at his cost. All the materials should be supplied as per BOQ and should be of standard makes mentioned below: SINo 1 2 3 4 5 6 Description Make Submersible Pump Kirloskar/ Kishore/ KSB/ Grundfos or equivalant Make of Motor Jyothi/ NGEF/ GEC/ Crompton & Greeves/ Siemens or equivalant Make of Transormer Kirloskar/ GEC/ Indo TECH/ Hidustan or equivalant Diesel Generator Kirloskar/GEC or equivalant Starter Built by any CPRI approved panel builder Or equivalant Switc Fuse and circuit L&T/ Cutler Hammer/ Siemens/ Schnider h breaker Or equivalant Cables Finolex/ Unista/ Uniflex, or equivalent IS1 branded equivalant Valves Venus/ .' Upadyaya/ CALSONS/ Durga or equivalent I I

1.2 1.3 1.4 1.5

1.6

1.7 1.8

1.9

7 8

CONTRACTOR

41

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

1.10

The right of choosing the make among the makes offered by the contractors rest with the employer only ' The submersible pumps centrifugal pumps, turbine pumps, submersible motors, motors ,for turbine and centrifugal pumpset transformer, generators, Panel Boards, to be supplied by the firm will be inspected by the Inspecting Agency fixed by the Employer at the manufacturers premises and test certificate will be issued. The contractor should make necessary arrangements for the inspecting staff at his own cost for testing the above pumpsets. If the complete plant or any portion thereof ~s found to be defective the Engineer shall give the contractor a notice in writing to verify such defects. If the contractor fails to rectify the defects, within the specified period the Engineer will rectify the defects at the contractor's risk and cost. Submersible Sewage pump

1.11

1.12

2.

Non clog submersible pump set General The submersible sewage pump shall be mono-block type of non-clog design. It shall be suitable for pumping raw unscreened sewage containing sludge, long fibers, plastic pieces, cigarette butts, etc. The pump shall be able to pass through soft solids of minimum 100 mm dJa and capable of dealing with sewage / sludge with specific gravity of 1.05. Pumps shall be of 960 rpm for high duty pump and 960/1450 rpm for low duty pumpsets. Impellers shall be of single / double vane non-clog design. Additionally, a special contrablock cutting and tearing system should also be incorporated on the suction side of the pump for disposing off soft material which would otherwise clog the pump. Maintenance free antifriction, permanently grease filled ball bearing shall be provided and this shall take care of all the axial and radial forces at any point of operation. The weights of the revolving parts of the pumps including the unbalanced hydraulic thrusts of the impellers shall be carried by thrust bearings provided in each pump assembly. The pump installation design shall be such as to facilitates automatic installation and removal of the pump without having to enter into the sewage pit. profile gasket shall be provided in automatic coupling system so to avoid metal to metal contact between the pump and delivery bend to ensure leak-proof joint. 3.Pump Construction Pump Casing Pump casing shall be of CI as per IS 210 Gr FG 200 with 2.0% to 3.0% nickel. The internal surfaces shall be free of rough spots. The casing shall have centre line discharge. The high capacity pumps at New Pumphollse shall work in parallel two at a time to discharge peak flow. Third pump will be stand by.

CONTRACTOR

42

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

4.

Impellers

Impellers shall be of stainless steel (CF8M) construction. Impeller shall be of single/double vane non clog design. Additionally, a special contra-block cutting and tearing system should also be incorporated on the suction side of the pump for disposing off soft material which would otherwise clog the pump. 5. Pump Shaft

