119
i GOVERNMENT OF WEST BENGAL INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project Management Unit Institute of Environmental Studies and Wetland Management DD-24, Sector 1, Salt Lake City, Kolkata – 700 064 Tel.: (033) 2321 8384; Fax: (033) 2358 0967 Credit NO: 4765 – 0 IN NATIONAL COMPETITIVE BIDDING (CIVIL WORKS) PERIOD OF SALE OF : FROM 10-09 2012 BIDDING DOCUMENT TO 10-10 2012 TIME AND DATE OF : DATE _25-09-2012 TIME 12.00_HOURS PRE-BID CONFERENCE LAST DATE AND TIME FOR : DATE 11-10-2012 TIME: 14.30 HOURS RECEIPT OF BIDS TIME AND DATE OF OPENING : DATE: 11-10-2012 TIME: 15.00 HOURS OF BIDS PLACE OF OPENING OF BIDS: Institute of Environmental Studies and Wetland Management, DD-24, Sector 1, Salt Lake City Kolkata – 700 064 Tel.: (033) 2321 8384 Fax: (033) 2358 0967 OFFICER INVITING BIDS Additional Project Director,( Technical) Institute of Environmental Studies and Wetland Management, DD-24, Sector-1 Salt lake, Kolkata-700064 RENOVATION OF SANITARY SEWERAGE SCHEME WHICH INCLUDES SUPPLYING, LAYING OF SEWER LINE & PUMPING MAIN, DESIGN, SUPPLY AND CONSTRUCTION OF SEWAGE LIFTING STATION (SLS-4), SEWAGE PUMPING STATION (SPS-II) AND ALLIED WORKS W-2

INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

i

GOVERNMENT OF WEST BENGAL

INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project Management Unit

Institute of Environmental Studies and Wetland Management DD-24, Sector 1, Salt Lake City, Kolkata – 700 064

Tel.: (033) 2321 8384; Fax: (033) 2358 0967

Credit NO: 4765 – 0 IN

NATIONAL COMPETITIVE BIDDING

(CIVIL WORKS)

PERIOD OF SALE OF : FROM 10-09 2012

BIDDING DOCUMENT TO 10-10 2012

TIME AND DATE OF : DATE _25-09-2012 TIME 12.00_HOURS

PRE-BID CONFERENCE

LAST DATE AND TIME FOR : DATE 11-10-2012 TIME: 14.30 HOURS

RECEIPT OF BIDS

TIME AND DATE OF OPENING : DATE: 11-10-2012 TIME: 15.00 HOURS

OF BIDS

PLACE OF OPENING OF BIDS:

Institute of Environmental Studies and

Wetland Management,

DD-24, Sector 1, Salt Lake City

Kolkata – 700 064

Tel.: (033) 2321 8384

Fax: (033) 2358 0967

OFFICER INVITING BIDS Additional Project Director,( Technical)

Institute of Environmental Studies and

Wetland Management, DD-24, Sector-1

Salt lake, Kolkata-700064

RENOVATION OF SANITARY SEWERAGE SCHEME WHICH INCLUDES SUPPLYING,

LAYING OF SEWER LINE & PUMPING MAIN, DESIGN, SUPPLY AND CONSTRUCTION OF

SEWAGE LIFTING STATION (SLS-4), SEWAGE PUMPING STATION (SPS-II) AND ALLIED

WORKS

W-2

Page 2: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

2

INVITATION FOR BID

(IFB)

Page 3: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

3

GOVERNMENT OF WEST BENGAL

INTEGRATED COASTAL ZONE MANAGEMENT PROJECT

INVITATIONS FOR BIDS (IFB)

NATIONAL COMPETITIVE BIDDING

Date: 10.09.2012

Bid No.: 03-SPMU/WB/W-21/1/2012-13

1. The Government of India has received a credit from the International Development Association towards the

cost of INTEGRATED COASTAL ZONE MANAGEMENT PROJECT and intends to apply a part of the funds to

cover eligible payments under the contracts for construction of works as detailed below. Bidding is open to all bidders

from eligible source countries as defined in the IBRD Guidelines for Procurement. Bidders from India should,

however, be registered with the Government of West Bengal or other State Governments/Government of India, or

State/Central Government Undertakings. Bidders are advised to note the minimum qualification criteria specified

in Clause 4 of the Instructions to Bidders to qualify for the award of the contract.

2. The State Project Management Unit, Integrated Coastal Zone Management Project, Institute of

Environmental Studies & Wetland Management, invites bids for the construction of works detailed in the Table

given below..

3. Bidding documents (and additional copies) may be purchased from the office of State Project Management

Unit, Integrated Coastal Zone Management Project, Institute of Environmental Studies & Wetland Management,

DD-24, Sector 1, Salt Lake City, Kolkata, India from 10:00 hours to 17:00 hours for a non-refundable fee (three

sets) as indicated in the Table below, in the form of cash or Demand Draft issued by any Scheduled bank payable at

Kolkata in favour of Institute of Environmental Studies and Wetland Management, payable at Kolkata. Interested

bidders may obtain further information at the same address. Bidding documents requested by mail will be despatched

by registered/speed post on payment of an extra amount of Rs. 1000/-. The State Project Management Cell, ,

Integrated Coastal Zone Management Project, Institute of Environmental Studies & Wetland Management will

not be held responsible for the postal delay if any, in the delivery of the documents or non-receipt of the same .The

notice and the bid document for the work can also be seen with option to download from the Project

website http://www.iczmpwb.org and http://www.ieswm.org .The down loaded bid document can be

submitted along with non refundable fee mentioned in the Table towards the cost of the bid document.

Authority will not accept the same if any portion of the downloaded document differs from the approved

bid document available in the above mentioned office. In such cases the bidder would be responsible for

ensuring that any addenda available in web site is also downloaded & incorporated. . The download facility

will be available from . 10.09.2012 to Dt. 10.10.2012 upto 17.00Hrs

4. Bids must be accompanied by security of the amount specified for the work in the table below, drawn in favour

of Institute of Environmental Studies & Wetland Management, payable at Kolkata. Bid security will have to be in

any one of the forms as specified in the bidding document and shall have to be valid for 45 days beyond the validity of

the bid.

5. Bids must be delivered to Additional Project Director, (Technical) , State Project Management Unit,

Integrated Coastal Zone Management Project, Institute of Environmental Studies & Wetland Management, on or

before 14:30 hours on 11.10.2012and will be opened on the same day at 15:00 hours, in the presence of the bidders

who wish to attend. If the office happens to be closed on the date of receipt of the bids as specified, the bids will be

received and opened on the next working day at the same time and venue.

6. A prebid meeting will be held on 25.09.2012 at 12:00 hours at the office of State Project

Management Unit, Integrated Coastal Zone Management Project, Institute of Environmental Studies & Wetland

Management, DD-24, Sector 1, Salt Lake City, Kolkata, India to clarify the issues and to answer questions on any

matter that may be raised at that stage as stated in Clause 9.2 of ‗Instructions to Bidders‘ of the bidding document.

Page 4: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

4

7. Other details can be seen in the bidding documents.

TABLE

__________________________________________________________________________________________

Package

No.

Name of work Approximate value

of work (Rs.)

Bid security

(Rs.)

Cost of document

(Rs.)

Period of

completion

1

2

3

4

5

6

PK-1 As given

hereunder*

13,90,70,000.00 13,90,000/- 5,000 15months,3

months for trial

run and O&M for

36 months

* Renovation Of Sanitary Sewerage Scheme, which Includes Supplying, Laying Of Sewer Line & Pumping Main,

Design, Supply And Construction Of Sewage Lifting Station (SLS-4), Sewage Pumping Station (SPS-ii) And Allied

Works At Digha In The District Of Purba-Medinipur, West Bengal

Additional Project Director,(Technical)

Institute of Environmental studies

And Wetland Management,DD-24,

Sector-1,Salt lake, Kolkata- 700064

Page 5: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

5

SECTION 1: INSTRUCTIONS TO BIDDERS

(ITB)

Page 6: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

6

Section 1: Instructions to Bidders

Table of Clauses

A. General Page No. D. Submission of Bids Page No.

1. Scope of Bid 7 19. Sealing and Marking of Bids 14

2. Source of Funds 7 20. Deadline for Submission of Bids 14

3. Eligible Bidders 7 21. Late Bids 15

4. Qualification of the Bidder 7 22. Modification and Withdrawal of Bids 15

5. One Bid per Bidder 10

6. Cost of Bidding 10

7. Site Visit 10

B. Bidding Documents E. Bid Opening and Evaluation

8. Content of Bidding Documents 10 23. Bid Opening 15

9. Clarification of Bidding Documents 11 24. Process to be Confidential 15

10. Amendment of Bidding Documents 11 25. Clarification of Bids 16

26. Examination of Bids and Determination

of Responsiveness 16

27. Correction of Errors 16

C. Preparation of Bids 28. Currency for Bid Evaluation

29. Evaluation and Comparison of Bids 17

11. Language of Bid 11 30. Preference for Domestic Bidders

12. Documents Comprising the Bid 12

13. Bid Prices 12 F. Award of Contract

14. Currencies of Bid and Payment 12

15. Bid Validity 12 31. Award Criteria 17

16. Bid Security 13 32. Employer's Right to Accept any Bid and

to Reject any or all Bids 17

17. Alternative Proposals by Bidders 13 33. Notification of Award 17

18. Format and Signing of Bid 14 34. Performance Security 18

35. Advance Payment and Security 18

36. Adjudicator 18

37. Corrupt or Fraudulent Practices 18

Page 7: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

7

A. General

1. Scope of Bid

1.1 The State Project Management Unit, Integrated Coastal Zone Management Project, Institute of

Environmental Studies & Wetland Management, DD-24, Sector 1, Salt Lake City, Kolkata, India (referred to

as Employer in these documents) invites bids for the construction of works (as defined in these documents and

referred to as "the works") detailed in the Table given in IFB.

1.2 The successful bidder will complete the works by the intended completion date specified in the Contract data.

2. Source of Funds

2.1 The Government of India has received a credit from the the International Development Association (hereinafter

interchangeably called ―the Bank‖) towards the cost of INTEGRATED COASTAL ZONE MANAGEMENT

PROJECT and intends to apply a part of the funds to cover eligible payments under the contract for the Works.

Payments by the Bank will be made only at the request of the borrower and upon approval of the Bank in

accordance with the Credit Agreement, and will be subject in all respects to the terms and conditions of that

Agreement. Except as the Bank may specifically otherwise agree, no party other than the borrower shall derive

any rights from the Credit Agreement or have any rights to the credit proceeds.

2.2 The credit agreement prohibits a withdrawal from the credit account for the purpose of any payment to persons

or entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by

a decision of the United Nations Security Council, taken under Chapter VII of the Charter of the United Nations.

3. Eligible Bidders

3.1 This Invitation for Bids is open to all eligible bidders from the eligible countries as defined under the IBRD

Guidelines for Procurement. Any materials, equipment, and services to be used in the performance of the

Contract shall have their origin in the eligible source countries.

3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that the Bidder

is not associated, nor has been associated in the past, directly or indirectly, with the Consultant or any other

entity that has prepared the design, specifications, and other documents for the Project or being proposed as

Project Manager for the Contract. A firm that has been engaged by the Borrower to provide consulting services

for the preparation or supervision of the works, and any of its affiliates, shall not be eligible to bid.

3.3 Government-owned enterprises in the Employer‘s country may only participate if they are legally and financially

autonomous, operate under commercial law and are not a dependent agency of the Borrower or Sub-borrower.

3.4 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

4. Qualification of the Bidder

4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary description of

the proposed work method and schedule, including drawings and charts, as necessary.

4.2 In the event that Pre-qualification of potential bidders has been undertaken, only bids from prequalified bidders

will be considered for award for Contract. These qualified bidders should submit with their bids any information

updating their original prequalification applications or, alternatively, confirm in their bids that the originally

submitted prequalification information remains essentially correct as of date of bid submission. The update or

confirmation should be provided in Section 2.

4.3 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the following

information and documents with their bids in Section 2:

(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;

Page 8: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

8

(b) total monetary value of construction work performed for each of the last five years;

(c) experience in works of a similar nature and size for each of the last five years, 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 auditor's 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 Bidder's 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; This information shall have to

be furnished in NON JUDICIAL STAMP PAPER duly notarized.

(j) proposals for subcontracting components of the Works which in aggregate add to more than 20 percent of

the Bid Price (for each, the qualifications and experience of the identified sub-contractor in the relevant

field should be annexed; no vertical splitting of work for sub-contracting is acceptable); and

(k) the proposed methodology and program of construction including Environmental Management Plan,

backed with equipment, materials and manpower 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.

4.4 „Bids from Joint ventures are not acceptable‟.

4.5 A. To qualify for award of the contract, each bidder in its name should have in the last five years i.e.,

2007-08, 2008-09, 2009-10, 2010-11, 2011-12:

(a) achieved, in at least two financial years, a minimum annual financial turnover (in all classes of civil

engineering construction works only) of Rs.22 Crore

b) satisfactorily completed as a prime contractor, (or as subcontractor duly certified by the employer/main

contractor) at least one similar work-Laying of pipes for sewerage or water supply schemes

involving laying of concrete Hume pipes, Stoneware pipes, Ductile Iron pipes, Cast-iron Pipes etc.

of value not less than Rs. 11 crore

(c) executed in any one year, the following minimum quantities of work:

- cement concrete (including RCC and PCC) .....1200......cum

- earthwork in both excavation and embankment

(combined quantities) ....75000......cum

- Masonary work..................................... ....5000.......cum

- Plastering work 50000 sqm

- Laying of SW/CI/DI/Hume pipe 8,000 mtr

Page 9: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

9

(d) The contractor or his identified sub-contractor should possess required valid electrical license for

executing the building electrification works and should have executed similar electrical works totaling

Rupees 10,00,000/- in any one year.

(e) The contractor or his identified sub-contractor should possess required valid license for executing the

water supply/sanitary engineering works and should have executed similar water supply/sanitary

engineering works totaling Rupees 200.00 @Lakhs in any one year.

(@) at 2011-2012 * price level. Financial turnover and cost of completed works of

previous years shall be given weightage of 5% per year based on rupee value to bring them to

2011-2012 price level

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:

- ...truck/dumper- 4 No.

excavator..1 No.....................................................

- . vibrator, diesel generator. 1 No Each.....................................................

- ...concreting machine .2 .Nos....................................................

- ...dewatering pump,.2 Nos

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 Manager with no less than five 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 no less than 3 crore in the format given in Section 2.

(Credit lines/letter of credit/certificates from Banks for meeting the funds requirement etc.) -

4.5 C. To qualify for a package of contracts made up of this and other contracts for which bids are

invited in the IFB, the bidder must demonstrate having experience and resources sufficient to meet the

aggregate of the qualifying criteria for the individual contracts.

4.6 Sub-contractors' experience and resources shall not be taken into account in determining the bidder's compliance

with the qualifying criteria except to the extent stated in 4.5 (A) (b, d and e) above.

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*1.5 - B )

where

A = Maximum value of civil engineering works executed in any one year during the last five years (updated to

2011-12 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.

B = Value, at 2011-12 price level, of existing commitments and on-going works to be completed during the

next 15 (fifteen) months (period of completion of the works for which bids are invited)

Page 10: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

10

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 countersigned by the Engineer in

charge, not below the rank of an Executive Engineer or equivalent.

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.

5. 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 subcontractor or in cases of alternatives that have been permitted or requested) will cause all

the proposals with the Bidder‘s participation to be disqualified.

6. Cost of Bidding

6.1 The bidder shall bear all costs 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 Bidder‘s own responsibility and risk is encouraged to visit and examine the Site of Works 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 Bidder's own expense.

Page 11: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

11

B. Bidding Documents

8. Content of Bidding Documents

8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in

accordance with Clause 10:

Invitation for Bids

Section 1 Instructions to Bidders

2 Forms of Bid and Qualification Information

3 Conditions of Contract

4 Contract Data

5 Specifications

6 Drawings

7 Bills of Quantities

8 Forms of Securities

8.2 Of the three sets of the bidding documents supplied, two sets should be completed and returned with the bid.

9. Clarification of Bidding Documents

9.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing

or by cable (hereinafter "cable" includes telex and facsimile) at the Employer's address indicated in the

invitation to bid. The Employer will respond to any request for clarification which he received earlier than 15

days prior to the deadline for submission of bids. Copies of the Employer's response will be forwarded to all

purchasers of the bidding documents, including a description of the enquiry but without identifying its source.

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 State

Project Management Unit, Integrated Coastal Zone Management Project, Institute of Environmental

Studies & Wetland Management, DD-24, Sector 1, Salt Lake City, Kolkata, India (address of venue) on

dated 25-09-2012 at 12.00 hrs

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 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 an 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.

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing

addenda.

10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing to all

the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum in

writing to the Employer.

10.3 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.

Page 12: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

12

C. Preparation of Bids

11. Language of the Bid

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

12. Documents comprising the Bid

12.1 The bid submitted by the bidder shall comprise the following:

(a) The Bid (in the format indicated in Section 2).

(b) Bid Security;

(c) Priced Bill of Quantities;

(d) Qualification Information Form and Documents;

and any other materials required to be completed and submitted by bidders in accordance with these

instructions. The documents listed under Sections 2, 4 and 7 of Sub-Clause 8.1 shall be filled in without

exception.

12.2 Bidders bidding for this contract together with other contracts stated in the IFB 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 described in Sub-Clause 1.1, based on the priced Bill 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.

Note: “Bidders may like to ascertain availability of excise/custom duty exemption benefits available in India to the contracts

financed under World Bank /credits. They are solely responsible for obtaining such benefits which they have considered

in their bid and in case of failure to receive such benefits for reasons whatsoever, the employer will not compensate the

bidder (contractor). Where the bidder has quoted taking into account such benefits, he must give all information

required for issue of certificates in terms of such notifications as per form attached to the Qualification Information in

the bid. To the extent the employer determines the quantity indicated therein are reasonable keeping in view the bill of

quantities, construction programme and methodology, the certificates will be issued within 60 [sixty] days of signing of

contract and no subsequent changes will be permitted. No certificate will be issued for items where no quantity/capacity

of equipment is indicated in the statement. The bids which do not conform to the above provisions will be treated as non

responsive and rejected. Any delay in procurement of the construction equipment /machinery/goods as a result of the

above shall not be a cause for granting any extension of time.”

13.4 The rates and prices quoted by the bidder shall be fixed for the duration of the Contract and shall not be

subject to adjustment on any account.

14. Currencies of Bid and Payment

14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.

15. Bid Validity

15.1 Bids shall remain valid for a period not less than ninety days after the deadline date for bid submission

specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive.

Page 13: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

13

15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the

bidders may extend the period of validity for a specified additional period. The request and the bidders'

responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid

security. A bidder agreeing to the request will not be required or permitted to modify his bid except as

provided in 15.3 hereinafter, but will be required to extend the validity of his bid security for a period of the

extension, and in compliance with Clause 16 in all respects.

15.3 In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), in the event that

the purchaser requests and the Bidder agrees to an extension of the validity period, the contract price, if the

Bidder is selected for award shall be the bid price corrected as follows :

The price shall be increased by the factor (B=8% for annum)1 for each week or part of a week that has

elapsed from the expiration of the initial bid validity to the date of issue of letter of acceptance to the

successful Bidder.

15.4 Bid evaluation will be based on the bid prices without taking into consideration the above correction.

16. Bid Security

16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of the table of

IFB for this particular work. This bid security shall be in favor of Institute of Environmental Studies &

Wetland Management, payable at Kolkata and may be in one of the following forms:

- a bank guarantee issued by a nationalized / scheduled bank located in India or a reputable bank

located abroad in the form given in Section 8; or

- Certified cheque, Bank draft or Letter of Credit in favor of Institute of Environmental Studies &

Wetland Management, payable at Kolkata

16.2 Bank guarantees issued as surety for the bid shall be valid for 45 days beyond the validity of the bid.

16.3 Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-Clauses 16.1 and

16.2 above shall be rejected by the Employer as non-responsive.

16.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid validity period

specified in Sub-Clause 15.1.

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 Bid Security may be forfeited

(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;

(b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or

(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to

(i) sign the Agreement; or

(ii) furnish the required Performance Security.

17. Alternative Proposals by Bidders

17.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic

technical design as indicated in the drawing and specifications. Alternatives will not be considered.

18. Format and Signing of Bid

18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as described in

Clause 12 of these Instructions to Bidders, bound with the volume containing the Form of Bid, and clearly

marked "ORIGINAL" and "COPY" as appropriate. In the event of discrepancy between them, the original

shall prevail.

Page 14: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

14

18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a person or

persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All pages of the bid

where entries or amendments have been made shall be initialled by the person or persons signing the bid.

18.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the

Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be

initialled by the person or persons signing the bid.

18.4 The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if any,

paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the

contract.

D. Submission of Bids

19. Sealing and Marking of Bids

19.1 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.

19.2 The inner and outer envelopes shall

(a) be addressed to the Employer at the following address:

Additional Project Director (Technical)

State Project Management Unit

DD-24, Sector 1, Salt Lake City

Kolkata – 700 064

Tel.: (033) 2321 8384

Fax: (033) 2358 0967

(b) bear the following identification:

-Bid for RENOVATION OF SANITARY SEWERAGE SCHEME WHICH INCLUDES SUPPLYING, LAYING OF SEWER LINE &

PUMPING MAIN, DESIGN, SUPPLY AND CONSTRUCTION OF SEWAGE LIFTING STATION (SLS-4), SEWAGE PUMPING

STATION (SPS-II) AND ALLIED WORKS

- Bid Reference No.. 03-SPMU/WB/NCB/W-21/1/2012-13.................................[insert

number]

- DO NOT OPEN BEFORE :15. hours on dated. 11-10-2012 [time and

date for bid opening, per Clause 23]

19.3 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.

19.4 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.

20. Deadline for Submission of the Bids

20.1 Bids must be received by the Employer at the address specified above no later than 14.30 hours on 11-10-

2012*. 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.

Page 15: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

15

21. Late Bids

21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to the

bidder.

22. Modification and 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 Bidder's 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 offer discounts to, or modify the prices of their Bids only by submitting Bid modifications in

accordance with this clause, or included in the original Bid submission.

E. Bid Opening and Evaluation

23. Bid Opening

23.1 The Employer will open all the Bids received (except those received late), including modifications made

pursuant to Clause 22, in the presence of the Bidders or their representatives who choose to attend at

15.00......... hours on the date and the place specified in Clause 20. 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 un-opened to bidders.

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.

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 his Bid.

Page 16: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

16

25. Clarification of Bids

25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask any

Bidder for clarification of his Bid, including breakdowns of the unit rates. The request for clarification and the

response shall be in writing or by cable, but no change in the price or substance of the Bid shall be sought,

offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the

Employer in the evaluation of the Bids in accordance with Clause 27.

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 Employer's 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 the detailed 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 requirements of the Bidding documents.

26.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the

Bidding documents, without material deviation or reservation. A material deviation or reservation is one (a)

which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any

substantial way, inconsistent with the Bidding documents, the Employer's rights or the Bidder's obligations

under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders

presenting 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 correction or withdrawal of the non-conforming deviation or reservation.

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 rate in words 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 the 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).

28. Deleted

29. 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.

29.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated 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

Page 17: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

17

(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.

29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract, during

the period of implementation of the Contract, will not be taken into account in Bid evaluation.

29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of the cost of

work to be performed under the contract, the Employer may require the Bidder to produce detailed price

analyses 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.