The pump shaft shall be of stainless steel (55-410) as per manufacturer's standard. The shaft shall be of one piece construction. D/E spanners 1 set Ring spanners 1 set Bearing puller 1 N.o Grease gun 1 N.o Hand gloves tested for electrical .operation 1 Pair Ball peen hammer 1 N.o Screw Drivers 1 set Electrical tester 1 N.o Electric megger 1N.o 6. COMPLETION PLANS The successful bidder shall be requested to furnish completion plans in triplicate within one month from the date of the first testing of the plants. The plan should show the entire layout of the plant executed. Five copies of plan should be supplied to the Employer and one to be framed and suspended in the Head works. The contractor shall in addition to the above furnish detailed specifications of the equipment provided to the Employer with all technical data. 7. MAINTENANCE MANUAL The periodical maintenance schedules far each equipment shall be given with reference to the hours of operation. Detailed information about the spare parts (part name, identification number etc.) should be given. The copies of the manuals should be furnished within .one month from the date of commissioning. 8. The contractor should supply one set of tools far the pumpset maintenance of the machinery and equipments supplied by them under this contract. 9 General 9.1 Cable lengths given are only approximate and payment will be made for the actual lengths of cable laid. 9.2 The contractor has to make necessary arrangements to get supply of electricity from TNEB for .operating the machinery and equipments. The necessary service connection and S-D charges will be paid by the Board. The Contractor should obtain all approvals for the installation and commissioning .of machineries and accessories offered by them from the respective Inspecting authorities such as GEIG .or CIFG etc. Fees if any, to be paid to the inspecting authorities will be reimbursed by the Beard. Before supply .of the machinery equipments and .other materials, prier approval of the Engineer shou1d be .obtained giving the name of maker and other details required.

9.3

9.4

CONTRACTOR

43

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

10 10.1 10.2 10.3

Electrical Wiring and installation of fittings The materials used far conforms to the relevant 1.5.5 wherever applicable. The make and other details of materials to be used should be furnished along with the tender. Continuous earth connection are to be made with 14 SWG T.C. wire. The wiring work done shall be neat, true to line, level etc. and in such a way that it gives an impressive and aesthetic appearance to the building. The actual location and number of points for lights, tans power plugs etc. may be altered at the time of execution by the Engineer. Entire wiring and cabling work should be done as per IE rules.

10.4

10.5

10.6. Any damages or breakages, chipping etc. caused by the electrification works to the structures have to be rectified by the contractor at his cost to the satisfaction of the Engineer. 10.7. The Contractor has to test and every point after completion of wiring to the entire satisfaction of the Engineer by taking temporary supply from the existing service. 10.8. Wiring to light point (both internal and external) and fan p9int will be treated as complete only when supply as well as connection upto the ceiling rose is completed. 10.9. Whenever conduit pipe wiring is done, cover for switch boards containing switches, plugs, etc. should be of hylam sheet or other specified sheet only.

CONTRACTOR

44

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

VII ANNEXURES I) Pump Characteristics

II)

a) Submersible Pump

c) Motor for Submerible Pumpset

III)

Starters

(The above annexures as applicable should be filled in and duly signed and enclosed with the Bid)

CONTRACTOR

45

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

ANNEXURE I Pump Characteristics S.No. a) b) c) Description Capacity in LPM (Discharge) Total head in meters Net positive required suction head Technical Details Remarks

d)

HP absorbed by the Pump i) at duty point ii) at max BHP point given the the range of curve finished.

e)

HP of the motor offered

Note : The motor must not get over loaded, at Positive Low Head conditions due to Maximum W.I conditions in Borewell / well

CONTRACTOR

46

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

ANNEXURE - II (a) Submersible Pumps 01. 02. 03. 04. 05. 06. 07. 08. 09. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. Name of Manufacturer Type of Pump and Model Number of stages Material of strainer Delivery Branch dia (in mm) Total Discharge in LPM Material of casing Type of impeller Material of impeller Material of impeller shaft Type of bearings Are the bearings external or internal Material of bearings Makers name and code number of bearings Whether moving parts are balanced If so, type of balancing BHP of the pump Efficiency of the pump Weight of the pump Diameter of the pump Pump speed : : : : : : : : : : : : : : : : : : : : :

Are the characteristics curves the pumps attached : Total head Does the pump conform to BIS specification : :

CONTRACTOR

47

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

25. 26. 27. 28. 29.