30. Deleted

F. Award of Contract

31. Award Criteria

31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been determined to

be substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price,

provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of Clause

3, and (b) qualified in accordance with the provisions of Clause 4.

31.2 If, pursuant to Clause 12.2 this contract is being let along with other contracts, the lowest evaluated Bid Price

will be determined when evaluating this contract in conjunction with other contracts to be awarded

concurrently, taking into account any discounts offered by the bidders for the award of more than one

contract.

32. Employer's Right to Accept any Bid and to Reject any or all Bids

32.1 Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to cancel the

Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any

liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the

grounds for the Employer's action.

Page 18: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

18

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").

33.2 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.

33.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be kept

ready for signature of the successful bidder in the office of employer within 28 days following the notification of

award along with the Letter of Acceptance. Within 21 days of receipt, the successful Bidder will sign the

Agreement and deliver it to the Employer.

33.4 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.

34. Performance Security

34.1 Within 21 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 equivalent to 5% of the Contract price plus

additional security for unbalanced Bids in accordance with Clause 29.5 of ITB and Clause 52 of Conditions of

Contract:

- A bank guarantee issued by a nationalized / scheduled bank located in India or a reputable bank located

abroad in the form given in Section 8;

- Certified cheque/Bank draft, in favour of Institute of Environmental Studies and Wetland Management

................. payable at Kolkata...................

34.2 If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued

either (a) at the Bidder's option, by a Nationalized/Scheduled Indian bank or (b) by a foreign bank located in India

and acceptable to the Employer or (c) by a foreign bank through a correspondent Bank in India [scheduled or

nationalized].

34.3 Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall constitute a breach of

contract, cause for annulment of the award, forfeiture of the bid security, and any such other remedy the Employer

may take under the contract, and the Employer may resort to awarding the contract to the next ranked bidder.

35 Advance Payment and Security

35.1 The Employer will provide an 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 Pritosh Mitra (retd. Chief Engineer) be appointed as Adjudicator under the Contract,

at a daily fee of Rs. 3000/-plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder

should so state in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment of the

Adjudicator, the Adjudicator shall be appointed by Institution of Engineers, India , at a daily fee of Rs. 3000.00

per sitting plus reimbursable expenses, at the request of either party.

37. Corrupt or Fraudulent Practices

Page 19: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

19

37.1 It is the Bank‘s policy to require that Borrowers (including beneficiaries of Bank loans), as well as bidders,

suppliers, and contractors and their subcontractors under Bank-financed contracts, observe the highest standard of

ethics during the procurement and execution of such contracts.1 In pursuance of this policy, the Bank:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) ―corrupt practice‖2 is the offering, giving, receiving or soliciting, directly or indirectly, of

anything of value to influence improperly the actions of another party;

(ii) ―fraudulent practice‖3 is any act or omission, including a misrepresentation, that knowingly or

recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to

avoid an obligation;

(iii) ―collusive practice‖4 is an arrangement between two or more parties designed to achieve an

improper purpose, including to influence improperly the actions of another party;

(iv) ―coercive practice‖5 is impairing or harming, or threatening to impair or harm, directly or

indirectly, any party or the property of the party to influence improperly the actions of a party;

(v) "obstructive practice" is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the

investigation or making false statements to investigators in order to materially impede a

Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice;

and/or threatening, harassing or intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the investigation or from pursuing the investigation; or

(bb) acts intended to materially impede the exercise of the Bank‘s inspection and audit rights

provided for under sub-clause 3.1 (e) below.

(b) 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, coercive or obstructive practices in

competing for the contract in question;

(c) will cancel the portion of the loan allocated to a contract if it determines at any time that representatives

of the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive, or coercive

practices during the procurement or the execution of that contract, without the Borrower having taken

timely and appropriate action satisfactory to the Bank to address such practices when they occur;

(d) will sanction a firm or individual, including declaring ineligible, either indefinitely or for a stated period

of time, to be awarded a Bank-financed contract if it at any time determines that the firm has, directly or

through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in

competing for, or in executing, a Bank-financed contract; and

(e) will have the right to require that a provision be included in bidding documents and in contracts

financed by a Bank loan, requiring bidders, suppliers, and contractors and their sub-contractors to

permit the Bank to inspect their accounts and records and other documents relating to the bid

submission and contract performance and to have them audited by auditors appointed by the Bank.

1 In this context, any action taken by a bidder, supplier, contractor, or a sub-contractor to influence the

procurement process or contract execution for undue advantage is improper. 2 “another party” refers to a public official acting in relation to the procurement process or contract

execution]. In this context, “public official” includes World Bank staff and employees of other organizations taking

or reviewing procurement decisions. 3 a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process

or contract execution; and the “act or omission” is intended to influence the procurement process or contract

execution. 4 “parties” refers to participants in the procurement process (including public officials) attempting to establish

bid prices at artificial, non competitive levels. 5 a “party” refers to a participant in the procurement process or contract execution.

Page 20: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

20

37.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 23.2 and 64 of the Conditions of

Contract.

Page 21: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

21

SECTION 2: FORMS OF BID, QUALIFICATION INFORMATION AND LETTER

OF ACCEPTANCE

Table of Forms:

- CONTRACTOR’S BID

- QUALIFICATION INFORMATION

- LETTER OF ACCEPTANCE

- NOTICE TO PROCEED WITH THE WORK

- AGREEMENT FORM

Page 22: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

22

Contractor's Bid

Description of the Works: RENOVATION OF SANITARY SEWERAGE SCHEME WHICH INCLUDES

SUPPLYING, LAYING OF SEWER LINE & PUMPING MAIN, DESIGN, CONSTRUCTION OF SEWAGE

LIFTING STATION (SLS-4), SEWAGE PUMPING STATION (SPS-II) AND ALLIED WORKS AT DIGHA IN

THE DISTRICT OF PURBA-MEDINIPUR, WEST BENGAL

BID

To : The Additional Project Director (Technical)

State Project Management Cell, Integrated Coastal Zone Management Project,

Institute of Environmental Studies & Wetland Management [the Employer]

Address : DD-24, Sector 1, Salt Lake City, Kolkata, India

___________________________________________________________________________6

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

letters].7

The advance Payment required is: Rupees ________________.

We accept the appointment of Pritosh Mitra (retd. Chief Engineer) as the Adjudicator.

(OR)

We do not accept the appointment of Pritosh Mitra (retd. Chief Engineer) as the Adjudicator and propose instead that

_______________________ be appointed as Adjudicator whose daily fees and biographical data are attached.

This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are

not bound to accept the lowest or any Bid you receive.

We hereby certify that we have taken steps to ensure that no person acting for us 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 in 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 Amount Purpose of Commission or gratuity

______________________ ________ ____________________________

______________________ ________ ____________________________

______________________ ________ ____________________________

(if none, state ―none‖)

3 To be filled in by the Bidder, together with his particulars and date of submission at the bottom of the Form of Bid.

Page 23: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

23

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

documents.

Yours faithfully,

Authorized Signature:

Name & Title of Signatory: _________________________________________________________________

Name of Bidder : ______________________________________________

Address : __________________________________________________________________

Page 24: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

24

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. For Individual Bidders

1.1 Constitution or legal status of Bidder

[Attach copy]

Place of registration: _______________________________

Principal place of business: _______________________________

Power of attorney of signatory of Bid

[Attach]

1.2 Total value of Civil Engineering construction work and

Design, Supply and construction of sewage lifting station,

pumping Station and allied works

executed and payment received in the last five years.

** 2006-2007_____________________

(in Rs.Lakh) 2007-2008_____________________

2008-2009_____________________

2009-2010_____________________

2010-2011_____________________

1.3.1 Work performed as prime contractor (in the same name) on works of a similar nature over the last five years.

**

____________________________________________________________________________________________

Project

Name

Name

of the

Employer*

Descrip-

tion of

work

Contract

No.

Value of

contract

(Rs.

Million)

Date of

issue of

work

order

Stipulated

period of

completion

Actual date

of

completion*

Remarks

explaining

reasons for

delay and

work

completed

____________________________________________________________________________________________

____________________________________________________________________________________________

1.3.2 Quantities of work executed as prime contractor (in the same name and style) in the last five years: **

Year Nam

e

Name Quantity of work performed (cum) @ Remarks *

of

the

Wor

k

of the

Employer*

Cement concrete

(including

RCC&PCC)

Mason

ry

work

Plastering

works

E/wor

ks

Laying of

SW pipe

(indicate contract Ref)

2006-2007

2007-2008

2008-2009

2009-2010

2010-2011

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

@The item of work for which data is requested should tally with that specified in ITB clause 4.5A(c).

Page 25: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

25

** immediately preceding the financial year in which bids are received. Attach certificate from Chartered

Accountant.

Page 26: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

26

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:

____________________________________________________________________________________________

Description Place Contract No. Name Value of Stipulated Value of works* Anticipated

of & & Date and Contract period of remaining to be date of

Work State Address (Rs. million) completion completed completion

of Employer (Rs. million)

(1) (2) (3) (4) (5) (6) (7) (8)

____________________________________________________________________________________________

__________________________________________________________________________________________

(B) Works for which bids already submitted:

____________________________________________________________________________________________

Description Place Name and Estimated Stipulated Date when Remarks

of & Address of value of works period of decision is if any

Work State Employer (Rs. million) completion expected

(1) (2) (3) (4) (5) (6) (7)

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

1.5 The following items of Contractor's 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.

_______________________________________________________________________________________

Item of Requirement Availability proposals Remarks

equipment No. Capacity Owned/leased/ Nos/ Age/ (From whom to be

to be procured capacity condition purchased)

_______________________________________________________________________________________

truck/dumper * * * * * * *

excavator * * * * * * *

vibrator, diesel generator

concreting machine

dewatering pump

_______________________________________________________________________________________

Page 27: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

27

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 Years of experience in

Position Name Qualifications experience the proposed position

(general)

_______________________________________________________________________________________

Project Manager * * * *

* * * * *

* * * * *

* * * * *

etc.

_______________________________________________________________________________________

1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.3 (j)]

_______________________________________________________________________________________

Sections Value of Sub-contractor Experience in

of the works Sub-contract (name and address) 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

__________________________________________________________________________________

__________________________________________________________________________________

Page 28: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

28

1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders.

_______________________________________________________________________________________

_______________________________________________________________________________________

_______________________________________________________________________________________

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. Joint Ventures - Deleted

3. Additional Requirements

3.1 Bidders should provide any additional information required to fulfill the requirements of Clause 4 of the

Instructions to the Bidders, if applicable.

____________________________________________________________________________________________

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 contract for the work, namely …………………………………………………………. [funded by the World

Bank] 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.

__ Sd. __

Name of Bank

Senior Bank Manager

Address of the Bank

Page 29: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

29

Form ……….

Integrated Coastal Zone Management Project

(Declaration regarding customs/excise duty exemption for materials/

construction equipment bought for the work)

(Bidder‘s Name and Address)

To: ………………………

(Name of the Employer)

Dear Sir:

Re: [Name of Work]

………………………… -

Certificate for Import/Procurement of Goods/Construction Equipment

1. We confirm that we are solely responsible for obtaining customs/excise duty waivers which we have considered

in our bid and in case of failure to receive such waivers for reasons whatsoever, the Employer will not

compensate us.

2. We are furnishing below the information required by the Employer for issue of the necessary certificates in

terms of the Government of India Central Excise Notification No. 108/95 and Customs Notification No. 85/99.

3. The goods/construction equipment for which certificates are required are as under:

Items Make/

Brand

Name

Capacity

[where

applicable]

Quantity Value State whether it will

be procured locally

or imported [if so

from which country]

Remarks regarding

justification for the

quantity and their

usage in works

Goods

[a]

[b]

Construction Equipment

[a]

[b]

[c]

[d]

4. We agree that no modification to the above list is permitted after bids are opened.

5. We agree that the certificate will be issued only to the extent considered reasonable by the Employer for the

work, based on the Bill of Quantities and the construction programme and methodology as furnished by us along

with the bid.

6. We confirm that the above goods will be exclusively used for the construction of the above work and

construction equipment will not be sold or otherwise disposed of in any manner for a period of five years from

the date of acquisition.

Date: ___________________ (Signature) ____________________

Place: __________________ (Printed Name) _________________

(Designation) __________________

(Common Seal) ________________

This certificate will be issued within 60 days of signing of contract and no subsequent changes will be permitted.

Page 30: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

30

Letter of Acceptance

(letterhead paper of the Employer)

________________________[date]

To: _________________________________________________________________________[name and address of

the Contractor]

Dear Sirs,

This is to notify you that your Bid dated _______________________________for execution of the _

_______________________

___________________________________________________________ [name of the contract and identification

number, as given in the Instructions to Bidders] for the Contract Price of Rupees____________________________

[amount in words and figures], as corrected and modified in accordance with the Instructions to Bidders1 is hereby

accepted by our Agency.

We accept/do not accept that __________________________ be appointed as the Adjudicator2.

We note that as per bid, you do not intend to subcontract any component of work.

[OR]

We note that as per bid, you propose to employ M/s. .......................................... as sub-contractor for executing

….........................................

[Delete whichever is not applicable]h

You are hereby requested to furnish Performance Security, plus additional security for unbalanced bids

in terms of ITB clause 29.5, in the form detailed in Para 34.1 of ITB for an amount of Rs.————— within 21 days

of the receipt of this letter of acceptance valid upto 28 days from the date of expiry of Defects Liability Period i.e. upto

........... and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken.

We have reviewed the construction methodology submitted by you along with the bid in response to ITB Clause

4.3[k] and our comments are given in the attachment. You are requested to submit a revised Program including

environmental management plan as per Clause 27 of General Conditions of Contract within 14 days of receipt of this

letter.

Yours faithfully,

Authorized Signature

Name and Title of Signatory

Name of Agency

1 Delete "corrected and" or "and modified" if only one of these actions applies. Delete "as corrected and modified

in accordance with the Instructions to Bidders" if corrections or modifications have not been effected.

2 To be used only if the Contractor disagrees in his Bid with the Adjudicator proposed by the Employer in the

"Instructions to Bidders."

Page 31: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

31

Issue of Notice to proceed with the work (letterhead 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 agreement 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)

Page 32: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

32

Agreement Form

Agreement

This agreement, made the ___________________ day of ______________ 20_____, between [name and address of

Employer] (hereinafter called ―the Employer)‖ of the one part and

______________________________________________

______________________________________________________________________________________________

__________________________________________________[name and address of contractor] (hereinafter called

―the Contractor‖ ) of the other part.

Whereas the Employer is desirous that the Contractor execute _ [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 contract price 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.

2. 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.

3. 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.

4. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

i) Letter of Acceptance;

ii) Notice to proceed with the works;

iii) Contractor‘s Bid;

iv) Contract Data;

v) Conditions of contract (including Special Conditions of Contract);

vi) Specifications;

vii) Drawings;

viii) Bill of Quantities; and

ix) Any other document listed in the Contract Data as forming part of the contract.

Page 33: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

33

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 _____________________________________________________

Page 34: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

34

SECTION 3: CONDITIONS OF CONTRACT

Page 35: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

35

Conditions of Contract

Table of Contents

A. General Page No. C. Quality Control Page No.

1. Definitions 33 33. Identifying Defects 40

2. Interpretation 34 34. Tests 40

3. Language and Law 35 35. Correction of Defects 40

4. Engineer's Decisions 35 36. Uncorrected Defects 40

5. Delegation 35

6. Communications 35

7. Subcontracting 35 D. Cost Control

8. Other Contractors 35 37. Bill of Quantities 40

9. Personnel 38. Changes in the Quantities 40

10. Employer‘s & Contractor's Risks 36 39. Variations 40

11. Employer's Risks 36 40. Payments for Variations 41

12. Contractor‘s Risks 36 41. Cash Flow Forecasts 41

13. Insurance 36 42. Payment Certificates 41

14. Site Investigation Reports 37 43. Payments 42

15. Queries about the Contract 44. Compensation Events 42

Data 37 45. Tax 43

16. Contractor to Construct the 46. Currencies 43

Works 37 47. Price Adjustments 43

17. The Works to Be Completed by 48. Retention 44

the Intended Completion Date 37 49. Liquidated Damages 44

18. Approval by the Engineer 37 50. Bonus 44

19. Safety 37 51. Advance Payment 44

20. Discoveries 37 52. Securities 45

21. Possession of the Site 37 53. Dayworks 45

22. Access to the Site 38 54. Cost of Repairs 45

23. Instructions 38

24. Disputes 38

25. Procedure for Disputes 38 E. Finishing the Contract

26. Replacement of Adjudicator 38

55. Completion 45

B. Time Control 56. Taking Over 45

27. Program 38 57. Final Account 45

28. Extension of the Intended 58. Operating and Maintenance Manuals 45

Completion Date 39 59. Termination 45

29. Acceleration 39 60. Payment upon Termination 46

30. Delays Ordered by the 61. Property 47

Engineer 39 62. Release from Performance 47

31. Management Meetings 39 63. Suspension of World Bank Loan 47

32. Early Warning 39 or Credit

F. Special Conditions of Contract 48

Page 36: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

36

Conditions of Contract

A. General

1. Definitions

1.1 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.

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.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.

Compensation Events are those defined in Clause 44 hereunder.

The Completion Date is the date of completion of the Works as certified by the Engineer in accordance

with Sub Clause 55.1.

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.

The Contract Data defines the documents and other information which comprise the Contract.

The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by

the Employer.

The Contractor's Bid is the completed Bidding document submitted by the Contractor to the Employer.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in

accordance with the provisions of the Contract.

.

Days are calendar days; months are calendar months.

A Defect is any part of the Works not completed in accordance with the Contract.

The Defects Liability Period is the period named in the Contract Data and calculated from the

Completion Date.

The Employer is the party who will employ the Contractor to carry out the Works.

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.

Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct the

Works.

The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance

Page 37: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

37

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.

Materials are all supplies, including consumables, used by the contractor for incorporation in the

Works.

Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or chemical

or biological function.

The Site is the area defined as such in the Contract Data.

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.

Specification means the Specification of the Works included in the Contract and any modification or

addition made or approved by the Engineer.

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.

A Subcontractor 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.

Temporary Works are works designed, constructed, installed, and removed by the Contractor which are

needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer which varies the Works.

The Works are what the Contract requires the Contractor to construct, install, and turn over 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.

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 Completion date for the whole of the

Works).

2.3 The documents forming the Contract shall be interpreted in the following order of priority:

(1) Agreement

(2) Letter of Acceptance, notice to proceed with the works

(3) Contractor‘s Bid

(4) Contract Data

Page 38: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

38

(5) Conditions of Contract including Special Conditions of Contract

(6) Specifications

(7) Drawings

(8) Bill of Quantities and

(9) 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. Engineer's Decisions

4.1 Except where otherwise specifically stated, the Engineer-in-charge 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. Subcontracting

7.1 The Contractor may subcontract with the approval of the Engineer but may not assign the Contract

without the approval of the Employer in writing. Subcontracting does not alter the Contractor's

obligations.

8. Other Contractors

8.1 The Contractor shall cooperate 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.

9. Personnel

9.1 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.

9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor‘s 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.

Page 39: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

39

10. Employer’s and Contractor's Risks

10.1 The Employer carries the risks which this Contract states are Employer‘s risks, and the Contractor

carries the risks which this Contract states are Contractor‘s risks.

11. Employer's Risks

11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the

execution of the Works in the Employer‘s 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 Contractor‘s 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 Contractor‘s design.

12. Contractor’s Risks

12.1 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

13.1 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 Contractor‘s 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, Materials and Equipment) in connection

with the Contract; and

(d) personal injury or death.

13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer-in-charge for

the Engineer‘s 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.

13.3 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.

13.4 Alterations to the terms of an insurance shall not be made without the approval of the Engineer-in-

charge.

13.5 Both parties shall comply with any conditions of the insurance policies.

14. Site Investigation Reports

14.1 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

15.1 The Engineer-in-charge will clarify queries on the Contract Data.

Page 40: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

40

16. Contractor to Construct the Works

16.1 The Contractor shall construct and install the Works in accordance with the Specification and Drawings,

and as per instructions of Engineer.

17. The Works to Be Completed by the Intended Completion Date

17.1 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-in-charge, and complete them by the Intended Completion Date.

18. Approval by the Engineer

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to

the Engineer-in-charge, who is to approve them if they comply with the Specifications and Drawings.

18.2 The Contractor shall be responsible for design of Temporary Works.

18.3 The approval of Engineer-in-charge shall not alter the Contractor's responsibility for design of the

Temporary Works.

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works where

required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are

subject to prior approval by the Engineer-in-charge before their use.

19. Safety

19.1 The Contractor shall be responsible for the safety of all activities on the Site.

20. Discoveries

20.1 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-in-charge of such discoveries and

carry out the instructions of Engineer-in-charge for dealing with them.

21. Possession of the Site

21.1 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

22.1 The Contractor shall allow the Engineer-in-charge and any person authorized by the Engineer-in-charge

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 materials or plant are being manufactured / fabricated /

assembled for the works.

23. Instructions

23.1 The Contractor shall carry out all instructions of the Engineer-in charge which comply with the applicable laws

where the Site is located.

23.2 The Contractor shall permit the Bank and/or persons appointed by the Bank to inspect the Site and/or

the accounts and records of the Contractor and its subcontractors relating to the performance of the Contract,

and to have such accounts and records audited by auditors appointed by the Bank if required by the Bank.

The Contractor‘s attention is drawn to Clause 64 [Corrupt or Fraudulent Practices] which provides, inter alia,

that acts intended to materially impede the exercise of the Bank‘s inspection and audit rights provided for

Page 41: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

41

under Sub-Clause 23.2 constitute a prohibited practice subject to contract termination (as well as to a

determination of ineligibility under the Procurement Guidelines).‖

Page 42: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

42

24. Disputes

24.1 If the Contractor believes that a decision taken by the Engineer-in-charge was either outside the authority

given to the Engineer-in-charge by the Contract or that the decision was wrongly taken, the decision shall

be referred to the Adjudicator within 14 days of the notification of the decision of Engineer-in-charge.

25. Procedure for Disputes

25.1 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.

25.2 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 Adjudicator's written decision. If

neither party refers the dispute to arbitration within the above 28 days, the Adjudicator's decision will be

final and binding.

25.3 The arbitration shall be conducted in accordance with the arbitration procedure stated in the Special

Conditions of Contract.

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.

B. Time Control

27. Program

27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer-in-charge for

approval a Program including Environmental Management Plan showing the general methods,

arrangements, order, 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-in-charge may withhold the amount stated 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 approval of the Program by Engineer-in-charge shall not alter the Contractor's obligations. The

Contractor may revise the Program and submit it to the Engineer-in-charge again at any time. A revised

Program is to show the effect of Variations and Compensation Events.

28. Extension of the Intended Completion Date

28.1 The Engineer-in-charge 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.

Page 43: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

43

28.2 The Engineer-in-charge 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 cooperate 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-in-charge

30.1 The Engineer-in-charge may instruct the Contractor to delay the start or progress of any activity within the

Works.

31. Management Meetings

31.1 Either the Engineer-in-charge or 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.

31.2 The Engineer-in-charge shall record the business of management meetings and is to provide copies of his

record to those attending the meeting and to the Employer. The responsibility of the parties for actions to be

taken is to be decided by the Engineer-in-charge either at the management meeting or after the management

meeting and stated in writing to all who attended the meeting.

32. Early Warning

32.1 The Contractor is to warn the Engineer-in-charge 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

execution of works. The Engineer-in-charge 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.

32.2 The Contractor shall cooperate with the Engineer-in-charge 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.

C. Quality Control

33. Identifying Defects

33.1 The Engineer-in-charge shall check the Contractor's work and notify the Contractor of any Defects that

are found. Such checking shall not affect the Contractor's responsibilities. The Engineer-in-charge may

instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer-in-

charge considers may have a Defect.

33.2 The contractor shall permit the Employer‘s Technical auditor to check the contractor‘s work and notify

the Engineer-in-charge and Contractor of any defects that are found. Such a check shall not affect the

Contractor‘s or the Engineer-in-charge‘s responsibility as defined in the Contract Agreement.

34. Tests

34.1 If the Engineer-in-charge r 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.

35. Correction of Defects

35.1 The Engineer-in-charge 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.

Page 44: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

44

35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length

of time specified by the Engineer‘s notice.

36. Uncorrected Defects

36.1 If the Contractor has not corrected a Defect within the time specified in the Engineer‘s 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.

D. Cost Control

37. Bill of Quantities

37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning

work to be done by the contractor .

37.2 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.

38. Changes 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 by more than 25 percent, provided the change exceeds 1% of Initial Contract Price, the Engineer

shall adjust the rate to allow for the change.

38.2 The Engineer-in-charge shall not adjust rates for changes in quantities if thereby the Initial Contract

Price is exceeded by more than 15 percent, except with the Prior approval of the Employer.

38.3 If requested by the Engineer-in-charge, the Contractor shall provide the Engineer-in-charge with a

detailed cost breakdown of any rate in the Bill of Quantities.

39. Variations

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

40. Payments for Variations

40.1 The Contractor shall provide the Engineer-in-charge with a quotation (with breakdown of unit rates) for

carrying out the Variation when requested to do so by the Engineer-in-charge. The Engineer-in-charge

shall assess the quotation, which shall be given within seven days of the request or within any longer

period stated by the Engineer-in-charge and before the Variation is ordered.

40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the

opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or the timing of

its execution do not cause the cost per unit of quantity to change, the rate in the bill of Quantities shall be

used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or

timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation

by the Contractor shall be in form of new rates for the relevant items of work.

40.3 If the Contractor's quotation is unreasonable (or if the contractor fails to provide the Engineer-in-charge

with a quotation within a reasonable time specified by the engineer in accordance with Clause 40.1), the

Engineer-in-charge may order the Variation and make a change to the Contract Price which shall be

based on Engineer-in-charge‘s own forecast of the effects of the Variation on the Contractor's costs.

40.4 If the Engineer-in-charge decides that the urgency of varying the work would prevent a quotation being

given and considered without delaying the work, no quotation shall be given and the Variation shall be

treated as a Compensation Event.

Page 45: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

45

40.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by

giving early warning.

41. Cash flow forecasts

41.1 When the Program is updated, the contractor is to provide the Engineer-in-charge with an updated cash

flow forecast.

42. Payment Certificates

42.1 The Contractor shall submit to the Engineer-in-charge 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.

42.2 The Engineer-in-charge shall check the details given in the Contractor's 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 materials for the works in the relevant amounts and under conditions set

forth in sub-clause 51(3) of the Contract Data (Secured Advance).

42.3 The value of work executed shall be determined by the Engineer after due check measurement of the

quantities claimed as executed by the contractor.

42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of

Quantities completed..

42.5 The value of work executed shall include the valuation of Variations and Compensation Events.

42.6 The Engineer-in-charge 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.

43. Payments

43.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries in terms of

the contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor the

amounts certified by the Engineer-in-charge within 28 days of the date of each certificate. If the

Employer makes a late payment, the Contractor shall be paid interest on the late payment in the next

payment. Interest shall be calculated from the date by which the payment should have been made upto

the date when the late payment is made at 8% per annum.

43.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an

Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause.

Interest shall be calculated from the date upon which the increased amount would have been certified in

the absence of dispute.

43.3 Items of the Works for which no rate or price has been entered in will not be paid for by the Employer

and shall be deemed covered by other rates and prices in the Contract.

44. Compensation Events

44.1 The following are Compensation Events unless they are caused by the Contractor:

(a) The Employer does not give access to a part of the Site by the Site Possession Date stated in the

Contract Data.

(b) The Employer modifies the schedule of other contractors in a way which affects the work of the

contractor under the contract.

(c) The Engineer-in-charge orders a delay or does not issue drawings, specifications or instructions

required for execution of works on time.

Page 46: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

46

(d) The Engineer-in-charge instructs the Contractor to uncover or to carry out additional tests upon

work which is then found to have no Defects.

(e) The Engineer-in-charge unreasonably does not approve for a subcontract to be let.

(f) Ground conditions are substantially more adverse than could reasonably have been assumed

before issuance of Letter of Acceptance from the information issued to Bidders (including the Site

Investigation Reports), from information available publicly and from a visual inspection of the

Site.

(g) The Engineer-in-charge gives an instruction for dealing with an unforeseen condition, caused by

the Employer, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities or the Employer does not work within the dates and

other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

(j) The effect on the Contractor of any of the Employer‘s Risks.

(k) The Engineer-in-charge unreasonably delays issuing a Certificate of Completion.

(l) Other Compensation Events listed in the Contract Data or mentioned in the Contract.

44.2 If a Compensation Event would cause additional cost or would prevent the work being completed before

the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion

Date is extended. The Engineer-in-charge shall decide whether and by how much the Contract Price shall

be increased and whether and by how much the Intended Completion Date shall be extended.

44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor's

forecast cost has been provided by the Contractor, it is to be assessed by the Engineer-in-charge and the

Contract Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the

Engineer-in-charge shall adjust the Contract Price based on Engineer-in-charge‘s own forecast. The

Engineer-in-charge will assume that the Contractor will react competently and promptly to the event.

44.4 The Contractor shall not be entitled to compensation to the extent that the Employer's interests are

adversely affected by the Contractor not having given early warning or not having cooperated with the

Engineer-in-charge.

45. Tax

45.1 The rates quoted by the Contractor shall be deemed to be inclusive of all 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.

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:

(a) The price adjustment shall apply for the work done from the start date given in the contract data

upto 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.

Page 47: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

47

(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 would include the amount of secured

advance for materials paid for (if any) during the quarter, less the amount of the secured

advance recovered, during the quarter. It will exclude value for works executed under

variations for which price adjustment will be worked separately based on the terms

mutually agreed.

47.2 To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the

provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall

be deemed to include amounts to cover the contingency of such other rise or fall in costs.

48. Retention

48.1 The Employer shall retain 6 (six)% from each payment due to the Contractor the proportion stated in the

Contract Data until Completion of the whole of the Works.

48.2 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.

48.3 On completion of the whole works, the contractor may substitute retention money (balance half) with an

―on demand‖ Bank guarantee.

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. Payment of liquidated damages does not affect the Contractor's

liabilities.

49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer-in-

charge shall correct any overpayment of liquidated damages by the Contractor by adjusting the next

payment certificate. The Contractor shall be paid interest on the over payment calculated from the date

of payment to the date of repayment at the rates specified in Sub Clause 43.1.

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 not be charged 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

Page 48: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

48

advance payment has been used in this way by supplying copies of invoices or other documents to the

Engineer.

51.3 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.

51.4 Secured Advance:

The Engineer-in-charge shall make advance payment in respect of materials intended for but not yet

incorporated in the Works in accordance with conditions stipulated in the Contract Data.

52. Securities

52.1 The Performance Security 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.

53. Deleted

54. Cost of Repairs

54.1 Loss or damage to the Works or Materials 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 Contractor's cost if

the loss or damage arises from the Contractor's acts or omissions.

E. Finishing the Contract

55. Completion

55.1 The Contractor shall request the Engineer-in-charge 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

56.1 The Employer shall take over the Site and the Works within seven days of the Engineer-in-charge issuing

a certificate of Completion.

57. Final Account

57.1 The Contractor shall supply to the Engineer-in-charge 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 Contractor's account if it is correct and complete. If it is not,

the Engineer-in-charge 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-in-charge shall decide on the amount payable to the Contractor and issue a payment certificate,

within 56 days of receiving the Contractor‘s revised account.

58. Operating and Maintenance Manuals

58.1 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.

Page 49: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

49

58.2 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 Engineer‘s approval, the Engineer-in-charge 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.

59.2 Fundamental breaches of Contract include, but shall not be limited to the following:

(a) the Contractor stops work for 28 days when no stoppage of work is shown on the current program

and the stoppage has not been authorized by the Engineer;

(b) the Engineer instructs the Contractor to delay the progress of the Works and the instruction is not

withdrawn within 28 days;

(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a

reconstruction or amalgamation;

(d) a payment certified by the Engineer is not paid by the Employer to the Contractor within 56 days

of the date of the Engineer's certificate;

(e) the Engineer-in-charge 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-in-charge;

(f) the Contractor does not maintain a security which is required;

(g) the 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

(h) if the Contractor, in the judgment of the Purchaser has engaged in fraud and corruption, as

defined in GCC Clause 64, in competing for or in executing the Contract.

59.3 When either party to the Contract gives notice of a breach of contract to the Engineer-in-charge for a

cause other than those listed under Sub Clause 59.2 above, the Engineer-in-charge shall decide whether

the breach is fundamental or not.

59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

59.5 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.

Page 50: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

50

60. Payment upon Termination

60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the

Engineer-in-charge 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.

60.2 If the Contract is terminated at the Employer's 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 Contractor's personnel employed solely on

the Works, and the Contractor's 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.

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 Contractor‘s default.

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. Suspension of World Bank Loan or Credit

63.1 In the event that the World Bank suspends the Loan or Credit to the Employer, from which part of the

payments to the Contractor are being made:

(a) The Employer is obligated to notify the Contractor of such suspension within 7 days of having

received the World Bank‘s suspension notice.

(b) If the Contractor has not received sums due to it upon the expiration of the 28 days for payment

provided for in Sub-Clause 43.1, the Contractor may immediately issue a 14-day termination

notice.

64. Fraud and Corruption

64.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent, collusive, coercive or

obstructive practices, in competing for or in executing the Contract, then the Employer may, after giving 14 days

notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from the Site,

and the provisions of Clause 59 shall apply as if such expulsion had been made under Sub-Clause 59.5

[Termination by Employer].

64.2 Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive,

coercive, or obstructive practice during the execution of the Works, then that employee shall be removed in

accordance with Clause 9.

64.3 For the purposes of this Sub-Clause:

Page 51: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

51

(i) ―corrupt practice‖8 is the offering, giving, receiving or soliciting, directly or indirectly, of anything

of value to influence improperly the actions of another party;

(ii) ―fraudulent practice‖9 is any act or omission, including a misrepresentation, that knowingly or

recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an

obligation;

(iii) ―collusive practice‖10 is an arrangement between two or more parties designed to achieve an

improper purpose, including to influence improperly the actions of another party;

(iv) ―coercive practice‖11 is impairing or harming, or threatening to impair or harm, directly or indirectly,

any party or the property of the party to influence improperly the actions of a party;

(v) ―obstructive practice‖ is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the

investigation or making false statements to investigators in order to materially impede a Bank

investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or

threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of

matters relevant to the investigation or from pursuing the investigation; or

(bb) acts intended to materially impede the exercise of the Bank‘s inspection and audit rights

provided for under Sub-Clause 22.2.

8 “another party” refers to a public official acting in

relation to the procurement process or contract execution]. In

this context, “public official” includes World Bank staff and

employees of other organizations taking or reviewing procurement

decisions. 9 a “party” refers to a public official; the terms “benefit”

and “obligation” relate to the procurement process or contract

execution; and the “act or omission” is intended to influence the

procurement process or contract execution. 10 “parties” refers to participants in the procurement process

(including public officials) attempting to establish bid prices at

artificial, noncompetitive levels. 11 a “party” refers to a participant in the procurement process

or contract execution.

Page 52: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

52

F. Special Conditions of Contract

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 thereunder, 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 thereunder, 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 non-observance 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-in-charge 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.

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS

ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK

(The law as current on the date of bid opening will apply)

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 (since amended): 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.

Page 53: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

53

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 upto 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.

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 workmen‘s (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, travelling expenses from home upto 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.

Page 54: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

54

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.

3. SUB-CONTRACTING (GCC Clause 7)

Please add the following as Clause 7.2:

The contractor shall not be required to obtain any consent from the employer for:

a) the sub-contracting of any part of the Works for which the Sub-contractor is named in the contract;

b) the provision of labour; and

c) the purchase of materials which are in accordance with the standards specified in the Contract.

Beyond this if the contractor proposes sub-contracting any part of the work during execution of works, because

of some unforeseen circumstances to enable him to complete the work as per terms of the contract, the Engineer

will consider the following before according approval:

- The contractor shall not sub-contract the whole of the Works.

- The contractor shall not sub-contract any part of the Work without prior consent of the Engineer. Any

such consent shall not relieve the contractor from any liability or obligations under the contract and he

shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents or workmen as

fully as if they were the acts, defaults or neglects of the contractor, his agents or workmen.

- The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b) the sub-

contractors so proposed for the Work possess the experience, qualifications and equipment necessary for

the job proposed to be entrusted to them in proportion to the quantum of work to be sub-contracted.

- If payments are proposed to be made directly to that sub-contractor, this should be subject to specific

authorization by the prime contractor so that this arrangement does not alter the contractor's liability or

obligations under the contract.

4. ARBITRATION (GCC Clause 25.3)

The procedure for arbitration will be as follows :

25.3 (a) In case of Dispute or difference arising between the Employer and a domestic contractor relating to any

matter arising out of or connected with this agreement, such disputes or difference 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 and 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 of the arbitrator appointed subsequently, the Presiding Arbitrator shall be

appointed by the * President of the Institution of Engineers (India.

_____________________________________________

(Note: 1. All bidders are expected to indicate clearly in the bid, if they proposed sub-contracting elements of the works amounting to more than 20

percent of the Bid Price. For each such proposal the qualification and the experience of the identified sub-contractor in the relevant field should be

furnished alongwith the bid to enable the employer to satisfy himself about their qualifications before agreeing for such sub-contracting and include it in

the contract. In view of the above, normally no additional sub-contracting should arise during execution of the contract.

2. However, [a] sub contracting for certain specialized elements of the work is not unusual and acceptable for carrying out the works

more effectively; but vertical splitting of the works for subcontracting is not acceptable. [b] In any case, proposal for sub-contracting in

addition to what was specified in bid and stated in contract agreement will not be acceptable if the value of such additional sub-

contracting exceeds 25% of value of work which was to be executed by Contractor without sub-contracting.

3. Assignment of the contract may be acceptable only under exceptional circumstances such as insolvencies/liquidation or

merger of companies etc.

Page 55: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

55

(b) In the case of dispute with a Foreign contractor the dispute shall be settled in accordance with provisions

of UNCITRAL Arbitration Rules. The Arbitral Tribunal shall consist of three 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, and shall act a 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 of the arbitrator appointed subsequently, the Presiding arbitrator shall be appointed by

the President of the Institution of Engineers (India.

(c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b) above within 30

days after receipt of the notice of the appointment of its arbitrator by the other party, then the * Indian

Council of Arbitration/President of the Institution of Engineers (India)/The International Centre for

Alternative Dispute Resolution (India), both in cases of the Foreign Contractor as well as Indian

Contractor, shall appoint the arbitrator. A certified copy of the order of the President of the Institution

of Engineers (India, making such an appointment shall be furnished to each of the parties.

(d) Arbitration proceedings shall be held at Kolkata , India, and the language of the arbitration proceedings

and that of all documents and communications between the parties shall be English.

(e) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and

expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the

expenses incurred by each party in connection with the preparation, 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

borne by each party itself.

(f) Where the value of the contract is Rs.50 millions and below, the disputes or differences arising shall be

referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the

parties; failing such agreement, by the appointing authority, namely the * President of the Institution of

Engineers (India.

(g) Performance under the contract shall continue during the arbitration proceedings and payments due to

the contractor by the owners shall not be withheld, unless they are the subject matter of the arbitration

proceedings.

5. PROTECTION OF ENVIRONMENT:

Add the following as GCC Clause 16.2:

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 :

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.

* Choose one alternative. Insert Chairman of the executive Committee of the Indian Roads Congress (for

highway project) or any other appropriate institutions (for other types of works).

Page 56: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

56

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.

[Employers should note that the Loan Agreement between IBRD and the borrowing country may establish

specific measures to be taken during construction of the Works for the protection of the environment. Sub-

clause 16.2 should be modified/expanded to take into account such specific measures or other measures

considered appropriate by the Employer]

Environment Management Plan

The Environment Management Plan (EMP) is a set of measures for avoidance, minimization and mitigation of

adverse environmental impacts. The Contractor will abide by the environmental, occupational health and safety

measures listed in the Environment Management Plan (EMP) given in the table below during preparation and

execution of Works. Adverse impact/s on the environment caused due to non-adherence of legal and EMP

requirements during preparation and execution of civil works shall be made good at the Contractor‘s own expenses.

The Engineer‘s check and certification for payment, in accordance to requirements under Clause 42.2 of GCC, shall

also include the performance review of the Contractor with regard to EMP compliance.

The complete document on Environmental and Social Management Framework (ESMF) from which these conditions

have been derived/listed is available with the Engineer and State Disaster Management Authority (SDMA) for the

Contractor‘s reference. It is also available on the websites of National Disaster Management Authority (NDMA) and

State Disaster Management Authority (SDMA).

S.

No. Activity Measures to be Implemented by the Contractor

1. Work Plan for

EMP

implementation

The Contractor‘s Project Manager shall be responsible for implementation of EMP provisions and

will coordinate the over-all implementation of the said plan. Along with the Work Programme, the

Contractor shall submit a plan including method statement and timeline about specific actions that

will be taken by him to implement the provisions laid out in the EMP.

2. Regulatory

Permissions

and Consents

The Contractor shall obtain all requisite statutory clearances prior to commencement of civil works,

which includes obtaining permission/consent for plants, water extraction and borrow areas

operations. This includes:

Consent for establishment and operation of plant (for concrete work) from SPCB

PUC certification for all vehicles/equipment used for/during construction

Permission/consent of the District Administration/Mining Department/other agencies for

quarrying and/or borrowing operations for materials like sand and earth

Permission for water extraction, if applicable in the local area context.

The Contractor shall abide by all conditions laid out in the said clearances.

3. Consultation

and Community

Consent

The Contractor shall consult and obtain written consents of landowners (individual/panchayat/govt.

agency) for temporary use of land for all construction related activities including:

(a) setting-up and operation of construction camp including labour camps, stock yards etc.

(b) borrow areas and

(c) disposal of debris and other waste material.

Page 57: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

57

S.

No. Activity Measures to be Implemented by the Contractor

4. Construction/

Labour Camp

(a) Location: The camp and plant site/s location and establishment shall be done in a manner that

does not interfere or disturb the activities of local inhabitants, particularly those of schools and

health facilities. Written permission (no objection certificate) shall be taken from the Gram

Sabha and the land owner prior to location selection and a copy shall be submitted to the

Engineer for approval.

(b) Camp site shall not be located within 250 mts. from a water body including village ponds.

(c) A distance of at least 500 mts. shall be maintained from designated/protected natural habitats

(such as National Parks, Sanctuaries, Biosphere Reserves, Reserve Forests and Ramsar Sites)

and Coastal Regulation Zone.

(b) Accommodation and Basic Amenities: All weather shelter with the required tenement size and

toilets shall be provided, as per provisions of Labour Laws. Separate toilet facilities shall be

provided for women workers. If a common mess is not provided/operated, additional space for

cooking shall be provided. The contractor shall ensure that hygienic conditions are maintained

during the operation of such camps/facilities.

(c) Fuel for Cooking: The Contractor shall ensure that fuel wood is not used as a cooking medium

in the construction/labour camp.

(d) Potable water supply: Drinking water supply of at least 40 lpcd with the required supply points

shall be provided.

(e) Fire Safety: Adequate fire safety precautions shall be taken and required fire safety equipment

(such as fire extinguishers) shall be provided by the Contractor.

5. Site Clearance (a). No tree cutting is to carried out without the written instruction from the Employer, who in turn

will ensure that relevant regulatory permission/s (including those from Forest Dept., if required)

are obtained prior to cutting of such trees.

(b) The non-timber grade trees are to be stacked and possession is to be given to

Employer/concerned Govt. Department.

(c) The Contractor shall strip, store and preserve top soil from the site of construction work and in

the stock yards prior to stacking of materials. The top soil shall be reinstated in the cyclone

shelter compound after the construction is over.

6. Protection of

Properties and

Resources

The Contractor shall take due care to protect and prevent damages to the following resources during

preparatory and construction work:

a. Water supply lines

b. Irrigation canals

c. Cart, cattle and/or foot trail/tracks

d. Cultural properties and sites/structures of religious importance

e. Houses, Farmlands, Orchards and/or Trees

f. School and other existing buildings adjacent to the site of construction

In case of damage due to construction activity, the restoration/repairs shall be carried out by the

Contractor at his own cost.

7. Quarry

Operations

The Contractor shall procure material from quarries that have been approved/licensed by the State

Govt. A copy of such an approval shall be submitted to the Engineer prior to procuring material.

8. Borrow Areas (a) Borrow areas for the project will be selected by the Contractor following the stipulations given

below. The finalization of all such locations shall be dependent on the approval of the Engineer

on technical and environmental grounds. This includes on-site verification to cross-check the

accuracy of details provided by the Contractor. Only after receipt of the written approval from

the Engineer, the Contractor shall enter into a formal agreement with landowner.

(b) The Contractor shall not procure any kind of construction material (such as aggregates, sand and

earth) from ecologically protected areas.

Page 58: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

58

S.

No. Activity Measures to be Implemented by the Contractor

(c) Identification and Selection

1. The borrow area should not be located in agriculture field/s unless unavoidable i.e. barren

land is not available. In case borrowing needs to be done on an agricultural land, top-soil

stripping, stacking and preservation is a must.

2. Borrow pits shall not be located within a distance of 100 mts. from any NH, SH or other

roads.

3. Borrow pits shall be preferably located 500 mts. away from settlements/ habitations.

4. No borrow pits shall be located within 500 mts. from schools, colleges, playgrounds,

religious structures and health centres.

5. No borrow area shall be opened within 500 mts. from a reserved or protected forest area,

protected sites, wildlife movement zone and cultural heritage site.

6. No tree cutting shall be undertaken.

7. Borrow area near any surface water body will be at least 100 mts. away.

(d) Operation

1. Area up to which material will be extracted shall be clearly demarcated on ground.

2. A 15 cm topsoil layer will be stripped and preserved in stockpiles.

3. Borrowing of earth should be preferably limited to a depth of 1.5 mtr from the existing

ground level.

4. Slope at the edges will be maintained not steeper than 1:3 (Vertical: Horizontal).

(e) Rehabilitation of Borrow Areas

1. Rehabilitation shall be satisfactorily undertaken immediately after the use has ceased and at

least three weeks prior to monsoon.

2. Preserved top soil has be spread uniformly over land (except in cases where borrow area is

developed as a water body) used as a borrow area.

9. Water

Extraction/ Use

Water for construction and for use at construction camps (including labour camps) is to be

extracted with prior written permission of (a) the individual owner, in case the source is private

well/tube well; (b) Gram Panchayat in case the source belongs to community; and (c) Irrigation

Department in case the source is an irrigation canal or a river.

10. Safety of Road

Users and Local

Residents

(a) Traffic safety arrangements (including provision of warning signage, speed breakers etc.) shall

be made by the Contractor to ensure safety of road users and local people, particularly in the

internal village roads which will be used for transporting materials.