Specification reference What is the nature of drive Type of coupling Weight of the heaviest part of the pump Weight of the pump complete

: : : : :

CONTRACTOR

48

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

ANNEXURE - II (b) Motor (for submersible pumpsets) 01. 02. 03. 04. 05. 06. 07. 08. 09. Name of manufacturer Type of Motor Brake Horse Power of the Motor Number of phases Cycles System voltage Frequency Speed at full load Full load current a) Normal full load b) Maximum starting 10. Efficiency Load Full 11. Overload capacity a) 25% b) 50% c) 100% : : : : : : : : : : : .Amps : .Amps Percent Tolerance as per BIS

12.

Power Factor

Load Full

Percent

as per

CONTRACTOR

49

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25.

HP of the Motor Number of poles Type of enclosure Type of Rotor Bearing manufacturer Type, number and size of bearing (driving end) Size of coupling and its type Does the Motor conform to BIS specification If so state the No. Weight of Motor Total weight of pump and Motor Diameter of the pumpset Overall efficiency of the pumpset

: : : : : : : : : : : : :

CONTRACTOR

50

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

ANNEXURE - III Starters 1. 2. 3. 4. 5. 6. Name of manufacturer Type of Starter Type of Cooling Overload relay No volt coil No. of starters permitted in one hour : : : : : :

CONTRACTOR

51

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Package II

Volume - II

IX

TESTING, ERECTION, TRIAL RUN, COMMISSIONING AND ACCEPTANCE

Clause 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30

Description General Test Certificate Hydraulic Tests Manufacturers Works Inspection Tests and Guarantees Site Testing Pumping Plant Cranes Valves Power Transformer Tests on Cables during manufacture Process control and indicating instruments Electrical measuring instruments and meters Alarm systems Site tests Tests on cables during installation Pumpsets Electrical plant Tests cables after installation Earthing system tests Testing pipelines Testing pressure pipelines Test on instruments Other tests Erection General Leveling and Grouping of machinery Completion of erection Installation inspection Re-commissioning Trials, Tests Commissioning Acceptance

CONTRACTOR

52

COMMISSIONER

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

8. DRAWINGS (Refer Volume III)

COIMBATORE CORPORATION UGSS - TYPICAL DETAILS OF MANHOLE


A

DETAILS OF RECTANGULAR MANHOLES UPTO 2.50 M DEPTH


B

DETAILS OF CIRCULAR MANHOLES ABOVE 2.50 M DEPTH


C

DETAILS OF DROP MANHOLE

ROAD
150 150
C F F F F D C D

LEVEL

ROAD

LEVEL

ROAD
150
D C F F

LEVEL

250
A

400

300

1200
SECTION A - A SECTION A - A

1500

900

1500
SECTION A - A
1200

PLAN

PLAN

LEGEND :

CIRCULAR MANHOLE DEPTH MORETHAN 2.5 M TO 6.0 M

LEGEND :
A B C 12 MM RTS 10 CM C/C BOTH SIDE TOP & BOTTOM D E F RCC BED BLOCK 100mm TK C.I STEPS D E F FRC MANHOLE EXTRA HEAVY DUTY C COVER SLAB 150 MM THICK GRADE M15 12 MM RTS 10 CM C/C BOTH SIDE TOP & BOTTOM FRC MANHOLE EXTRA HEAVY DUTY C.I STEPS RCC BED BLOCK 100mm TK
A A

P.C.C1:4:8 SIDE WALL BRICK WORK IN C.M.1:3 COVER SLAB 150 MM THICK GRADE M15 A B P.C.C1:4:8 SIDE WALL BRICK WORK IN C.M.1:3

LEGEND :

A B

P.C.C1:4:8 SIDE WALL BRICK WORK IN C.M.1:3


PLAN

NOTE :

COIMBATORE CORPORATION
C D E F COVER SLAB 150 MM THICK GRADE M15 12 MM RTS 10 CM C/C BOTH SIDE TOP & BOTTOM FRC MANHOLE EXTRA HEAVY DUTY C.I STEPS RCC BED BLOCK 100mm TK
ALL DIMENSIONS ARE IN MM

UGSS TO COIMBATORE CORPORATION

TYPICAL DETAIL OF MANHOLE

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)
UPTO 2500 2500 - 6000 2500 - 6000 1500 250

9. BILL OF QUANTITIES (Refer Volume III)

Potrebbero piacerti anche