(b) Material shall be covered during transportation to prevent spillage, accidents and pollution.

(c) All required measures to ensure safety of local residents including children and other near-by

residents shall be taken up by the Contractor. This shall include provisions to prevent

unauthorised entry into the construction site and camp; fire and electrical safety measures; pre-

cautions around excavation such as barricading and warning signs and safe storage of material.

11. Worker‘s Safety (a) All measures required for ensuring safety and health of the workers shall be taken up by the

Contractor. This includes provision and enforcement of appropriate personal protective

equipment; first aid facility; emergency response arrangement; proper storage of hazardous/

toxic and polluting materials and; measures for ensuring fire, electrical and mechanical safety

arrangements in camp and in work site.

(b) All methods, steps and measures required for ensuring safety of workers, particularly those

needed while undertaking work in or around excavations; working at height; and; while

handling inflammable, toxic and/or hazardous materials shall be ensured by the contractor.

(c) Material safety data sheet record of fuel and other inflammable chemicals shall be maintained at

the site.

12. Air Pollution (a) Wind barriers or screens shall be provided in the downwind direction at air pollution causing

sources like plant sites and fine material storage stock yards.

(b) Fugitive dust emissions have to be eliminated by providing dust suppression/control measures,

such as water sprinkling and cover on materials, based on activity and site conditions.

(c) All plants and equipment shall comply with pollution control norms.

Page 59: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

59

S.

No. Activity Measures to be Implemented by the Contractor

(d) Water shall be sprinkled at least twice during dry day on haulage roads passing through or near

settlements (including at least 100 m before the settlement).

13. Water pollution (a) All measures (including provision of temporary silt fencing to control sediment run-off) required

for avoiding adverse impacts to water bodies (such as ponds, streams, canals and rivers), water

sources (such as hand pumps and wells) and adjacent farmland shall be undertaken by the

Contractor.

(b) Storage of materials like fuel, chemicals and cement shall be done in a manner (with impervious

layer on bottom and a covered shed on top) that does not contaminate land and ground/surface

water.

14. Noise Pollution (a) All noise causing activities shall be stopped during night time (9:00 PM to 6:00 AM). The

Contractor shall schedule construction works in consultation with local Panchayat Authority and

School Principal to ensure least disturbance to school children and other adjacent residents.

(b) Ear plugs shall be provided to the labour facing risk from high noise pollution such as plant site

and those working near generators, heavy equipment/machinery.

(c) Appropriate noise controlling devices including acoustic generators shall be used to minimise

noise during construction work and operation of camp.

15. Disposal of

Debris/Wastes

(a) Debris and other construction waste, if any, shall be disposed in locations pre-approved by the

Engineer in a manner that it does not contaminate the environment.

(b) Location of Debris Disposal Sites: Debris disposal sites shall be located preferably away from

farmlands, water sources and water bodies. In no case, debris shall be disposed within 500 mts.

of ecologically sensitive areas, including forests, wetlands and protected natural habitats.

16. Restoration and

Rehabilitation of

Sites

All work sites and areas under temporary use (including construction and labour camps, plant sites,

haul roads and borrow areas) shall be restored/ rehabilitated to a better condition (if not at least to its

original condition) and to the satisfaction of the Engineer and land owner upon completion of

construction work by the Contractor.

Completion of work (as covered under clause 55.1 of GCC) will also include completion of

rehabilitation and clean-up of the work sites including camps, plants, in and around the construction

site; disposal of debris/construction wastes at pre-approved locations and; restoration of borrow areas

and other sites/locations used for material sourcing.

17. Liabilities Any liability arising out of Contractor‘s agreement with landowners/ local people/gram panchayat

(including those related to temporary use of land, water extraction and disposal of debris) shall be

settled by the Contractor.

6. LIQUIDATED DAMAGES:

Sub-clause 49.1:

Please substitute the last sentence with the following:

―Time is 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 contractor‘s obligations and liabilities under the contract.‖

Page 60: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

60

SECTION 4: CONTRACT DATA

Page 61: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

61

Contract Data

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

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

· The Schedule of Operating and Maintenance Manuals [58]

· The Schedule of Key Personnel [9]

· The Methodology and Program of Construction & Environmental Management Plan [27]

· The Schedule of Key and Critical equipment to be deployed [27]

on the work as per agreed program of construction

· Site Investigation reports [14

The Borrower is Government of India and West Bengal is a participating state in the Integrated Coastal Zone Management

project

The World Bank means International Development Association [1.1]

and credit refers to an IDA Credit

____________________________

The Employer is

Name: The Project Director,

Address: State Project Management Unit, Integrated Coastal Zone Management Project,

Institute of Environmental Studies & Wetland Management, DD-24, Sector 1, Salt Lake City, Kolkata, India (1.1)

Name of authorized Representative: : Somenath Bhattachrya, Additional Project Director (Technical), SPMU, ICZMP,

IESWM.

__________________________

The Engineer is (1.1)

Name: Sri Sanjiv Kumar Nagam,

Address: Executive Engineer, Tamluk Division, P.H.E Directorate

Address - Datta Palace, 3rd Floor, Parbatipur, P.O: Tamluk, Dist: Purba Medinipur

Name of Authorized Representative: Sri Subir Ghosh, Assistant Engineer, P.H.E Directorate, Digha

The Adjudicator appointed jointly by the Employer and Contractor is:

*Name : _____________________________________ (1.1)

*Address : ______________________________________________________________________

(*to be filled in after the Adjudicator has been appointed)

Page 62: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

62

The name and identification number of the Contract is Renovation of sanitary sewerage scheme which includes

supplying, laying of sewer line & pumping main,design,supply and construction of sewage lifting station (SLS-4),sewage

pumping station (SPS –II)) and allied works at Digha in the district of Purba- medinipur, West Bengal, 03-

SPMU/WB/NCB/W-21/1/2012-13

The Works consist of—Construction of manhole, laying of sewer line, civil and mechanical construction of sewage lifting

station (SLS-4), sewage pumping station (SPS –II) (1.1) _______________________________________________________________________________________________________________________________________________________________________________________________________

[brief summary, including relationship to other contracts under the Project].

The Start Date shall be the date of issue of notice to proceed with the work. (1.1)

The Intended Completion Date for the whole

of the Works is 15 month with the following milestones: [17, 28]

Milestone dates:

Physical works to be completed Period from the date of issue of

notice to proceed with the work

Milestone 1 i.e. construction of sewer line,Manhole chambers 9 (six) months.

Milestone 2 i.e. construction of pumping main,SLS-4& SPS-2 12(nine) months.

Milestone 3 i.e. completion of all the civil works and

mechanical construction of pumping main,SLS-4& SPS-2 15 (fifteen) months

.

The following documents also form part of the Contract: [2.3]

_____________NIL________________________

The Contractor shall submit a revised Program including Environmental

Management Plan for the Works (in such form and detail as the

engineer shall reasonably prescribe) within 14 days of

delivery of the Letter of Acceptance. [27]

The Site Possession Dates shall be: fourteen days

from the date of signing the agreement [21]

The Site is located at Digha, Dist-East Mednapur, West Bengal_____________________________________ [1]

and is defined in drawings nos. a) of section 6______________________________

______________________________

________________________________________________________

The Defects Liability Period is _365 days from the date of certification of completion of works. (where sectional

completion certificate is issued this will apply from those dates for those sections). [35]

Insurance requirements are as under: [13]

Minimum Cover

for Insurance

Maximum deductible

for Insurance

(i) Works and Plant and

Materials

Contract value

5% of the Contract

Value

(ii) Loss or damage to

Equipment

Total book value of

the equipment

brought to the site

by the contractor

5% of the figure

alongside

(iii) Other Property

Rs.10,00,000/- Rs.10,000/-

Page 63: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

63

(iv) Personal injury or death

insurance:

a) for other people;

As per Workmen‘s

Compensation Act

1923 and other

Acts in force.

As per Workmen‘s

Compensation Act

1923 and other Acts in

force.

b) for Contractor‘s

Employees

In accordance with the statutory requirements

applicable to India, Workmen Compensation

Act.

The following events shall also be Compensation Events: [44]

1. _____________________NIL_______________________________

2. _____________________NIL_______________________________

3. _____________________NIL_______________________________

4. _____________________NIL_______________________________

The period between Program updates shall be 30 days. [27]

The amount to be withheld for late submission of an updated

Program shall be Rs 5,00,000.00 ____________________________________________[27]

The language of the Contract documents is English [3]

The law which applies to the Contract is the laws of Union of India [3]

The currency of the Contract is Indian Rupees. [46]

Fees and types of reimbursable expenses to be paid to the Adjudicator [25]

Rs.3000.00 per sitting plus reimbursable expenses, (i.e.) Traveling, boarding & lodging expenses

_____________________________________________________________________

_____________________________________________________________________

Appointing Authority for the Adjudicator The President, Institution of Engineers (India), Kolkata chapter [26]

The formula(e) for adjustment of prices are Deleted

The proportion of payments retained (retention money) shall be 6% from each bill

subject to a maximum of 5% of final contract price [48]

The liquidated damages for the whole of the works are

(0.05%) per day and that for the milestone are as under : [49]

For milestone 1 Rs 35,000.00 per day

For milestone 2 Rs 45,000.00 per day

For milestone 3 Rs 57,000.00 per day

The maximum amount of liquidated damages for the whole of the works [49]

is ten percent of final contract price.

The amounts of the advance payment are: [51]

Nature of Advance Amount (Rs.) Conditions to be fulfilled

1. Mobilization 5% of the Contract price On submission of un-conditional Bank Guarantee.

(to be drawn before end of 20% of Contract period)

Page 64: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

64

2. Equipment

(This advance is not

applicable for

equipment already

owned or hired/

leased by the

contractor.)

90% for new and 50% of depreciated

value for old equipment. Total

amount will be subject to a maxi-

mum of 5%of the Contract price.

After equipment is brought to site as per agreed

construction program (provided the Engineer is

satisfied that the equipment is required for

performance of the contract) and on submission of

unconditional Bank Guarantee for amount of advance.

3. Secured advance

for non-

perishable

materials brought

to site

75% of Invoice value or Market value

- lower of the two.

a) The materials are in-accordance with the

specification for Works;

b) Such materials have been delivered to site, and are

properly stored and protected against damage or

deterioration to the satisfaction of the Engineer.

The contractor shall store the bulk material in

measurable stacks.;

c) The Contractor‘s records of the requirements,

orders, receipt and use of materials are kept in a

form approved by the Engineer and such records

shall be available for inspection by the Engineer;

d) The contractor has submitted with his monthly

statement the estimated value of the materials on

site together with such documents as may be

required by the Engineer for the purpose of

valuation of the materials and providing evidence

of ownership and payment thereof;

e) Ownership of such materials shall be deemed to

vest in the Employer for which the Contractor

has submitted an Indemnity Bond in an

acceptable format; and

f) The quantity of materials are not excessive

and shall be used within a reasonable time as

determined 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 and equipment: [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 —6— months from the date of payment of

first installment of advance, whichever period concludes earlier, and shall be made at the rate

of _15__ percent of the amounts of all 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.

Repayment of secured advance:

The advance shall be repaid from each succeeding monthly payments to the extent materials

[for which advance was previously paid pursuant to Clause 51.4 of G.C.C. and 51(3) of

Contract Data on prepage] have been incorporated into the Works.

The Securities shall be for the following minimum amounts equivalent as a percentage of [52]

the Contract Price:

Performance Security for 5 per cent of contract price plus Rs NA. ... as additional

Page 65: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

65

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 operating and maintenance manuals are required is within 28 days of issue [58]

of certificate of completion of whole or section of the work, as the case may be.

The date by which ―as-built‖ drawings (in scale 1:100) in 2 sets 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/or operating and [58]

maintenance manuals *by the date required is Rs.5,00,000.00

The following events shall also be fundamental breach of contract: [59.2]

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

GCC

2. The contractor does not adhere to the agreed construction program and agreed

environmental management plan (Clause 27 of GCC) and also fails to take satisfactory

remedial action as per agreements reached in the management meetings (Clause 31) for

a period of 60 days.

3. The contractor fails to carry out of the instructions of Engineer within a reasonable time

determined by the Engineer in accordance with GCC Clause 16.1 and 23.1.

The percentage to apply to the value of the work not completed representing the Employer's [60]

additional cost for completing the Works shall be 20 percent.

Page 66: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

66

SECTION 5: SPECIFICATIONS

Page 67: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

67

GENERAL SPECIFICATIONS

1.0 SCOPE OF WORK

The following works are included in the bid:

A) Surveying, leveling, soil testing and preparation of Drawing of the entire command area.

B). Supplying, laying, fitting, fixing jointing of different dia Salt Glazed Stone Ware Pipe and R.C.C. Spun pipes(NP3)

as per the departmental layout drawing (Marked as DRAWING-1 A) enclosed herewith including supply of required

specials, valves etc. including earthwork in excavation in any kind of soil up to the depth 5.0 mtr. maintaining the invert

levels as mentioned in the layout drawing and back filling, hydraulic testing etc. all complete as per direction of the E.I.C.

The work includes construction of concrete bedding below the sewer line etc. as required, measure to combat sand

boiling in the area with proper arrangement of shoring/timbering,/ sheet piling/ bailing out of water/ well point de-

watering, preparation of bed as per desired slope/ gradient as shown in the layout drawing and Invert levels (2 pages,

Marked as-1B) and as per site condition including making interconnection with the existing sewer line/Manhole

chambers and temporary diversion of road, if required is also included in this scope.

Details of proposed sewer line to be executed as follows:

Diameter (In mm.) Length of Sewer line ( in mtr.) Type of pipe to be used in the Sewer line

150 6257.40 Salt Glazed Stoneware Pipes

200 1594.00 -do-

250 10.00 -do-

300 50.00 R.C.C. Spun Pipes (NP-3)

400 1027.00 -do-

450 1492.50 -do-

500 1194.00 -do-

600 525.00 -do-

Total:- 12149.90

C) Work of cleansing by applying suitable method of existing sewer line (approximate length 7.15 k.m.) by supplying

necessary tools and plants including labour, repairing of damaged sewer lines /manhole chambers including supply of all

materials, replacement of existing sewer line with new pipes, if required by supplying the same pipe and all other

unforeseen/ incidental measures required to maintain the leak proof continuity starting from beginning point of the

existing sewer line ( nodal point no. 45) to the connecting points with the sewer network is within, supplying fitting

fixing of RCPC manhole cover for replacement, lighting arrangement/pumping out water/ diversion works/ dismantling

of existing structures, if required for execution of aforesaid work including carriage of all type of materials is also

included in this work. The indicative status of existing sewer line is enclosed for a ready reference in the shape of chart.

D) Construction of Manhole Chambers of different types and dimensions as per required levels with brick

masonry/concrete works and 600 mm dia Manhole covers (RCPC) including frame to be constructed (Reference

Indicative Drawing No.55/TD dt.02-01-1997 and 71/TD dt. 08-08-1997-Marked as DRAWING No.-2 A & 2 B)

including supply of all types of Manhole chambers to be constructed within the sewerage network, the number of which

may vary depending on the site condition are given below:

Type of Manhole Chambers Numbers Type of Manhole Chambers Numbers

Ordinary Manhole (Type – IA & IB) Junction Manhole (Type – II)

(A) Upto 450 mm. diameter pipe (A) Upto 450 mm. diameter pipe

(a) Depth of invert upto 1.5 m. 60 (a) Depth of invert upto 2.5 m. 40

(b) Depth of invert upto 2.0 m. 60 (b) Depth of invert upto 3.0 m. 35

(c) Depth of invert upto 2.5 m. 40 (c) Depth of invert upto 3.5 m. 18

(d) Depth of invert upto 3.0 m. 25 (d) Depth of invert upto 4.0 m. 5

(e) Depth of invert upto 3.5 m. 10 (e) Depth of invert upto 4.5 m. 2

Page 68: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

68

(f) Depth of invert upto 4.0 m. 5 (B) For 500-600 mm. diameter pipe

(B) For 500-600 mm. diameter pipe (a) Depth of invert upto 4.0 m. 15

(a) Depth of invert upto 4.0 m. 10 (b) Depth of invert upto 4.5 m. 10

(b) Depth of invert upto 4.5 m. 10 Junction Manhole (Type – III)

(A) Upto 450 mm. diameter pipe

(a) Depth of invert upto 4.0 m. 55

(b) Depth of invert upto 4.5 m. 15

(B) For 500-600 mm. diameter pipe

(a) Depth of invert upto 5.0 m. 15

E) Supply, fitting, fixing, laying, jointing sewerage pumping main with D.I. (Class-K 9) pipes as per IS: 8329: 2000 with

all required DI specials, jointing materials as per relevant code, CIDF Sluice valves-PN-1.6 as per IS: 14846/2000 with

amendments 1 & 2 with Cap including earthwork in excavation, back filling, Construction of masonry/RCC chambers

etc., if required, hydraulic testing etc. all complete as per direction of the E.I.C.

i) 300 mm. dia. D.I. Pumping main- 1040.0 mtr. (Minimum).

F) Design and construction of circular type underground Sewage Lifting Station (SLS-4) and Sewage Pumping Station

(SPS- 2) over which pump house-cum-electrical room for accommodation of all mechanical and electrical pumping

machineries accessories, instrumentation tunnels, hoisting devices including supply and installation of M.S.

Ladders/steps, sheet piling, dewatering all other measures required to complete the job. Pile foundation, if required shall

have to be done by the bidder.

The items of work includes construction of Manhole-cum-Screen chamber on the upstream side of SLS-4 and

SPS-2 with installation of a penstock as per specification on the mouth of the sewer on the outside of the Manhole

Chamber to facilitate periodical maintenance of sewage pumps in the collecting well as well as for cleaning of sludge

from the collecting well as and when necessary. Minimum free board in the incoming channel shall be 500 mm.

Volume of the sump will be min. 15 times the rated capacity of the pump (8 L/sec) for SLS-4 and also for SPS-2. i.e. 15

times the rated capacity of the pump (76.5 L/sec).

The item of works includes making interconnection with the incoming and outgoing sewer line with the both SLS-4 and

SPS- 2 including construction of suitable manhole chambers as per departmental drawing (Indicative Drawing No.

WC/53/2001 & WC/54/2001, Marked as DRAWING No.3(A) & 3(B), respectively.

G) Any other unforeseen items of work/measures not mentioned in scope/schedule but required for completion of the

above works in all respect is included in this scope. All bare surfaces of M.S component shall be coated with three coats

anti-corrosive epoxy paint

N.B.:-i) All civil Design shall have to be done on the basis of WORKING STRESS METHOD. Grade of concrete

for all R.C.C work shall be M25

The Mechanical and Electrical components of works are not provided within this scope and is given separately.

ii) Completion drawing-6 (six) sets of all the above works is to be submitted along with 1 (one) set of soft copy.

iii)The items mentioned in schedule meant for quoting rates only shall be treated as a part of Scope of work.

1.1 Application of specification and item of work:

This specification forms part of the contract and shall be read in conjunction with other documents forming the contract,

viz. Notice inviting BID, conditions and requirements of tendering, Scope of work and technical information, General

terms and conditions of contract, General and Technical Specification, drawings, Bill of quantities and schedule of

probable items of works.

The offered rates must cover the cost of all materials, all taxes & duties in vogue, labour, tools, machinery, plant, explosives,

scaffolding, staging, shoring, props, bamboos, ropes templates, pegs, and all appliances and operations whatever necessary for

efficient execution and completion of the work.

All works are to be executed in accordance with descriptions in the schedule of item of works along with the

specifications, terms, conditions provided elsewhere in the tender documents.

Item of works and their details, which are not covered by this specification, shall be carried out as per those of P.W. Department, Govt.

of West Bengal, Presidency Circle. and relevant IS recommendation.

Page 69: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

69

Manner of works not included above, should be carried out as per relevant provisions of Manual on Water Supply and

Treatment published by CPHEEO, relevant I.S. specifications and code of practice and as per manufacturer‘s

specification (where ever necessary).

The overall outline of works to be done by the contractor and the detail have been mentioned in the item of works in the

schedule and in the specification, drawing and elsewhere in the tender documents. Each scheduled item has to be

carried out and completed by the contractor at the accepted rate covering the full extent outlined in the schedule and

specification and not withstanding any omission in mentioning of supply and execution of such component of works

except in special case specifically mentioned. Items indicated in the schedule are exhaustive. Yet if there by any

short fall felt by the tenderer he may include the same while quoting his rate so as to make the item complete in all

respect for successful completion of the work.

The contractor‘s works shall be guided by the total requirement briefly outlined and shall include additional

works other than those component of works mentioned in the item to complete the work. The tenderer or the

contractor has to completely execute the full requirements ensuring performance guarantee of each component

of the works, equipment and machinery so that all the individual components are brought up to the optimum

condition for sustained and satisfactory operation individually and collectively.

1.2 Site Condition:

The contractor is to visit the site and ascertain local conditions, traffic restrictions, and obstructions in the area

before submission of tender paper to satisfy himself.

1.3 Setting out and leveling:

The contractor is to set out and level all the works in accordance with the approved drawings, and will be

responsible for the accuracy of the same. They have to provide all instruments, setting out equipments and

proper qualified staff required for the setting works. If any error will be found during checking by the

department, re-setting out will have to be carried out by the

contractor with out any extra payment. If any works found faulty due to erroneous setting out works, the contractor

shall have to rectify the same with out any extra cost.

1.4 Safety Code:

The contractor shall take adequate precaution to provide complete safety for prevention of accidents on the

site.

1.5 Keeping works free from water:

The contractor shall provide and maintain at his own cost, electrically or other power driven pumps and other

plant and equipment to keep the site and foundation pits and trenches free from water and continue to do so till the

site is handed over to the complete satisfaction of E.I.C.

1.6 Clear Site:

The site during the execution of works should have sober and tidy appearance with everything necessary for

the work neatly and systematically arranged.

The contractor at his own cost, shall clear the site of all trees, roots and obstructions. Where excavation is required,

that should be done strictly upto the required level. Any surplus earth should be spread over the low lands or used

in earth filling works for development of site.

After the completion of the work, the entire site shall be cleared satisfactorily with (a) all pits, diggings and

trenches properly filled up (b) all surfaces adequately dressed (c) all surplus materials, sheds, tents and all other

ancillaries removed from the site at his own cost.

1.7 Bench Marks and Ground Water Gauges:

The contractor shall establish and protect surveyor‘s benchmarks and base line marks from damage or

movement during work at his cost.

Page 70: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

70

1.8 Inspection:

The contractor shall inspect the site of work and ascertain site conditions and the nature of soil to be

excavated.

1.9 Contractor’s Staff:

The contractor must provide at all times efficient staff of trustworthy, skilful and experienced assistants

capable of carrying out the work in accordance with the drawings and specifications and to correct levels in

accordance with the provisions made in the relevant clause of the PQ Bid document.

1.10 Measurement of Work:

The CONTRACTOR or his authorized site engineer shall be available at site at all reasonable times to take

joint measurement of work done for the purpose of payment and shall also provide without any extra charges,

the necessary measuring instruments and men.

1.11 List of I.S. Code of Practices & others Publications:

A list of few important Indian Standard (latest edition) are given which does not cover all the relevant sides of

practices.

Wherever reference towards the Indian standards mentioned below or otherwise appears in the specification, it

shall be taken as reference to the latest version of the standard.

Page 71: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

71

S. No. IS No. DESCRIPTION

1 IS-1200 (Part-I to 28) Measurement of Building Works, method materials & details of construction.

2 SP:7 - 1983 National Building code of India. (first revision)

3 IS-4082: 1996 Stacking of storage of constructional materials at site- recommendation.

4 IS-3764 Safety Code for Excavation Work.

5 IS-3696 Safety Code for Scaffolds and Ladders.

6 IS-15875 Loading standards.

7 IS-1893 & 4326 Earth Quake deign.

8 IS-1080 & 2950 Foundations.

9 IS-1199: 1959 Sampling & Analysing of concrete.

10 IS-8142: 1976 Tests for setting time of concrete.

11 IS-516: 1959 Tests for strength of concrete.

12 IS-9013: 1978 Tests for compressive strength.

13 IS-4031 Tests for cement.

14 IS-2911: 1985 (Part –4) Load test on piles.

15 IS-3495 Methods of Testing Burnt Clay Bldg. Bricks.

16 IS-3114: 1965 (art-6) Method of hydraulic test of water supply pipe line.

17 IS-3597 : 1985 Method of testing of concrete pipes.

18 IS-12969: 1990 Method of test for quality characteristics of valves.

19 IS-11606 Methods for sampling of C.I. Pipes & Fittings.

20 IS-822: 1970 Procedure for inspection of welds.

21 IS-73-07 (Part – I) Approved tests for welding procedures (fusion welding of steel)

22 IS-7310 (Part – I) Approved tests for welders working to approved welding procedure (Part I:

fusion welding of steel).

23 IS-269: 1989 Ordinary, Rapid hardening & low heat Portland Cement – 33 Grade

24 IS-8112: 1989 Ordinary, Rapid hardening & low heat Portland Cement – 43 Grade

25 IS-12269: 1987 Ordinary, Rapid hardening & low heat Portland Cement – 53 Grade

26 IS:455-1989 Portland slag cement.

27 IS:6452-1989 High Alumina cement for structural use.

28 IS:8041-1990 Rapid hardening Portland cement.

29 IS-1489(Part-I & 2): 1991 Portland Pozzlona Cement.

30 IS-1726 Admixture of concrete.

31 IS-2645 Internal cement water proofing compounds.

32 Sand IS-1542 Sand for plaster

33 IS:2116-1980 Sand for masonry mortars

34 Aggregates IS:383-1970 Aggregates course and fine from natural sources for concrete.

35 Aggregates IS:515-1959 Aggregates for use in Mass Concrete Natural and manufactured.

36 Bricks IS: 1077-1992 Common Burnt clay-building bricks.

37 Soil IS:1489-1970 Classification & Identification of Soil for General Engineering purpose.

38 Steel: Iron Work IS-1786: 1985 High yield strength deformed bar (Grade Fe 415).

39 IS-2062: 1992 Structural steel.

40 IS-814: 1991 Electrodes for manual metal arc welding.

Page 72: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

72

41 IS-2062 (Grade-A) Low Carbon structural steel.

42 IS-808: 1989 Rolled Steel Beams, Channels and angles.

43 IS-1038: 1983 Steel doors, windows & Ventilators.

44 IS-1052: 1983 Specification for Collapsible Gate.

45 IS-7452: 1990 Hot rolled steel section for doors, windows and ventilators.

46 IS-1361 Steel Windows for Industrial Buildings.

47 IS-412 Expanded Metal Steel Sheets for General Purpose.

48 IS-1948 Aluminum Doors, Windows and Ventilators.

49 IS-1949 Aluminum Windows Industrial Buildings.

50 IS-4021: 1995 Timber door window and ventilator frames.

51 IS-1003: 1991 Timber paneled and glazed door shutters.

52 IS-2202 : 1991 Wooden flush door shutters. (Solid core type).

53 IS-287 Recommendations for Maximum Permissible Moisture Content of Timber used

for Different Purpose.

54 IS-6198 Ledges, Braced and Battened Timber Door Shutters.

55 IS-204 Tower bolts.

56 IS-205 Non-ferrous metal butt hinges.

57 IS-208 Door Handles.

58 IS-281 Mild Steel Sliding Door Bolts for use with Padlocks.

59 IS-2681 Non-ferrous Metal Sliding Door Bolts for use with Padlocks.

60 IS-451 Technical Supply Conditions for Wood Screws.

61 IS-1823 Floor Door Stopper.

62 IS-2209 Mortice Lock (vertical type).

63 IS-6607 Rebated Mortice Locks (vertical type).

64 IS-3564 Door Closers (hydraulically regulated).

65 IS-3847 Door Handles for Mortice Locks (vertical type).

66 IS-363 Hasps and Staples.

67 IS-419 Putty for use on Window Frames.

68 IS-1237 : 1980 Flooring Tiles of Cement concrete.

69 IS-777 : 1988 Glazed E.W. wall tiles.

70 IS-4457: 1982 Ceramic unglazed vitreous acid resisting tiles.

71 IS-458 : 1988 Precast concrete pipe.

72 IS-1230: 1979 CI Rain Water Pipes & Fittings.

73 IS:651 Salt-glazed-stoneware sanitary appliances

74 IS:771 Glazed earthenware sanitary appliances

75 IS:2556 Vitreous sanitary appliances (vitreous China)

76 IS:774 Flushing cisterns for water closets and urinals, valueless siphonic type

Brackets and supports for wash basins and sinks

77 IS:775 Sand-cast brass screw down bin taps and stop taps for water services Pillar taps

78 IS:781 Automatic flushing cisterns for urinals

79 IS:1795 Plastic water-closet seats and covers

80 IS:2326 Copper alloy waste fittings for wash basins and sinks

81 IS:2548 Plug cocks for water supply purpose

82 IS:2963

83 IS:3004

Page 73: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

73

84 IS:3311 Waste plug and its accessories for sinks and wash basins

85 IS:4346 Washers for water taps for cold water services Copper alloy gate, globe and

check valve for water works purpose

86 IS:778

87 IS-780: 1984 Sluice valves for water works purposes. (Small dia-50 mm to 300 mm size).

88 IS-2906: 1984 - do - (Higher dia-350 mm to 1200 mm size).

89 IS-13095: 1991 Butterfly valves for general purposes.

90 IS-12992: 1993 Spring loaded safety relief valves.

91 IS-5312: 1984 Swing check type reflux valves.

92 IS-3042: 1965 Single faced sluice gate (200 mm – 1200 mm).

93 IS-5312 (Part-I): 1984 Swing check type reflux (non-return) (single door) valves.

94 IS-5312 (Part-II): 1986 -do- (Multi door pattern)

95 IS-12820: 1989 Dimensional requirements for rubber gasket for mechanical joints & push on joints.

96 IS-1726 Cast iron manhole covers and frames intended for use in drainage works.

97 IS-1322: 1993 Bitumen felt for water proofing and damp proofing.

98 SP-23 Hand book of concrete Mix Design.

99 Concrete IS-456: 2000 Code of Practice for plain & reinforced concrete (1st revision).

100 IS-4926: 1973 Specification for ready mixed concrete. (first revision)

101 IS:3370 - Part-I/1965 Code of Practice for concrete structures for the storage of Liquids-General

requirements.

102 IS-3370 - Part-II/1965 – do - - do – reinforced concrete structures.

103 IS-1786: 1985 Tor steel reinforcement.

104 IS-2751: 1966 Welding of reinforcement.

105 IS-2502: 1963 Bending & fixing of bars for concrete reinforcement.

106 SP-34 Hand book of concrete Reinforcement and detailing.

107 IS-9077: 1979 Corrosion protection of steel reinforcement in R.C.C. structure.

108 Is-2911: 1979 (Part-I Section –2) Design & construction of bored cast in situ concrete piles.

109 IS-800: 1984 Use of structural steel in general building construction.

110 IS-816: 1991 Use of metal in welding for general construction in mild steel.

111 IS-823 Procedures for manual are welding of mild steel.

112 IS-4353 Submerged Arc Welding of Mild Steel and Low Alloy Steels.

113 IS-6494: 1988 Water proofing of under-ground water reservoir and swimming pools.

114 IS-3067: 1988 General design details and preparatory work for damp proofing and water proofing of

building.

115 IS-2750 Steel Scaffoldings.

116 IS-4014 Code of Practice for Steel Tubular Scaffolding

117 IRC-SP-63 Guideline for use of interlocking concrete block pavement.

118 IS-2114 : 1984 Laying in situ tettazzo floor finish.

119 IS-1443 : 1972 Cement concrete flooring tiles, laying and finishing of.

120 IS-2571 : 1970 Laying in-situ cement concrete flooring.

121 IS-1081 Code of Practice for Fixing and Glazing of Metal Doors, Windows and

Ventilators.

122 IS-6248: 1979 Specification for metal Rolling Shutter and Rolling Grill.

123 IS-1868: 1983 Code of practice for Fabrication of Aluminum Door & Window

124 IS-1661: 1972 Cement & Cement lime plaster finishes.

125 IS-6278 Code of Practice for white washing and colour washing.

Page 74: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

74

126 IS-102 Ready mixed paint, brushing, red lead, non-setting, priming.

127 IS-1477 Code of Practice for painting of ferrous metals in buildings.

128 IS-2074 Ready mixed paint, red oxide zinc chrome priming.

129 IS-2339 Aluminum paint for general purposes.

130 IS-12288: 1998 Specification for use and laying of Ductile Iron Pipes.

131 IS-3114 : 1994 Laying of C.I. Pipes.

132 IS-783 : 1985 Laying of concrete pipe.

133 IS:7634 Laying and P.V.C. Pipes

134 IS-782:1978 Caulking Lead.

135 IS-3950: 1979 Surface boxes for sluice valves.

136 SP – 35 (S & P) Hand book on Water Supply & Sanitary works.

137 IS-2685: 1971 Specification for selection, installation and maintenance of Sluice Valves.

138 IS:1742 Code of practice for building drainage

139 IS:2065 Code of practice for water supply in buildings

140 IS 4353 Code of practice for welding

141 IS7307, & IS 7310 Code of practice for Qualification standard for welding procedures, welding

and welding operations

142 IS 5878 Code of practice for Welding defects

N.B.:For rest of the I.S.S. the Contractor should consult classified list of Indian standard, Civil

Engineering Dept (CED) of latest version.

2.0 APPROVAL OF MATERIALS

Sample of materials in sufficiently large quantity with descriptive data thereof shall be furnished by the

contractor to the Engineer-in-charge well before the collection of such materials and equipments so as to

permit inspection, testing and approval. The sample shall be properly marked to show the name of the

materials, name of manufacturer, place of origin and item for which it is to be used. After approval, the

sample shall be available for inspection at all time.

All materials including DI Pipes, C.I.D.F Pipes, Specials , Rubber Gasket , Nuts & Bolts etc. to be supplied

by the contractor shall conform to the requisite I.S. specification properly tested and duly certified. Those are

to be approved by the Engineer-in-charge before use. Third party inspection of such materials has to be

arranged by the agency and to be approved by the tender inviting authority.

3.0 MATERIALS

3.1 Stone Chips:

These should be obtainable by the contractor from Pakur, well graded conforming to the standard specifications

of P.W.D. and approved by the Engineer-in-charge.

3.2 Sand:

Sand for construction purpose shall have to be collected either from Simlagar or river bed of

Damodar/Mayurakshi/Kangsabati or Ajoy and should be coarse, cleaned, screened and washed & of quality

conforming to the standard specification of P.W.D/ this Directorate and also to be approved by the Engineer-

in-charge.

3.3 Brick:

Bricks shall be of first class quality, well burnt in kiln, sound hard , true to shape and of the standard

dimensions, and to be got approved by the Engineer-in-charge before use.

3.4 Plasticiser:

Super-Plasticiser of SIKA / CICO make conforming to IS: 2645-1975 & IS: 9103-1974 must be used.

Page 75: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

75

3.5 Bolts & Nuts:

Make: GKW / TATA or Equivalent

Bolts and nuts conform to the requirements of turned grade bolts of symbol 4D, 5D and 53 specifications - IS:

1363 (latest edition) – Technical supply conditions for threaded fastener. The screw thread shall conform to

coarse series – medium class referred in IS: 1367 (latest edition)/.

4.0 MAT CONCRETE OR FOUNDATION CONCRETE

100 mm thick concrete of proportion 1:2:4 with 20 mm downgraded stone chips (Chandil / Pakur variety) shall

be provided below all the foundations and structures over a layer of Brick Flat soling as approved by

Engineer-in-charge.

5.0 EXCAVATIONS AND FILLING

5.1 Excavations necessary for the works may require digging and penetration through any soil or strata, removal

of stems and roots of tress, breaking and removal of old structures, dewatering from all sources e.g. rain,

seepage, leakage, subsoil water etc. protecting the trench and well pit and adjoining structures and service

lines, by timbering, shoring, propping, sheet piling etc. Excavation shall be done only upto the required level

and all extra depth of excavation, if made, has to be filled in with materials and manners approved by the

Engineer-in-charge.

5.2 All excavated materials must be carefully deposited in spoil bank allowing the access to workers and plant

machinery. The toe of the spoil bank shall be set at sufficient distance and should not be less than 3 to 4 times

the depth of excavation. If so ordered by the Engineer-in-charge, the excavated materials have to be carried

away and placed within a lead of 75 mtr. Such quantity of extra materials as may be required, shall be brought

back to back-fill the trench with proper consolidation in layers of 150 mm thickness, properly rammed.

Flooding of trench pit during back filling may be resorted to if so directed by the Engineer-in-charge.

5.3 Contractor must make good at his own cost, all damages or settlements sustained by any structure founded on

the trench or adjacent to the trench.

5.4 All excavated materials will remain the property of the Government and the contractor shall be responsible for

their custody till the completion of the works or taking over by the Department.

5.5 Fill below the pipe trenches, inside building below the floor etc. shall have to be done with sand free from any

foreign material.

5.6 In case of over-excavation below the stipulated depth the space between the foundation bottom and over-

excavated area shall be filled up with silver sand consolidated by watering and vibrating. Where such consolidation

is not achievable, the depth of excavation shall be filled with plain cement concrete of mix 1:4:8. The cost in

both the cases shall have to be borne by the Contractor.

5.7 All materials obtained from any excavation required to be carried out under this contract will be utilized by

the contractor for spreading over the land uniformly at his cost.

6.0 PROTECTION WORKS:-

6.1 Damp proofing work:

Unless otherwise specified, damp proof course shall be 25 mm thick cement concrete with stone chips (Prop.

1:2:4) with 3% ―CICO‖ or specified percentage of ―Rola / Sica‖ or similar approved water proofing compound

by weight of cement. The proportioning, mixing, laying etc. shall be done in conformity with relevant I.S.

specification. The damp proof course shall be used for all brick walls of the buildings. No damp-proof course

shall be laid under doors.

6.2 Anti-termite Treatment:-

Anti-termite treatment as per relevant IS recommendation shall be carried out for all the building structure like

DPS, Laboratory cum control building within STP, Substation etc prior to construction and post construction.

7.0 BRICK MASONRY

Page 76: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

76

Brick work shall be laid in English bond with mortar in proportion 4:1 unless otherwise specified. Brick work

shall always be carried up regularly in plumb and true to plan and lines, in level along the entire length. No

brickwork shall be carried up more than one scaffolding height of 1.5 meter in the stage. Bricks are to be well

soaked with water before use and brickwork shall be kept clean and joints raked out for subsequent pointing

or plastering.

Brick work in foundation and superstructure not in contact with water shall be provided with 19 mm and 12

mm thick plaster to rough and fair faces respectively with cement sand mortar in 1:6 proportion. Brick work in

contact with water shall be in cement sand mortar in 1:4 proportion 19 mm thick plaster with water proofing

compound as per specification including 1.5 mm thick cement punning in the water contact face. 12 mm thick

plastering in 1:6 cement sand mortar in the outer face shall be provided. ―Cement Brick‖ will mean brick work

in cement sand mortar in proportion as mentioned above.

8.0 R.C.C. WORKS

The R.C.C. works are generally to be conducted by R.M.C. and shall be as per specification of I.S. codes, and

stated elsewhere in the specification and schedule of Tender Document. In a few cases as mentioned in

relevant Schedule of Work R.C.C. works with nominal mix M-15 & or M-20 Concrete shall be used as per

specification of relevant I.S. Code.

For major R.C.C works (Where concrete is specified by strength) the mix proportion should not be leaner than

1:2:4 so as to give ultimate crushing strength not less than 20 N/mm2 at 28 days cured under field condition.

The mix for the concrete is to be so adopted and the slump is to be so allowed as to give specified strength

and proper workability at the existing site conditions. Contractor shall remain fully responsible for producing

concrete of specified strength in the actual job and therefore cast at his own cost test specimens of 15 cm.

cubes as already specified during work and cure the same in similar way as for laid concrete for being tested

for strength.

Each set of test specimen shall be taken to cover the quantity of concrete laid on the job during the period

from the time of taking the previous set of specimens and the quantity will be estimated by the Engineer-in-

charge from records maintained by him.

The interior surface of the mould and base plate shall be lightly oiled before the concrete is placed in the

mould. When the job concrete is compacted by ordinary methods, the test specimen shall be molded by

placing the fresh concrete in the mould in three layers, each approximately one-third of the volume of the

mould. In placing each scoopful of concrete, the scoop shall be moved around the top edge of the mould as

the concrete there slides from it in order to ensure a uniform distribution of concrete within the mould. Each

layer shall be rodded, 25 times with a 16-mm. rod, 60 cm in length bullet pointed at the lower end. The

strokes shall be distributed in a uniform manner over the cross-section of the mould and shall penetrate into

the underlying layer. The bottom layer shall be rodded, throughout its depth. After the top layer has been

rodded, the surface of the concrete shall be struck off with at trowel and covered with a glass plate at least 6.5

mm. thick or a machined metal plate. The whole process of molding shall be carried out in such a manner as

to preclude the alteration of the water-cement ratio of the concrete, by loss of water either by leakage from the

bottom of overflow form the top of the mould.

When the job concrete is placed by vibration and consistency of the concrete is such that the test-specimens

cannot be properly molded by hand rodding as described above, the specimens shall be vibrated to give a

compaction corresponding to that of the job concrete. The fresh concrete shall be placed in the mould in two

layers each approximately half the volume of the mould. In placing each scoop full of concrete the scoop shall

be moved around the top edge of the mould as the concrete there slides from it in order to ensure a

symmetrical distribution of concrete within the mould. Either internal or external vibrator may be used. The

vibration of each layer shall not be continued longer than is necessary to secure the required density. Internal

vibrators shall be of appropriate size and shall penetrate only the layer to be compacted. In compacting the

first layer, the vibrators shall not be allowed to rest on the bottom of the mould. In placing the concrete for the

to player, the mould shall be filled to the extent that there will be no mortar loss during vibration. After

vibrating the second layer, enough concrete shall be added to bring the level above the top of the mould. The

surface of the concretes shall then be struck off with a trowel and covered with a glass or steel plate as

specified above. The whole process of moulding shall be carried out in such a manner as to preclude the

alternation of water-cement ratio of the concrete by loss of water either by leakage from the bottom or

overflow from the top of the mould.

Page 77: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

77

After curing, the specimen properly wrapped shall be made over to the Engineer-in-charge or his

representative who will arrange to have them tested at 28 days from the date of casting. If there by any delay

for any reason whatsoever the result of the test shall nevertheless be valid and will be applicable as per rules

in case for all test specimens whatsoever. The contractor shall be responsible for proper packing of the

specimens at his own cost, for safe and convenient transport of the same from the site to the testing laboratory

.The cost of testing the test moulds and other charges including cost of carriage of the test moulds from the

work site to the particular laboratory (both ways) and other incidental charges in this connection will have to

be borne by the contractor.

In case of concrete showing, on the result of the cube tests, strength less than that as specified above in the

―Acceptance Criteria‖ but has s strength greater than that mentioned in the said ―Acceptance Criteria‖ concrete may,

at the discretion of the Engineer-in-charge, be accepted as being structurally adequate without further testing.

If the concrete is deemed not to comply the ―Acceptance Criteria‖, the structural adequacy of the parts

affected may by investigated as per provision of Clause 17.4 and/or clause 17.6 of I.S.456-2000 as the case

may be before rejection on the application of the Contractor with the undertaking to bear the cost of such

tests.

If the strength of the concrete is such that it satisfies provisions made in sub clause 17.4.3 and /or sub-clause

17.6.3. of IS: 456-2000, concrete in that member represented by such tests shall be considered acceptable but

the Engineer-in-Charge shall have the full power to fix the rate of deduction @ 100/- per cubic meter.

In case the test results do not satisfy the relevant requirement of the preceding paragraph, the Volume of

concrete so deficient shall be deemed to be unacceptable and shall be removed form the structure and replaced

by fresh concrete of specified strength and the contractor shall in that case have to carry out the instruction of

the Engineer-in-Charge irrespective of the amount of loss, inconvenience and difficulties involved.

The contractor shall remain liable to act / to carry out instruction under the provision of this clause

notwithstanding issuing by the Engineer-in-Charge of any certificates or the passing of any bills or accounts.

8.1 Mixing and Laying:

All concrete shall be mixed in Mechanical mixer and all concrete work in foundation; superstructure etc. shall

be properly vibrated with the help of mechanical vibrator as per direction of Engineer-in-charge. Concrete

Mixer Machine, Vibrator and all other tools and plants as required shall have to be arranged by the contractor

at his own cost.

8.2 Mortars and Concrete:

Contractors are particularly warned against the use of inferior materials (to that specified or approved) at site

or use of incorrect proportion of different materials in the make up of concrete or mortar. Detection of any

such practice will lead to rejection of all such works and imposition of penalty. Engineer-in-charge has the

right to reject any mortar or concrete, which does not conform to the specification. Cube tests for concrete are

to be done as per I.S. code at the cost of the contractor.

The water cement ratio is to be determined by proper slump test or as per provision of relevant I.S. In case of

slump test the slump cones 30 cm. high 20 cm. dia. at bottom and 10 cm. at top are to be kept at site at the

cost of the contractor.

8.3 Finishing:

If the surface of the concrete is found uneven or spongy in the appearance, the contractor will have to rectify

or reconstruct at his own cost.

All R.C.C. work in wall, column, beam, roof, foundation etc., not forming part of water retaining structure

shall be done in M20 grade concrete as per I.S.: 456 with cement content not less than 300 Kg/cu.m. of

concrete. Plasticizer @ 0.2% by weight of cement shall be used. The water cement ratio should not exceed

0.45.

Page 78: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

78

All R.C.C. work forming part of water retaining structure shall be done in M25 grade of concrete as per IS:

456 ;with cement content not less than 350 Kg/cu.m. of concrete. Plasticizer @ 0.2% by weight of cement

shall be used. The water cement ratio should not exceed 0.50.The concrete shall be cured as per I.S.: 456

8.4 Cement and Aggregate:

8.4.1 Cement: The cement shall be OPC, Slag or Pozolana conform to relevant I.S. grade not less 43. Selection of

type and grade of cement shall be approved by the EIC. Cement tests shall have to be carried out at

contractor‘s expenses as and when directed. The contractor shall make arrangement with necessary equipment

to carry out crushing strength of 150 cm. Cube concrete block for 7 day‘s & 28 day‘s of proper curing.

Testing procedure, sample size shall be in accordance with relevant I.S.

8.4.2 Aggregate:

The fine and course aggregates shall conform to relevant I.S. Stone chips and sand for construction work shall

have to be supplied as per clause 3.0 of this specification.

Concrete shall be sampled, analysed tested in accordance with I.S. as furnished in the list.

8.5 Joints in Concrete Structure:

Type of joints, spacing of joints, use of all jointing materials and other features pertaining to the provision of

movement joints in liquid-retaining structures shall be as per relevant I.S. Codes.

8.6 Reinforcement of R.C.C. Works:

The M.S. work should include cutting to sizes, bending, hooking and fabricating including the supply of

B.W.G. wire, and all other works according to specification, drawing or otherwise.

The M.S. reinforcement rods if to be procured by the tenderer shall be HYSD bars (Fe-415) as per relevant IS

Code. The contractor shall intimate the department regarding the quantity of steel to be procured by him in the

works and the same may be supplied at the agreed rate specified in General terms and conditions.

8.7 Clear Cover:

The clear cover to reinforcement shall be maintained as per IS-456-2000 based on the actual exposure

conditions which shall not be less than the followings unless otherwise specified in drawing.

a) Water retaining face 30 mm

b) Other than water retaining face 25 mm for beam and 15 mm for roof and floor

c) Column, Pedestal Foundation and Pile 50 mm

8.8 Lap Length:

The Lap length of reinforcement shall be provided as given below; unless otherwise specified in drawing.

Compression members like column, struts @ 40 times the dia of bar. Tension members like beam, slab,

wall etc @ 50 times the dia of bar.

Following Development length/Anchorage length shall be provided.

Concrete Grade M 15 M 20 M 25

Development Length 68 D 51 D 46 D

Anchorage As per I.S. – 456-2000

The reinforcement work will include cutting to sizes, bending, hooking binding with 14 to 18 S.W.G. soft

pliable wire etc. as per P.W.D. schedule. The work shall also be inclusive of stirrups, distributors, binders etc.

8.9 Bar Bending Schedule:

The contractor shall prepare his ―Bar Bending Schedule‖ for the entire construction work in phases before

starting the work and shall submit it to the EIC for his approval.

Cutting of M.S. rods in an unplanned way will not be allowed and for that if any material is found to be wasted

or have to be used in excess due to the fault of the contractor , no payment shall be made on this score and the

Page 79: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

79

cost of such excess material shall be realised from the contractor‘s bill at penal rate as specified elsewhere of

this tender document

The item of M.S work should include the cost of reinforcement, cutting to sizes, bending and fabricating

including the supply of R.W.G wire, bolts and nuts etc. and all other work according to specifications,

drawing or otherwise. Cut pieces of steel materials less than 1 mtr cannot be used as a main bar.

8.10 Form Work

The form work shall conform to relevant I.S. Code of practice Shuttering in form work shall be either made of

steel or ply board. Surface of shuttering in contact with concrete shall be made smooth & at joints rendered

smooth. In every case the joints of the shuttering are to be such as to prevent the loss of liquid from the

concrete. All shuttering form work must be adequately stayed and braced to the satisfaction of the Engineer-

in-charge for properly supporting the concrete during the period of hardening. All form works shall be

removed without shock or vibration. Before the form work is stripped, concrete surface shall be exposed when

necessary in order to ascertain that the concrete has set and hardened sufficiently.

8.11 Staging & scaffolding:

Whenever necessary staging and scaffolding must be provided .All shuttering and framing must adequately be

stayed and braced to the satisfaction of the Engineer-in-charge for properly supporting the concrete during the

period of hardening. It shall be so constructed that it may withstand the jerk and shock of vibration of

concrete.

Scaffolding must be strong and rigid stiffened with necessary cross bracings and proper deck at every stage

where casting work is in progress to prevent any injuries to persons and to facilitate inspection, supervision

and taking measurement at any time.

The hire and labour charges for staging, scaffolding, platform etc. as provided in the schedule of works is for the

entire construction work including shell wall of reservoir etc till completion of work and removing the same as

per direction and instruction of EIC.

8.12 Curing and Finishing:

The joint shall be cleaned off the gray cement slurry with wire/coir brush or trowel to a depth of 2 mm to 3

mm and all dust and loose mortar removed. Joints shall then be flush pointed with white cement . The floor

shall then be kept wet for 7 days. After curing the surface shall be washed and finished clean. The finished

floor and wall shall not sound hollow when tapped with a wooden mallet.

8.13 Verticality of structure:

The vertical members should be perfectly vertical and no deviation in x – axis and /or y- axis is admissible. The

Contractor should take adequate precautionary measures to ensure that the structure is constructed true to

plumb. Similarly all horizontal members of the structures should be truly horizontal.

9.0 TESTING OF CONCRETE:

9.1 Frequency of sampling:

9.1.1 Sampling Procedure – A random sampling procedure shall be adopted to ensure that each concrete batch

shall have a reasonable chance of being tested i.e. the sampling should be spread over the entire period of

concreting and cover all mixing units.

9.1.2 Frequency – The minimum frequency of sampling of concrete of each grade shall be in accordance with the

following;

Quantity of Concrete in the Work, m3 Number of Samples

1-5 1

6-15 2

16-30 3

31-50 4

51 and above 4 plus one additional sample for each additional 50 m3 or

part thereof

Page 80: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

80

9.1.3 Test Specimen- Three test specimens shall be made from each sample for testing at 28 days Additional cubes

may be required for various purposes such as to determine the strength of concrete at 7 days or at the time of

striking the form work or to determine the duration of curing , or to check the testing error. Additional cubes

may also be required for testing cubes cured by accelerated methods as described in IS: 9013-1978. The

specimen shall be tested as described in IS: 516-1959.

9.2 Test Strength of Sample:

The test strength of the sample shall be the average of the strength of three specimens. The individual

variation should not be more than ±15 percent of the average.

Concrete shall be handled from the place of mixing to the place of final deposit as rapidly as practicable by

methods which will prevent the segregation or loss of the ingredients .It shall be deposited as nearly as

practicable in the final position to avoid re-handling of flowing. Unless specially permitted by the Engineer-

In-Charge, concrete shall not be dropped freely from a height of more than 2 meters.

Before placing the concrete, the moulds shall be cleaned of shavings, pieces of wood or other rubbish. When

placing the concrete the finer materials must be carefully worked against the moulds so that the faces of

concrete shall be left perfectly smooth and free from honeycombing upon withdrawal of the moulds. Any

defect in this respect must be dealt with by the contractor as directed by the Engineer-in-charge without any

extra charges therefore.

Depositing concrete under water shall not be allowed without specific permission form the Engineer-in-

charge. The method of concreting to be adopted in such cases shall have to be previously approved by him.

During placing and also immediately after deposition, the concrete shall be thoroughly compacted by

ramming, spearing etc. until it has been made to penetrate and fill all the spaces between and around the steel

rods, around embedded fixtures, and into the corners of formwork in such a manner as to ensure a solid mass

entirely free from voids. If so directed by the Engineer-in-charge, in addition to usual ramming, spearing etc.

sufficient number and suitable type of vibrators may have to be used on important jobs to enable working with

a comparatively low water-cement ratio and ensure the maximum possible degree of compaction and

homogeneity. It is imperative that the work should be done quickly as well as efficiently and adequate number

of hands must therefore be employed to ensure this.

Concrete shall be placed and compacted in its final position before setting has commenced and shall not

subsequently be disturbed.

Concreting shall be carried out continuously up to construction joints the position and arrangement of which

shall be predetermined by the Engineer-in-charge or his representative. Any rest, pauses, such as for meal,

shall also be subject to his approval. All concreting work should be so programmed as not to necessitate work

at night. if for any reasons this becomes imperative, the contractor shall obtain previous permission of the

Engineer-in-charge or his representative and made proper lighting arrangements to his satisfaction.

9.3 Protections And Curing

The contractor shall adequately protect freshly laid concrete, about1 to 2 hours after its laying from too rapid

drying due to sunshine, drying due to sunshine, drying winds etc. and also form rains or surface water and

shocks About 24 hours after laying of concrete, the surface shall be cured by flooding with water of minimum

25 mm. depth or by covering with wet absorbent materials viz. layer of sacks, canvas, Hessian or similar

materials and shall be kept constant wet for a period of not less then 10 (ten) days from the date of placing the

concrete . The curing shall be done for a minimum period of 10 days. Over the foundation concrete the

masonry work may be started after 48 hours of its laying, but the curing of cement concrete shall be

continued shall be continued along with the masonry work for a minimum period of 10 days.

In case of cement concrete used as sub-grade for flooring, the flooring may be commenced within 48 hours of

the laying of sub-grade. In case it is not possible to do so due to exigencies of work, the sub-grade shall be

roughened with a steel wire brush without disturbing the concrete, wetted and neat cement slurry at the rate of

1.75 Kg of cement per square meter applied to the base before laying floor and full rate of APS/mosaic

flooring will be paid with the specific orders of the Engineer-in-charge. The curing to be continued along with

the top layer of flooring for a minimum period of 10 days.

Page 81: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

81

10.0 CONSTRUCTION JOINTS

All joints in slabs and other horizontal members are to be formed by inserting vertical boards against which

the concrete deposited can be properly rammed. The Engineer-in-Charge or his representative will indicate the

positions where such joints may be made.

In the case of horizontal joints any excess mortar or laitance shall be removed from the surface after the

concrete is deposited and before it has set.

When the work has to be commenced on a surface which has hardened, such surface shall be well roughened and all

laitance removed ; the surface shall then be swept clean, thoroughly wetted and covered with a thin layer of mortar

composed of equal volumes of cement and such works shall be deemed to be covered by the rates for concrete.

11.0 PLASTERING PAINTING & SURFACE TREATMENT

11.1 Cement:

It should be fresh Portland/Slag cement (not less than grade 43) as specified in relevant I.S. Different Types of

cement shall not be mixed together. In case more than one type of cement is used, a record shall be kept

showing the location and the types of cement used.

11.2 Sand:

It shall be hard, durable, clean and free from adherent coatings and organic matter and shall not contain the

amount of clay, silt and fine dust more than 5% by mass. It shall not also contain any harmful impurities such

as iron pyrites, alkalis, salts, coal or other organic impurities, mica, shale or similar laminated materials, soft

fragments, sea shale in such a form or in such quantities as to affect adversely the hardening, strength or

durability of the mortar. The grading of sand for use in Plaster shall be conforming to I.S.: 1542-1977.

In case the sand is damp at the time of preparation of mortar, its quantity shall be increased suitably to allow

for bulk age in conforming to I.S. 2386 (Part-III) 1963.

11.3 Preparation of Mortar:

The materials shall be at first mixed dry thoroughly in suitable proportion as stated in the schedule till uniform

colour reaches and then shall be mixed wet adding water slowly and gradually for at least four times to give a

uniform paste. The mix as prepared shall be used within 30 minutes. Wherever plasticizer is required to use,

the quantity of water shall be reduced in such a proportion that required consistency is achieved.

11.4 Preparation of Surface:

The surface of wall shall be brushed, cleaned, washed, watered and wetted with water before plastering. All

the projections extending more than 13 mm from the general face of the masonry should be knocked off so as

to maintain thinner plaster layer. All the joints in masonry should be raked for a depth of about 20 mm. In case

of plastering on concrete surfaces, the face should be roughened by chipping of about 5 mm. Oily, greasy and

efflorescence spots should be removed either by brushing, scrapping or both.

11.5 Laying:

In order to maintain uniform thickness of the plaster, the screeds are formed on the prepared wall surface before

actual plastering is started. Patches of plaster 15 cm x 15 cm are first of all applied at an interval of about 2 m

both horizontally and vertically over the surface. The two dots lying in vertical strips of mortar are formed

between dots. Then the plastering shall be started from the top and worked towards the bottom. The whole

surface shall be made flush between the screeds with wooden straight edges and rubbed thoroughly with wooden

floats. Rounding of corners if desired by the Engineer-in-charge shall be carried out in one operation.

11.6 Curing:

The plastered surface shall be kept wet by sprinkling water after 12 hours for at least 7 days and shall be

protected from rain or sun.

Page 82: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

82

11.7 Thickness:

Unless otherwise specified or desired by E.I.C. the thickness of plaster shall be as follows:-

a) Plumbed Surface of Brick work - 15 mm

b) Rough Surface of brickwork - 20 mm

c) Vertical concrete surface - 10 mm

d) Ceiling of Roof, Chajja etc. -

10 mm Cement Pointing to Exposed Brick Facing

Where shown on the approved drawings or specified in schedule of work, exposed brick faces shall be cement

ruled pointed. The mortar shall be raked out of the joints to a depth of 6 mm. The dust shall be brushed out of

the joints.

Page 83: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

83

ANNEXURE-E

DETAILED TECHNICAL SPECIFICATION

FOR CIVIL &

MECHANICAL/ELECTRICALWORKS

A. SUPPLY & LAYING OF R.C.C. NP-3 & STONEWARE SEWERS

1.0 SPECIFICATION FOR THE WORK

1.1 The specification written below will form a part of the Tender Document.

1.2 The work in general shall be carried out according to the specifications laid down here under and all other

related specification shown elsewhere in this tender document and relevant I.SS.

2.0 GENERAL METHODS OF WORK

2.1 The works of sewerage shall commence from the peripheral end to lifting station point unless otherwise directed by

the Engineer-in-Charge. The work shall be carried out in such a manner and phase / section wise so as to cause least

possible inconvenience to the people in the locality and the general public / on-going works. The contractor shall

provide and ensure adequate facilities for the movement and diversion of the pedestrians and other traffic using the

road to be disturbed by the work during the execution of the work as per direction of the Engineer-in-Charge. Unless

the work in a section has sufficiently advanced, the contractor shall not be allowed to take up works in a new section.

Once the laying / construction of conduits in a section is completed and approved by the Engineer-in-Charge, the

trench should be filled up immediately and the temporarily restoration of the disturbed road shall be carried out

expeditiously.

2.2 When the work in a section is taken up, the contractor shall erect temporary barricades not less than 1.2m high on

either side of the trench along the trench line. The barricades shall be made of stout salbullahs or Encalyptusbullahs

of not less than 125mm dia at the narrowest section driven into the ground at spacing not more than 3m and the

runners shall be of timber planks in three rows of size not less than 150mm. The Engineer-in-Charge shall have the

authority to direct the contractor to provide barricades made of G.C.I. sheet depending upon the site condition and

cost for erection of G.C.I. sheet shall be paid separately. Night lanterns shall be provided along the barricades at a

space of 6m apart. The cost for erection of barricades and provision of night lanterns is deemed to be included in the

overall rate of works and shall not be paid separately.

2.3 Engineer-in-Charge shall have the power to direct the contractor to take up any section of works in preference

to another and to limit the extent of any excavation to be made at one time and the contractor shall comply

with the same and expedite the completion of any such particular section / component of work as per direction

of the Engineer-in-Charge.

2.4 Any excavation made below the level or grade as indicated on the plants should be refilled to specified level or grade at

the contractor‘s expense with sand or cement concrete (1:4:8) with 20 mm down jhama khoa aggregate as may be

directed by the Engineer-in-Charge and to his satisfaction. With progress of excavation, if any pipe, conduit, electric

cable, telephone cable or other underground structure already laid, is encountered, digging by general equipment shall be

discontinued and the excavation shall be done with the help of hand tools by special equipment for such excavation, for

which, no extra payment will be made. In all such cases the contractor shall intimate the Engineer-in-Charge explaining

the facts without ay delay and seek instructions from the Engineer-in-Charge.

2.5 Removal of surplus spoils:

The contractor, shall make arrangement for removal of surplus spoils from the site, as the excavation

proceeds, and shall ensure daily removal so that no undue excess quantity of spoil is stacked at the work site.

Surplus spoils need to be removal within the projects area as per direction of the Engineer-in-Charge.

2.6 Sand filling:

All street level sewer trenches shall be filled up by silver sand. If the excavated materials are considered

unsatisfactory for filling in trenches for other sewers, sand filling should be done as per direction and upto the

full satisfaction of the Engineer-in-Charge. The sand should be of local variety and free from clay / clayey

Page 84: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

84

materials. Filling with sand should be done in layer of 150 mm, each layer being thoroughly saturated with

water and compacted with rammer. All such costs compaction shall be borne by the contractor.

3.0 PROTECTION OF UNDERGROUND UTILITY LINES ALREADY LAID

3.1 The contractor, at his own cost, shall properly provide for sling, support and effectively protect all such services e.g.

water mains, service pipes, gully pits, construction pipes, house drains, electric, telephone, and telegraph cables,

including their adjuncts and appurtenances falling within or outside the trench as likely to be exposed, disturbed or

damaged during execution of the work or in consequence thereof, in such a manner and with such materials as are

required or specified by the concerned public utility agencies and as per instruction of the Engineer-in-Charge and

hold them in proper position without any damage being caused to them during execution of the work or in

consequence thereof and shall bear the expense of pipes, gully pit construction pipes, house drains, electric,

telephone, and telegraph cables or any other underground structure services falling within or outside the trench which

may be found to have been disturbed or damaged due to his (contractor) faulty, defective and careless workmanship

etc. The decision of the Engineer-in-Charge in this respect shall be binding and final and all cost in rebuilding of

repairing of such damaged services or structure as aforesaid, shall be deducted from the contractor‘s bills.

The fore going will not absolve the contractor of his responsibility in the matter. The contractor should include in

his cost of works to be done in property aligning, supporting and adequately protecting of all underground

services, structure and utilities. If the Engineer-in-Charge thinks it necessary to put permanent supports under

water mains, cables etc. or any other utility services he will order the contractor to do so and the work will be paid

separately.

3.2 Materials obtained from dismantling of any structures or parts thereof or picked up road materials or kerb or

channel stone etc. taken out shall remain the property of the Govt. The contractor shall sort out and stack all

serviceable materials near the site of works as per instruction of the Engineer-in-Charge. He shall also dispose

of all unserviceable materials etc. as per instruction of the Engineer-in-Charge or his representative. The

contractor shall remain the custodian of such dismantled materials till those are handed over to the Engineer-

in-Charge or his representative. No additional payment or compensation will be admissible.

4.0 CONSTRUCTION OF BLOCKAGES WITHIN THE CONDUITS

4.1 The contractor shall not construct any masonry wall / barricade inside the conduit for segregating the works

previously done and / or prevention of ingress of water either from the completed portion of the conduits or

from adjacent areas. Such temporary blocks if necessary, shall be provided by adopting other suitable methods

as may be directed by the Engineer-in-Charge, which shall have to be removal / dismantled early after

completion of the relevant section of the work. No extra payment will be made in this regard.

5.0 DEWATERING

5.1 The contractor shall provide, install and operate all the necessary pumping machinery, piping appliances and

equipments and supply fuel, lubricants etc. to keep trench reasonably free from water during execution. He

should have sufficient equipments and machinery in good working condition to meet all situations and shall

make available at all times competent mechanics / operation. Water should be disposed off in such a manner as

will not cause any injury to public or private property, nor be a nuisance or menace to the public or any other public

utilities. The contractor shall make all arrangements for dewatering to keep the trench reasonably free from water

from all sources i.e. either due to seepage or percolation from sides or bottom of the trench or rain water or due to

leakage / breakage in the existing drains / sewer, water main / pipes or connections there to whether outside or inside

of the trench. The trench will also have to be kept reasonably free from water during execution of all stages of work,

e.g. excavation soling, foundation concrete, pipe laying and jointing, testing, brick work, plastering etc. No other

consideration shall be made for any extra payment for dewatering at any stage of work.

5.2 When it will be necessary to pump out waste water from the existing sewers / drains where the newly laid

sewer is intended to be connected, or the waste water is required to pump out from the closed area, e.g. sump,

lagoon or section of channel etc. the payment of such dewatering to make the area reasonably free from water

will be made on basis of HP-HR of the pump under relevant items of pumping. No payment for dewatering

shall be allowed in the gully pit line unless specifically instructed by the Engineer-in-Charge in writing.

6.0 SHORING WORKS

6.1 General:

Page 85: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

85

Shoring works shall be of timber and steel. Timber shoring shall be of well-seasoned hard wood of requisite strength, good

quality, free from knots and cracks and preferably treated with preservatives. The shoring work shall include providing

bracing‘s and struts and it would be strong enough to support the sides of excavation and to prevent any movement of soil.

The planks should be sufficiently long and fixed continuously as directed by the Engineer-in-Charge. The contractor will

have to submit detailed drawing and design to the Engineer-in-Charge for his approval, as per his full satisfaction sufficiently

prior to taking up the work of execution. In case of partial or total collapse of shoring and shuttering, contractor will be fully

responsible to make good to original condition at his own cost. Shoring materials provided by the contractor shall be

removed from the site immediately on completion of work. If the Engineer-in-Charge is of the opinion that at any place,

sufficient or proper shoring has not been provided, he may order for additional shoring and further strengthening at the

contractor‘s expense. The contractor shall bring to site sufficient quality of shoring materials well ahead of starting the

execution depending on the volume of the works involved and the speed to be attained to complete the work within the

stipulated time. As far as practicable shoring shall be driven ahead of execution and finally to a depth sufficiently below the

bottom of the trench not less then 250 mm in any case. The height of the shoring planks shall not be less then 350 mm above

the existing G.L. to facilitate proper withdrawal of planks and as well as barricading of the trench etc. Shoring shall not be left

in place and carefully be taken out as not to endanger the construction or any other adjacent structure. The shoring shall be

lifted gradually as filling in trenches with proper compaction proceeds by filling materials with necessary watering. At the

time of final withdrawal of shoring after complete filling, the voids caused by the withdrawal of the shoring shall be filled up

with dry sand properly tamped with rod and watering.

The timber shoring may be reused so long it retains its shape and adequate structural strength.

6.2 Retaining shoring:

Whenever so directed by the Engineer-in-Charge, the contractor shall leave in place the shoring to be

embedded in the filled up trench with runners, cross struts etc. The projected portion of the shoring shall be

cut at 30 cm below the established street level or the existing surface of the street as directed by the Engineer-

in-Charge. All shoring not be left in place shall also carefully be taken out as not to endanger the construction

or any other adjacent structure. The shoring shall be lifted gradually as filling in trenches with proper

compaction proceeds by filling materials with necessary watering. At the time of final withdrawal of shoring

after complete filling, the voids caused by the withdrawal of the shoring shall be filled up with dry sand

properly tamped with rod and watering.

7.0 MATERIALS: R.C.C. NP3 & NP2 PIPES & FITTINGS, STONE WARE PIPES & FITTINGS, MANHOLE

COVER WITH MATCHING FRAME AND CAST IRON STEPS.

7.1 Procurement of materials:

All materials shall be procured from the approved vendor list supplied by the Department. The contractor shall

communicate to the Department, well in advance, the name & address of the vendor from whom he is going to

purchase, indicating the quantity to be purchased, the name of approved third party inspector so that the Engineer-

in-Charge or his authorised representative may present during the test before supply them to the site. Contractor

will bear the cost of all materials and labour and third party inspection charges. Engr-In-Charge reserves the full

right to reject the materials from site even if the materials are dispatched after testing.

7.2 All materials in general conform to the relevant IS codes (latest). All R.C.C. NP3 & NP2 pipes and their

fittings. Stone Ware pipes and their fittings and Manhole covers shall contain embossed marking of the

following:

(a) Relevant ISI mark with IS code number.

(b) Manufacturer‘s name or trade mark.

(c) Date of manufacture.

(d) Nominal Diameter.

(e) Class of the pipe / manhole cover.

7.4 Stone Ware Pipe:

All stoneware pipes and their fittings shall conform to IS: 651-1992.

7.5 R.C.C. NP3 pipe:

All R.C.C. NP3 pipes and their fitting shall conform to IS: 458-1971. It is desired to have an inside clear

cover of 20 mm without deteriorating of quality and strength as specified by the code. Minimum barrel

Page 86: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

86

thickness shall be provided with 75 mm or as specified by the code, whichever is higher, for any diameter of

pipe.

7.6 C.I. /PVC Coated Step:

Footrests for manholes shall be either Cast Iron or poly propylene coated Steps in accordance with IS: 5455-

1969 for CI in design dimension and weight.

LAYING OF R.C.C. PIPE

General:

The work shall include supplying, handling laying and jointing of pipes on prescribed bedding to be used for

construction of sewer. Drawings of all types of bedding will be supplying by the Engineer-in-Charge & will be

strictly followed.

Laying of R.C.C. pipe:

The trench shall be so dug that the pipe can be laid to the required alignment and a required depth. The width

of the trenches shall be in accordance with IS: 783-1985 or as approved by the Engineer-in-Charge. Bed

concrete for R.C.C. pipe shall be as per departmental drawing and provision of IS: 783-1985.

While unloading from trucks, pipes and fittings shall not be dropped loose on the ground or hard roads. Care

should be taken to unload them on timber skids with the steadying rope so as not to allow the pipes to bump

hard against one another. In order to avoid damage to the pipe and especially to ends, it shall not be rolled or

dragged along the concrete or similar pavements with hard surfaces. All pipe sections and connections shall be

inspected carefully before being laid. Broken or defective pipes or connections shall not be used.

All lumps, blisters and excess coating materials shall be removed gently from the pipe surface and end of each pipe

shall be wiped, cleaned and dried before the pipe is laid. Before lowering the pipes or fittings into the trenches each

unit shall be inspected. Each unit before lowering into the trench shall be provided with a bituminous coating inside

and properly dried.

Each pipe unit shall be handled and placed in position inside the trench properly and gently. Under no circumstances

shall any pipe unit be dumped or rolled into the trench or be allowed to drop against the pipe already in the trench.

Pipe shall be lowered into the trenches carefully. Mechanical appliances may be used.

Jointing of R.C.C. pipe:

After the pipes and fittings are laid into the trench, the jointing is to be done after thorough cleaning of the joint

surface. Rigid collar joint shall be in accordance with IS: 783-1985 or as per direction of the Engineer-in-Charge.

The caulking space is to be filled up with span yarn gasket and cement mortar (1:2) as per his direction. The end

grooves of the pipes should be filled up with necessary bitumastic compound as per direction of the Engineer-in-

Charge.

Every joint shall be kept wet for about ten days for maturing. Each section or length of R.C.C. pipe sewer shall be

completed perfectly straight and true in level and gradient and trench shall not be filled until the length has been

inspected and passed by the Engineer-in-Charge. If it is found before expiration of the period of maintenance that any

length of sewer has become out of alignment, leaky of damaged, the contractor shall at his own expense rectify the

defect as per direction of the Engineer-in-Charge.

Hydraulic testing of R.C.C. (NP3,& NP2) pipe sewer lines:

When testing a pipeline hydraulically, the line shall be filled completely with the water and kept filled for a week.

The pressure shall then be increased gradually to full test pressure and maintained at this pressure for one hour. In

testing pipelines a seepage allowance of a 2.5 liters per kilometer per hour per centimeter dia of the pipe shall be

permissible. Test pressure will be in general considered as 2.5 m static head above invert of the upstream section.

Page 87: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

87

9.0 SALT GLAZED STONE WARE PIPE, LAYING AND JOINTING

9.1 General:

The work shall include supplying handling, laying and jointing of pipes on prescribed bedding to be used for

construction of sewers. Drawings of all types of bedding will be supplied by the Engineer-in-Charge & will be

strictly followed.

9.2 Laying of S.W. Pipe:

The trench shall be so dug that the pipe can be laid to the required alignment and at required depth. The width

of the trenches shall be in accordance with IS: 4127-1967 or as approved by the Engineer-in-Charge. Bed

concrete for S.W. pipes shall be in accordance with IS: 4127-1967 or as per departmental drawing.

9.3 While unloading from trucks, pipes and fittings shall not be dropped loose on the ground and hard roads. Care

should be taken to unload them on timber skids with the steadying rope so as not to allow the pipes to bump

hard against one another. In order to avoid damage to the pipe and especially to ends, it shall not be rolled or

dragged along the concrete or similar pavements with hard surfaces. All pipe sections and connections shall be

inspected carefully before being laid. Broken or defective pipes or connections shall not be used.

All lumps, blisters and excess coating materials shall be removed gently form the socked and spigot ends of each

shall be wiped clean and dry before the pipe is laid. Every precaution shall be taken to prevent foreign materials from

entering the pipes when it is being placed in the line. Normally the socket end should face the upstream. After placing

a length of pipe in the trench on concrete bedding the spigot end shall be centered in the socket and the pipe forced

home and aligned. Pipe and fitting which do not allow a sufficient and uniform space for joints shall be removed and

replaced with pipe and fittings of proper dimensions to ensure such uniform space. Precautions shall be taken to

prevent dirt from entering the joint space. At times, when pipe laying is not in progress, the open ends of pipe shall be

closed by temporary wooden plugs or canvas. Each pipe unit of fitting shall be so laid as to form a close joint with the

adjoining pipe and bring the inverts continuously to the required grade with the help of site rails and boning rod.

The cutting of pipe or inserting, fitting or closure pieces shall be done in neat and workman like manner without damage

to the pipe so as to leave a smooth and at right angle to the axis of the pipe.

The pipes when laid should not be subjected to superimpose load beyond their safe crushing strength.

The connection to an existing sewer shall be done through manholes.

9.4 Jointing of S.W. Pipe:

After the pipe units are aligned and laid in the trench jointing is to be done after through cleaning of joint

surface.

Jointing of SW Pipe shall be done in accordance with IS: 4127-1967.

In each joint, spun yarn soaked in neat cement slurry or tarred gasket shall be passed round the joint and

inserted in it by means of a caulking tool. More skeins of yarn or gasket shall be added if necessary and shall

be well caulked

.

The gasket after being thoroughly caulked shall not occupy more than one fourth the depth of socked and the

rope should fully encircle the spigot with a slight over lap. The remaining of the annular space is to be hand

packed with cement mortar (1:1) and then thoroughly caulked with a caulked tool. The joint shall then the

finished off neatly and leveled smoothly at an angle of 450 with the outside of the pipe. The cement mortar

joint shall be cured at least for seven days before testing.

Each length of pipe sewer shall be completed from manhole unless otherwise ordered, perfectly straight and true in

level and gradient and the trench shall not be filled in until the length has been inspected, tested and passed by

the Engineer-in-Charge or his representative. If it is found before the expiration of the period of maintenance

that any length of sewer between certain manholes has become out of alignment or grade, leaky or damaged, the

contractor shall at their own expense readjust the work as per instruction of the Engineer-in-Charge.

Page 88: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

88

9.5 Hydraulic testing of stone ware pipe sewer lines:

Hydraulic testing of stone ware pipe sewer lines is to be done is accordance with IS: 4127-1967. All new

sanitary sewers upto 460 mm dia except in case where sewerage facilities have been extended, shall be subject

to a test pressure of at least 2.5 m head of water at the highest point of the section under test. The tolerance of

two liter per centimeter of diameter per kilometer may be allowed during a period of ten minuets. The method

of testing should be adopted as per direction of the Engineer-in-Charge. Any leakage that will be visible and

the defective part of the work should be cut out and made good. A slight amount of sweating which is uniform

may be allowed but excessive sweating from a particular pipe or joints shall be watched for and taken as

indicating a defect to be made good. Any joints found leaking or sweating shall be rectified as per direction of

the Engineer-in-Charge. Filling of the trench shall not be commenced until the length of the pipes has been

tasted and passed.

9.6 Manhole

All manholes shall be of the size and type as given below and / or as per drawing. All manhole shall be circular /

rectangular in shape. The bed shall be of cement concrete of mark M-10 of 100 mm thickness or as shown in the

drawing. Top level of manhole shall be generally 100 mm above the surrounding ground levels or as directed by the

Engineer-in-Charge

Water sealed Manhole covers shall conform to IS:1726 & BS12592 RCPC or PFRC.

a) 20MT cover:- 685X100-110 mm, frame:- 900 X 180mm, weight:- 240kg.(approx) for street Manhole

b) 5MT cover:- 425X55 mm, frame:- 540X540X100mm, weight:- 60kg.(approx) for plot level manhole and

for Box Drain.

c) 5MT cover:- 550X65 mm, frame:- 650X650X135mm, weight:- 90kg.(approx) for other manhole.

In cases where branch pipe sewers enter the manhole of main pipe sewer at the level more than 1 m from the

main sewer a drop connection shall be provided. All exposed surfaces shall be painted with 2 coats of

bituminous painting.

The construction of street manhole shall be carried out in two stages:

In the 1st stage of construction the top level of manhole shall be kept at a depth 800mm below from the

finished level, and no manhole cover shall be fixed. The manhole opening shall be covered by a pre-cast RCC

slab of specified thickness as approved by EIC.

In the 2nd

stage of construction, the manhole shall be completed upto finished top level including fitting, fixing of

manhole cover after completion of construction of road or as directed by EIC. The offered rate shall include both the

stages of construction including cutting of road pavement & Lifting of pre-cast slab carefully but excluding the cost

of pre-cast slab.

B. SPECIFICATION FOR SUPPLY & LAYING OF DUCTILE

IRON PIPE LINES.

1.0 Specification for the Work

The work comprises of mainly three components i.e.

(i) procurement & supply of materials,

(ii) laying of pipeline including ancillary structure and

(iii) testing of pipeline

1.1 Procurement & Supply of Materials, Pipes, Specials, Valves, etc: All pipes specials, valves etc. shall be as per relevant BIS specification and bear mandatory ISI markings on

all the products. Markings on the product must meet as per Indian Standard Specification requirement.

Procurement of such materials with fulfillment of above criteria shall be done as per vender list attached with

the Tender Document.

Page 89: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

89

1.2 Rubber Gasket:

Rubber gasket & required nut bolts shall be as per relevant BIS specification and bear mandatory ISI

markings on all the products. Markings on the product must meet as per Indian Standard Specification

requirement.

Rubber gaskets to be used for jointing pipes and fittings shall be stored in a cool dark place protected from

excessive exposure to heat, direct sunlight, oil etc. Rubber gaskets shall be stored in a relaxed form free from

tension, compression or other deformation and as per direction of EIC.

2.0 Laying of Pipeline including Ancillary Structure 2.1 Trenching

2.1.1 Location: Contractor shall excavate the pipeline trench on the specified alignment shown in approved drawings with the

prior written approval of the Engineer-In-Charge.

2.1.2 Excavation: Contractor shall apply any method approved by the Engineer-In-Charge, dig the pipeline trench on the cleared

and graded Right of Way (R.O.W.) in already developed land based on the pre-fixed co-ordinates of the

alignment and other areas designated specially by the Engineer-In-Charge, the Contractor shall strip top soil to

a depth of 30 cm to the full anticipated width of the ditch and store this materials separately along the R.O.W.

to allow replacement of this materials on top of the back filled ditch. Trench compactor shall be used to

compact the trench bottom before laying of pipes. Suitable crossing shall be provided and maintained over the

open R.O.W. where necessary to permit construction workers to cross or move stock or equipment from one

side of the trench to the other. Care shall be exercised to see that fresh soil recovered from trenching

operation, intended to be used for back filling over the laid pipe in the trench, is not mixed with loose debris

or foreign material.

2.1.3 Normal Cover and Trench Dimensions for D.I. Pipe: Normally, the trench shall be excavated to a minimum width as to provide, on both sides of the installed

pipeline, a clearance of not less than 150 mm and to a depth sufficient to provide the minimum cover as

indicated below. The width specified shall be measured at the bottom of the trench. The depth of the trench

shall be measured from the level of the original ground or graded surface whichever is lower. The dimensions

in the table as indicated below shall govern except as noted herein or as shown on the detailed construction

drawing. Minimum depth of cover shall be measured from the top of pipe coating to the top of undisturbed

surface of the soil or top of graded working strip or top of road which is lower.

Location Minimum Cover 1. Industrial, Commercial and Residential 1.00 m

areas (Normal Terrain)

2. Uncased / cased road crossings 1.20 m

2.1.4 Cutting and Removal of Paving:

Whenever it is permitted by the Engineer-In-Charge to open or cut a paved crossing, or where the line is

routed within the road pavement, Contractor shall remove the paving in accordance with the restrictions and

requirements as directed by the Engineer-In-Charge. In locations where the trench is cut across roads, paths,

walkways etc. Contractor shall provide temporary diversions / bridges of adequate strength and proper

construction to allow the passage of normal traffic with the minimum of inconvenience and interruptions when

the work is in progress, the Contractor shall provided and use warning and / or traffic signs / lights or lanterns,

barricades, fencing, watchman, etc.

2.1.5 Extra Depth and Clearance:

At points where the contour of the earth may require extra depth according to customary good pipeline

practice, or where a deep trench is required at the approaches to crossings of roadways, sewer line, Contractor

shall excavate such additional depth as may necessary after obtaining permission from the EIC.

Contractor shall excavate to additional depth as directed by the Engineer-In-Charge, where the pipeline

approaches and crosses other pipelines, sewers, drain pipes, telephone conduits and other underground

structures and specific low lying area so that the pipeline may be laid with at least 50 centimeters free

clearance from the obstacle or as specified in the drawings, or such greater minimum distances as may be

required. No pipeline shall be laid so as to be in contact with any electrical supply line, telegraph line, drain,

sewer or connection work.

Where the pipeline crosses areas, whose basement specifically require greater than normal depths of cover the

trench shall be excavated to extra depth in accordance with the Right of Way agreement or as required.

Contractor shall excavate all such additional depths to maintain the depth of earth cushion beyond 1.20 mtr as

may be necessary for satisfactory completion of the work.

Page 90: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

90

Clearance on one side or the other of any interfering structures shall be determined on the field in accordance

with the circumstances of each case with the provision that the line shall be laid as directed by the Engineer-

In-Charge. Temporary under passing supports and other protective devices necessary to keep interfering

structures unaffected, shall be provided by the Contractor and shall be of such design so as to ensure against

their possible failure.

2.1.6 Finish of Trench:

The employer intends that there shall be a minimum of hand guarding of the trench bottom However, to

achieve this, Contractor shall have to dig as square a bottom of the trench as possible with the equipment. This

in part can be obtained by adjusting and adopting the crumbling shoe and digging teeth of the trenching

machines and by use of a drag behind the trenching machines. Contractor shall do hand work in the trench if

necessary to free the bottom of the trench from loose rock and hard soil and to trim protruding roots from the

bottom and side walls of the trench. However, the Contractor has the liberty to adopt any procedure according

to site condition with due approval of the Engineer-In-Charge. Trench compactor should be used to compact

the bed.

2.1.7 Padding:

In all cases where rock or gravel is encountered in the bottom of trench, trench padding shall be provided to

safeguard the pipe coating. The extent of trench padding (length) shall be decided by the Engineer-In-Charge.

The thickness of the compacted padding shall not be less than 150 mm. In those areas that are to be padded

the trench shall be at least 150 mm deeper than otherwise required, and evenly and sufficiently padded to keep

the pipe, when in place at least 150 mm above the bottom of excavated trench. Padding materials shall be sand

containing no gravel, rock, or lumps of hard soil.

2.1.8 Protection of Trench:

Contractor shall keep the trench in good conditions until the pipe is laid. All type of safety measures for

excavation work shall be taken and maintained as required. The Contractor shall provide, install and operate

all the necessary pumping machineries, piping appliances and equipments and supply fuel, etc. to keep trench

reasonably free from any water during excavation.

2.1.9 Protection Of Underground Utilities:

Contractor shall obtain plans and full details of all existing and planed underground services from the EIC and

shall follow plans & co-ordinates closely at all time during the performance of work. Contractor shall be

responsible for action and protection of all underground lines and structures. In special locations, the use of

trenching machine / backhoe may result in damage of property and subsurface structures likely to be

encountered during excavation. At such places, Contractor shall excavate the trench manually to same

specifications.

Where the pipeline crosses other underground utilities / structures, Contractor shall first manually excavate to

a depth the utilities / structures are located.

Temporary underpinning, or any other type of supports and other protective devices necessary to keep the

interfering structure intact shall be provided by Contractor to ensure against their possible failure.

In locations, where the pipeline has to be laid more or less parallel to an existing pipeline, cable and / or other

utilities in the right of way Contractor shall perform the work to the satisfaction of the Authority of the

existing pipeline / cable / utility. In such locations Contractor shall perform work in such way that even under

the worst weather and flooding conditions, the existing pipeline / utilities remain stable and shall neither

become undermined nor have the tendency to slide towards the trench.

2.1.10 Shifting of Underground Services:

Any or all the existing underground utility lines such as telephone cables etc. which may be encountered

during the progress of work shall have to be very carefully supported and maintained.

In case any of the existing utility lines is to be shifted or attended in any fashion the Contractor shall intimate

the Department. The Contractor shall also get the necessary alteration done by negotiation with the concerned

organization to the satisfaction of the Engineer-in-Charge. No attempt should be made on the part of the

Contractor to shift or alter any of the utility lines without specific instruction from Engineer-in-Charge.

2.1.11 Precautions Against Floatation:

Contractor shall check if up-floating danger is present in open trench and then shall take appropriate measures

to prevent up floating. Such as applying soil dams and de-watering of trench or temporary filling of water into

the line (in exceptional cases).

In some stretches, if up floating of the pipeline after back filing is reckoned with, such stretches shall be

indicated in the drawings. If such stretches requiring negative buoyancy are encountered during construction,

which are not indicated in drawing but required in the opinion of the Engineer-In-Charge, Contractor shall

provide necessary measures to prevent buoyant effect in consultation with Engineer-In-Charge. Floating of the

Page 91: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

91

pipeline can be prevented by providing sufficient overburden or by providing sufficient dead weight by means

of anchor block or by applying a continuous concrete coating around the pipe to provide the desired weight.

Whatever continuous concrete coating is used, it shall conform to the provision of relevant specifications

unless indicated otherwise in the drawing.

2.1.12 Night Caps:

At the end of each day‘s work or every time when joining operations are interrupted, the open ends of pipes

shall be capped with securely closed metal cap or plug as approved by the Engineer-In-Charge so as to

prevent the entry of dirt, dust, water or any foreign matter into the pipeline. These covers shall not be removed

until the work is to be resumed.

2.1.13 Closing Lengths:

Pipes which are required to be cut to from closing pieces in any portion of the pipelines or to terminate in

chambers / manhole or other parts of the works shall not be cut until after all adjacent pipes and fitting have

been installed and joined.

The Contractor shall determine the length of each closing piece, the required angle and shape of the same,

which shall be brought to the notice of the Engineer-In-Charge for approval. The cut shall be neatly performed

and the end of the pipe shaped and trimmed so as to ensure an accurate joint or termination as the case may be

any damage to sheathing, coating or lining shall be made good.

2.2 Laying of D.I. Pipes

The laying of D.I. pipes shall conform to the guidelines mentioned herein / relevant clauses of concerned IS

code of practice.

2.2.1 Lowering of D.I. pipe:

Proper instruments, tools and facilities satisfactory to the Engineer-In-Charge shall be provided and used by

the Contractor for the safe and convenient performance of the work. All pipes, fittings, and valves shall be

carefully lowered into the trench, piece by means of crane derrick, rope or other suitable tools or equipment,

in such a manner as to prevent damage to pipes, valves, fittings, etc. and protective coatings and linings.

Under no circumstances shall materials be dropped or dumped into the trench. If damage occurs to any pipe,

fitting, valve or accessory in handling, the damage shall be immediately brought to the Engineer-In-Charge‘s

attention. The Engineer-In-Charge shall prescribe corrective repairs or rejection of the damaged items. Pipes

over 250 mm diameter shall be handled and lowered into trenches with the help of crane.

2.2.2 Cleaning of D.I. Pipes and Fitting:

All lumps, blisters, and excess coating material shall be removed from the socket and spigot end of each pipe.

The outside of the spigot and inside of the socket shall be wiped clean. Dry and free from oil and grease

before the D.I. pipe is laid.

2.2.3 Laying:

After placing a length of pipe in the trench the spigot end shall be centered in the socket and the pipe forced

home and aligned to gradient. The pipe shall be secured in place with approved back fill materials tamped on

both sides except at socket.

The socket end should face the upstream while laying the pipe line on ground.

Jointing of D.I. specials with the spigot end adopting the technique of Mechanical and push-on flange joint as

per procedure laid down in approved manufacturer‘s specification / instructions using special type of D.I.

fittings conforming to I.S.: 13382-1992, suitable for Mechanical flexible joints may be used.

D.I. pipes may also be jointed by means of flanges as and where required and specified in the drawing or as

directed by the E.I.C.

The gasket used between flanges of pipes shall be of natural or synthetic rubber (Conforming to I.S.: 638 of

latest revision Edition) of thickness between 1.5 mm to 3 mm.

Each bolt should be tightened a little at a time taking care to tighten diametrically opposite bolts alternatively.

The practice of full tightening the bolts one after another is highly undesirable.

2.2.4 Anchor / Thrust Blocks

The contractor shall provide anchor / thrust blocks at all horizontal bends in case of 90°, 45° , 22½° & Tee

for 200 mm to 500 mm dia pipe and in case of 90°, 45° & Tee for 100 mm to 150 mm dia pipe to be placed

both below and above ground. Anchor blocks shall be in cement concrete as per dimensions given in the

approved drawings. The grade of concrete as specified in the relevant drawing shall be strictly followed.

Shuttering shall be as required and to the satisfaction of the Engineer-In-Charge.

The thrust faces of all blocks shall be placed directly against the undisturbed faces of excavations and the

shape and size of the blocks shall be as shown on the drawings or as otherwise determined by the Engineer-In-

Charge having regard to the nature of the ground and the load or thrust to be encountered. The concrete shall

be placed around the fitting in such a way that the coupling are not covered or fixed by it to allow for

Page 92: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

92

flexibility and to provide access to the collars for replacing when necessary. Before casting concrete,

bituminous felt shall be wrapped around the fitting at the interface between concrete and fitting. Where

required, anchor clamps shall be cast into the anchor blocks.

2.2.5 Back Filling:

Back filling shall not be done until the pipe and appurtenances have the proper fit and the pipe is following the

ditch profile at the required depth that shall provide the required cover and has bed which allows the pipe to rest

smoothly and evenly.

Back-filling shall be done with excavated good earth as approved by the EIC.

3.0 Installation of Valves and Fittings

3.1 General:

Valves, fitting, plugs and caps shall be set and joined to pipes in the manner specified above for cleaning,

laying and joining pipes. The contractor shall furnish all components required for construction of valves

chambers and valves control access to buried valves. The valves shall be joined with dismantling pieces as

shown in the drawing to facilitate future maintenance.

3.2 Sluice Valves / Non Return Valves:

The valves shall be installed in accordance with IS: 2685. While installing the contractor shall ensure that all

grit and foreign matters are removed inside of the valves and all the faces are thoroughly cleaned and coated

with a thin layer of mineral grease, the sluice valves shall be installed with spindle vertical. The location of

valves shall be as per drawing. All sluice valves shall be installed on concrete bases. The length of the

operating stem shall properly adjusted depending upon the depth of the valve below operating level. This shall

be done to the satisfaction of the Engineer-In-Charge.

3.3 Air Valves:

Air valves shall be installed at high points using standard tee fittings as shown in the drawings or as directed

by the Engineer-In-Charge.

3.4 Washouts:

Washouts or scour valves shall be installed at low points as shown in the drawings or as directed by the

Engineer-In-Charge Washouts shall be installed by the standard T-piece with the main.

The outlet of the drain must be directed to the lowest ground level in such a way that no back flow to the main

pipe can occur.

The drain pipe of washouts shall not be connected to any sewer, submerged in any stream, or be installed in

all other manner that may permit back siphoning into the distribution system.

3.5 Easy Operation of Valves:

All valves shall be provided with cap / hand lever / hand wheel as required within easy reach. Wherever

necessary operating platforms shall be provided. In general, valves installed underground shall have caps and

those fitted above ground shall be operable by hand wheels.

4.0 Bends And Fittings

Pipelines shall be laid in straight lines with gradual changes being taken up at the joints as approved by the

manufacturers / and or relevant IS code as desired E.I.C. Where a sudden change of direction cannot be

avoided bends shall be used. The location of bends tees, and other fittings shall be determined in the field in

close cooperation with the Engineer-In-Charge.

5.0 Blind Ends

All pipe ends that shall be connected to future extensions, plugs, caps or blank flanges shall be installed and

secured in place.

6.0 Valve Chambers

Valves on an underground pipeline shall be located in a Masonry chamber with Pre cast RCC slab in three

pieces consisting of edge protection M.S. structural angle L40 x 40 x 6 mm weighing not less than 3.50 kg/m,

fitted & fixed along the all corners with necessary welding of the angles and reinforcement steel as per

approved drawing and direction of the Engineer-In-Charge.

7.0 Existing Road Crossing

The Contractor shall programmed the work to reduce disruption to road traffic to a minimum, and before any

work commences in existing roads shall:

i) Obtain full permission and approval of EIC, serving notice of intent to start work as may be

necessary and observing all the Project area rules and regulations.

ii) Submit details of his proposals, and obtain approval from the Engineer-In-Charge.

iii) Suitable signs indicating that a street is closed and suitable detour signs for proper maintenance to

traffic shall be provided.

Page 93: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

93

iv) Wherever necessary contractor shall make alternate routes for Project work‘s traffic diversion as

directed by the concerned authority.

v) The bedding for the pipelines to be laid under the road crossing shall be in accordance with the

relevant drawings as per direction of the Engineer-In-Charge.

vi) The road way shall be reinstated to the satisfaction of EIC.

8.0 Hydraulic Testing:

Hydraulic Testing of Ductile Iron/MS/CI pipes:

All pipelines and all works shall be subject to pressure and leakage tests after being laid and installed before

commissioning.

Pressure and leakage tests shall be carried out simultaneously.

Provisions of this clause shall be read in conjunction with the provisions for testing of pipes under IS: 3114,

IS: 12288 & IS: 5822 and other Indian Standard Specifications as applicable.

The field test pressure to be applied shall not be less than the greatest of the following subject to a maximum

limit of field hydrostatic test pressure as per IS:12288:1987, IS:3114 & IS:5822 and other Indian Standard

Specifications as applicable.

(i) Maximum sustained operating pressure

(ii) Maximum static pressure plus 5 N/mm2

(iii) Sum of the maximum sustained operating pressure (or the maximum static pressure) and the

maximum calculated surge pressure.

The pipeline shall be filled slowly from the lowest point in such a manner as to allow expulsion of air through

air release valves at highest points. The following filling rates are recommended:

Size, mm:

100

150

200

250

300

400

500

600

700

800

900

1000

Filling rate,

Ltr/sec

0.3

0.7

2.5

2.0

3.0

6.0

9.0

14.0

19.0

25.0

32.0

40.0

After filling, the pipeline shall be pressurized to the specified operating pressure and left for a period of time

to achieve stable conditions. The pipeline shall then be pressurized up to the full test pressure and the section

under test completely closed off. Care shall be taken to ensure that the pipeline is free of air. For this,

if required, or if required, or if asked by the Engineer-in-Charge water release test shall be

carried out. The hydraulic test shall be maintained for a period of not less than 10 minutes

to reveal any defect in the pipes, joints and anchorages.

If the test is not satisfactory, the fault shall be found and rectified. In case fault cannot be

identified easily, the section under test shall be sub-divided and each part tested separately. In case the leakage is greater than the allowable value determined through the above formula the contractor

shall identify all defective leaky joints, repair them until the leakage is within allowable limit and these

rectification works no extra payment shall be admissible.

9.0 Cleaning out after Testing:

After the completed pipeline is tested, approved back filling and the Contractor has removed all temporary

work and has reconnected any parts temporarily removed from the pipeline. The contractor shall finally clean

out the whole pipeline and flush it through with water.

C. CONSTRUCTION OF SEWAGE LIFTING AND PUMPING STATION 1.0 Types of Pumping Stations And Design for both SLS & SPS

Pumping stations will be circular type having the wet well & dry well above for installation of pums & motors

as shown in the G.A drawing.

All design shall be carried out as per relevant IS codes of latest revision/amendment if any, with due

consideration of all combination of loads and conditions. Like all the structures the foundation shall also be

designed for seismic condition. Applicable Seismic Zone should be taken into consideration for calculations

of seismic load in all cases. Suitable provision for overflow should be made, as a protection against flooding,

especially in the event of the breakdown of the plant on the failure of the power supply or to allow free

discharge upto a convenient level in case of SLS & SPS.

1.2 R.C.C. Works for both SLS & SPS

Page 94: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

94

All R.C.C. work in wall, column, beam, roof, foundation etc. not forming part of water retaining structure

shall be done with R.M.C. of at least M20 grade of concrete of approved design as per relevant IS: 456-

2000 with cement content not less than stipulated in the code. Plasticizer @ 0.20% by weight of cement shall

be used. The water cement ratio should not exceed 0.45.

All R.C.C. work forming part of water retaining structure (wet well and dry well upto 3.25 mtr.) shall be done

with R.M.C. of at least M25 grade of concrete of approved design as per IS:456-2000 with cement content

not less than stipulated in the code. Plasticizer @ 0.20% by weight of cement shall be used. The water cement

ratio should not exceed 0.45. The concrete shall be cured as per IS: 456 - 2000.

1.3 Water Tightness for both SLS & SPS:

The wet sump shall be filled with water and after expiry of seven days after the filling, the level of the surface

of the water shall be recorded. The level of water shall again be recorded at subsequent intervals of 24 hours

over a period of seven days. The total drop in surface level over a period of seven days shall be taken as an

indication of the water tightness of the tank. The EIC shall decide on the actual permissible nature of this

drop in the surface level, taken into account whether the tanks are open or closed and the corresponding effect

it has an evaporation losses. The test shall be carried out during dry season when water table will be quite

low. The test will be done as per IS: 3370 (Part-I): 1965. The leakage through wall and base floor of the dry

and wet well shall also be observed keeping the structure empty during wet season when the water table will

be reasonably high as per direction of EIC. For porous concrete resulting in leakage, this is to be rendered

good by cement slurry grouting.

1.4 Staging & Scaffolding for both SLS & SPS:

Whenever necessary staging and scaffolding must be provided. All shuttering and framing must adequately be

stayed and braced to the satisfaction of the Engineer-in-charge for properly supporting the concrete during the

period of hardening. It shall be so constructed that it may withstand the jerk and shock of vibration of

concrete.

Scaffolding must be strong and rigid stiffened with necessary cross bracings and proper deck at every stage

where casting work is in progress to prevent any injuries to persons and to facilitate inspection, supervision

and taking measurement at any time.

The hire and labour charges for staging, scaffolding, platform etc. as provided in the schedule of works is for the

entire construction work including shell wall of reservoir etc till completion of work and removing the same as

per direction and instruction of EIC.

2.0 M. S. Ladder, R.C.C stair with railing for both SLS & SPS: i) M.S Ladder with railing 600 mm wide of required length as per following specification shall be

provided at all locations of SLS and SPS as shown in drawing.

Side arms of the ladder shall be made of U-channel of section 100 x 50mm, Steps of the ladder

shall be made of MS Chequered plate 100mm wide and 8mm thick @ 300mm C/C. All joints to be

welded with M.S. Plates of section 65 x 65 x 8mm. The hand railing shall be made with 1 no 32

mm dia G.I. Pipe, and 1 no 25mm dia G.I. pipe TATA Medium quality and fixed over M.S angle of

section 50 x 50 x 6mm at a distance of 600 mm apart on both sides. The ladder shall rest on 2 nos

base plate of section 200 x 200 x 10mm.

ii) R.C.C piller with G.I. railing.

R.C.C post of 125 x 125mm and 900mm height @ 2.0 m c/c or as required with 2 rows of 32 mm

dia. G.I. (top row) and 25 mm dia. G.I. (bottom row), both of TATA Medium quality shall be

constructed on the open side or sides throughout of sump and operating platform of screen

chamber.

iii) RCC stair, walkway with railing.

RCC stair and walkway of 1.2M (minimum) wide with railing of 900 mm height 65 x 65 x 6 mm

MS angle post and two rows of 32 mm dia. G.I. (top row) and 25 mm dia. Bottom row, TATA

Medium quality. Walkway shall be constructed in double tier along middle of pump house

throughout the length of SLS-II pump house, and the walkway for SPS Pump House shall be in

single layer throughout the length of Pump House.

iv) M.S. post with G.I. Railing.

M.S. post of 1.2 m height with 65 x 65 x 6 mm M.S. angle and three rows of GI railing of TATA

Medium quality, one row with 32 mm dia (Top) and two bottom rows with 25 mm dia. shall be

provided on the open side or sides throughout of sump and operating platform and walkway of

sump and inlet chamber of SPS.

Page 95: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

95

v) Walkway with M.S. post and G.I. railing:-

1.0 M wide RCC (M-20) walkway on sump along and throughout the length of outer wall of SPS as

shown with 1.2 M height M.S. post and three rows of GI (TATA Medium quality) as per

specification stated earlier shall be provided.

2.1 M.S. Rungs for both SLS & SPS:

MS Rungs of 16 mm dia. Tor steel shall be placed @ 300mm c/c embedded in the

RCC vertical wall to easy access on the floor as shown in the drawing.

3.0 Sluice Gate for both SLS & SPS: The valves shall be of Bevel Gear/Spur Gear with head stock in accordance with IS: 3042- latest

edition. Procurement of such materials shall be done s per vendor list attached with the Tender

Document. Nos & size of Sluice gate for SLS & SPS shall be as shown in drawing. While

installing, the contractor shall thoroughly clean the gate and coat with a thin layer of mineral

grease. The sluice gates shall be installed with spindle vertical. The location of gates shall be as

per drawing. All sluice gates shall be installed on concrete bases. The length of the operating stem

shall properly adjusted depending upon the depth of the screen chamber. The gate shall be

installed in the chamber water-tight. This shall be done to the satisfaction of the EIC.

4.0 Steel Rolling Shutter and Ramp for both SLS & SPS

Steel Rolling Shutter shall be with mechanical hoist and at location shown in general arrangement

drawing shall have to be provided as specified in General Specification of works.

RCC Ramp shall be constructed from finish upto plinth level of operating floor in pump house at

shown in G.A. drawing.

5.0 Steel doors & window for both SLS & SPS: Steel doors & windows for both SLS & SPS shall have to be provided as specified in General

Specification of works and shown in G.A drawing to provide adequate ventilation.

6.0 Flooring for both SLS & SPS

Flooring of Operating Floor in Pump House shall be of metallic flooring as specified in General

Specification of works. Flooring for dry pit shall be of IPS finish with required slope for proper

drainage towards saucer drain.

7.0 Screen Chamber for both SLS & SPS:

Perforated slab in screen chamber shall be constructed for SLS as per GA drawing. MS flat 50mm

x 10mm thick with stays and lugs shall be fixed. Clear opening for SLS and SPS shall be as shown

in drawing. 8.0 Other Components of work viz.

Earth work in excavation, Brick work, Pile, Pile Cap, Mixing and Laying; Curing and Finishing; Plastering

Painting & Surface Treatment; Roof Treatment, white washing, snowcem etc. shall be executed as per

relevant BIS specification unless otherwise stated in general specification of work.

B. TECHNICAL SPECIFICATION FOR MECHANICAL/ELECTRICAL

1. PUMP, DELIVERY PIPE LINE AND COMMON HEADER

a. Each pump set will be a wet-pit type submersible, single stage mono-block, non-clog pump. It shall be

suitable for pumping all kinds of sewage containing long fiber, plastics, solid admixes, sludge, etc.

b. The pump shall be able to pass through soft solids of maximum 125mm. diameter and capable of handing

sewage of specific gravity 1.10.

c. Impeller shall be single / Double vane non-clog type and without wearing ring. The pump should be fitted

with contra Block system with special grooving on Suction side to increase reliability from non-clogging

point of view.

d. The pump installation design shall be such as to facilitate automatic installation / removal of the pump

without having to enter into the sewage pit.

Page 96: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

96

e. Profile gasket shall be provided in automatic coupling system to avoid metal to metal contract between the

pump and delivery pipe to ensure leak proof joint. The CIDF pipe with allied fittings from pump outlet to

common header of required length having diameter 100 mm for SLS 4 and 150 mm for SPS –II shall be

provided.

f. The 3 (three) no. pump for SLS-4 will be identical and same for SPS-II will be identical.

g. Diameter of common header will be i) SLS-4- 250mm ii) SPS-II- 350mm and the thickness will be 10mm

for both SLS-4 and SPS-II . M.S. pipe fitted with a C.I. double flanged Sluice Valve (PN-1.0) conforming to

IS: 14846 shall be used for making common header and as per direction of E.I.C.

h. Each pump will be fitted with a non-return ball valve and a Globe Valve for controlling the flow, delivery

pipe from pump to Header shall be C.I.D.F. Pipe in 2m long section.

2. MOTOR

The Motor shall be Dry Type, Squirrel Cage, suitable for three phase supply, continuous duty with

Class ‗F‘ insulation and provided with IP-68 protection. Winding of the motor should be impregnated by

resin in order to achieve required thermal withstanding capacity. Motor should have integral cable port

and cable entry should be sealed to prevent leakage of liquid into motor. The motor should be designed for

non-overloading characteristic. There should be thermal protection against overheating of motor

winding.

Motor / Pump shall have the following inbuilt protections:

a. Thermister protection against overheating of motor by thermister embedded in each

phase.

b. Seal Monitor protection against entry of liquid in the Oil chamber by the moisture

sensor provided inside the oil chamber.

c. Reverse Rotation protection due to wrong connection of reverse phasing.

3. STARTER PANEL

a) The PLC based Control Panel shall be made of 14SWG Sheet Steel and suitable for indoor installation. The panel

should be equivalent to IP-55 degree protection. All gaskets will be neoprene or equivalent.

b) PLC Monitor shall be minimum of 100mm X 80mm or as necessary with suitable SMPS circuit and necessary input

output units.

c) Following minimum protections should be provided in PLC based Panel having i) Overload protection (ii) Single

Phasing Preventor iii) Ammeter & Voltmeter of suitable range with selector switch iv) Auto—manual changeover

switch v) Winding overheating protection for Motor vi) Pump running indication lamp vii) Pump fault indicating

lamps (separate for each fault) viii) Supply on (for each phase) indicating lamps ix) Indication of high and low

level of water x) Liquid level controller (Automatic level sensor ) xi) Seal monitor relay xii) Reverse Rotation

protection xiii) ALVD-2 as necessary and all other protective and controlling devices necessary for smooth running

of the installation should be incorporated as per direction of EIC.

d) The type of starter shall be as under:

Upto 10 H.P. : Automatic D.O.L. Starter /Star Delta.

Above10 H.P. : Star Delta.

e) In auto-mode, pump will start at high level and stop at low level as per pre schedule programme to avoid dry

run of pump set and in manual mode, at high level pump is required to be started Manually and pump will stop at

low level. There is a provision for 2(two) no. pump running at a time and 1(one) stand by only. 1st pump will start at

high level and 2nd

pump will start only when the 1st pump is not capable to discharge the rate of sewage inflow. The

selection of Stand by pump among the 3(three) pumps will be made alternatively at certain period of interval.

f) A standby PLC(software only) shall be incorporated in the starter panel with a provision

for Auto run in case of failure of the working PLC.

Page 97: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

97

4. INTERNAL AND EXTERNAL WIRING & LIGHTING ARRANGEMENT

Sufficient lighting arrangement both inside and outside the pump house with Street light luminaries bulkhead, fan,

tube-light and plug point shall be provided both at SLS 4 and SPS II as per direction of EIC.

i) For internal illumination Lux should be 300 to 350.

ii) For external illumination Lux should be 200 to 250.

5. EARTHING AND SAFETY DEVICE

a. Earthing system of pump house shall conform to the requirement of IE Rules and allow

the guidelines of IS 4043.

b. Earthing system shall be ring bounding earth of whole pump house building.

c. Each electrodes shall be 50mm. dia. perforated steel pipe duly galvanized and not less

than 3mtr. long with detachable link plate to facilitate easy isolation from earth guide for

testing and provision of funnel to facilitate watering .

d. The electrodes shall be buried deep into the ground upto the depth of moist earth which

shall not be less than 2.75mtr. from the ground level and must be atleast 2 mtr. away

from any building structure.

e. The bottom portion of the electrodes shall be filled up with charcoal ( Blacksmith) dust

and one cast iron cap properly screwed of approved type and design shall be fitted on the

top of the electrodes.

f. Suitable lugs for proper fixing, both electrically and mechanically of the connection bends

of the earth bus inside the station be provided.

g. The top portion of the electrodes upto 3mtr. shall be properly brick pitched and shall be

fitted with water proof bituminous compound.

h.One no. continuous G.I. Busbar of 50x6mm. shall be provided all along the cable trench

/drains etc. So that the frame of electric switch gears and other electrical accessories

land installation shall be connected to the G.I. earth bus by providing G.I. saddles of

suitable size and partly through the floor as the case may be and shall be connected on

both sides with proper cable sockets.

i. earthing shall be extended to the metal frames of all machinery, switches, accessories etc. to the full satisfaction of

the Engineer-in-Charge.

6. MAIN CONTROL PANEL

a. Control panel shall be made of minimum 2mm thick steel sheet, floor mounted cubical type having necessary front

and rear locking arrangement ( Godrej type) detachable base plate at bottom having hook for loading and

unloading. The panel should be equipment to IP-55 degree protection all gaskets will be neoprene or

equivalent.

b. The main control panel shall be accommodated with the following components:

100 Amps TPN MCCB - 1No.

100 Amps Changeover Switch - 1no.

63Amps MCCB - 3nos.

200 Amps Copper Busbar - 4nos.

63 Amps Switch fuse unit/MCB isolator - 3nos.

32 Amps Switch fuse unit/MCB isolator - 1No.

Page 98: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

98

32Amps TPN MCCB - 1No.

Suitable size capacitor - 3nos.

Provision for suitable capacity ammeter‘s,

Voltmeter‘s, Selector switches, CT

Indicating Lamp Red / Yellow / Blue

with fuse unit - 1item

Internal connection by supplying

suitable gauge PVC insulated multicore

copper wire etc. for the control panel - 1item

Spare feeder with 63 Amps MCCB & all

necessary materials - 1no.

Spare feeder with 32Amps MCCB & all

necessary materials - 1no.

All necessary materials should be supplied by the Agency to carry out the work as per site condition. 1(one) no. control

panel for SLS-4 and 1(one) no. control panel for SPS-II shall be provided.

7. MONORAIL

Capacity 1 MT with triple spur gear chain pulley block and traveling trolley for SLS4 and SPS II separately.

Traveling length minimum 6.03 mtr. or as per size of pump house. Total height of lift from floor level

minimum 6 mtr. The monorail and gear traveling trolley shall be operated from floor by hand chain as per

Departmental drawing.

8. DIESEL GENERATOR

Sound proof air cooled 3-phase , 50Hz, output voltage 415+_1% Diesel Generator set having capacity

35KVA for SLS4 and 50KVA shall be provided.

9. STABILISER

Oil cooled servo controlled 3 phase unbalanced automatic voltage stabilizer, of 35KVA for SLS 4 and

50KVA for SPSII capacity for continuous operation. Input Voltage range – 200-500 Volt. Output Voltage –

10. STREET LIGHT

Street Tubular Pole (M.S.) of length 9m each– SP-28 and number of pole will be minimum 140 (one hundred

forty).

Page 99: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

99

Page 100: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

100

SECTION 6:Layout Drawings of the work

Indicative drawing as follows

a) Lay out plan of total area

b) Details of different type of manhole and standard cross

c)Section of S.W pipe & hume pipe

d) Arrangement inc levels & site plan of listing stations and main pumping station

e) Details of different type of manhole and Section of S.W pipe & hume pipe

Page 101: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

101

SECTION 7: BILL OF QUANTITIES

Page 102: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

102

PART-A (CIVIL WORKS) SL.

No. Item of Works Quantity Rate Unit Amount

In

words

In

figures

1. Surveying, leveling, preparation of drawing, supplying,

conveyance & delivery, handling, loading & unloading,

storing, setting, laying, jointing, testing, curing, wastes etc.

of Stone Ware(SW) & RCC (NP-3) pipes of different

diameter (from 150 mm to 600 mm ) as mentioned below

at levels and slopes as per design and drawing (Marked as

DRAWING No.-1 A & 1 B) provided by the PHE

Department with all required fittings, specials & valves

(sluice, non-return etc.) along the specified route /

alignment and levels including earth work in excavation of

trenches in all sorts of soil and any type of uprooting &

picking up all types of existing road materials, ramming of

spoils shoring, bracing works of adequate strength to retain

the trench cutting and bailing/pumping out of any type of

water from the trenches and /or any other sources or lower

down the water table as required upto curing of concrete

preparing bed with brick flat soling & reinforced/plain

cement concrete(4:2:1) bedding of specified

thickness/proportion of clay packing upto 1.00mtr. over

pipe and back filling with excavated earth in places other

than under road & clay packing upto 1.00 mtr over pipe

and back filling with silver sand in between clay packing &

1.00 mtr filling with excavated earth below ground level

under road to be filled up as per the situation of site

including stacking of surplus excavated earth/spoils, road

materials and removal of the same within a lead of 3.00 km

with plant, labour and materials, as per direction of the

EIC., providing anchor / thrust blocks before back filling

the trenches in layers to original condition, loading /

unloading into trucks and cleaning the site in all respect,

necessary interconnection with the existing sewer

line/Manhole chambers, so as to maintain continuity of the

conduit right from beginning and upto the end of sewer

line, road restoration as per the original condition, proper

barricading arrangement, temporary diversion if required,

measures to maintain existing facilities, lighting

arrangement during night work, testing, commissioning etc.

complete in all respect, with plant, labour, materials on on

turn-key basis as per specification, drawings, conditions of

contract, additional conditions of contract, other

documents and direction of EIC.

a) 150 mm dia SW Pipe 6257.4 mtr mtr

b) 200 mm dia SW Pipe 1594 mtr mtr

c) 250 mm dia SW Pipe 10 mtr mtr

d) 300 mm dia RCC NP-3 pipe 50 mtr mtr

e) 400 mm dia RCC NP-3 pipe 1027 mtr mtr

f) 450 mm dia RCC NP-3 pipe 1492.5 mtr mtr

g) 500 mm dia RCC NP-3 pipe 1194 mtr mtr

h) 600 mm dia RCC NP-3 pipe

525 mtr mtr

2. Construction of manhole chamber as mentioned below of

different types & sizes as mentioned below as per

(Reference Indicative Drawing No.55/TD dt.02-01-1997

Page 103: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

103

and 71/TD dt. 08-08-1997-Marked as DRAWING No.-2 A

& 2 B), including surveying, leveling, maintaining levels,

supplying fitting, fixing 600 mm dia. RCPC/PFRC

manhole cover or removable slab and frame (light duty i.e.

5 MT for flank manholes and heavy duty i.e., 35 MT for

manholes on road), poly propylene steel reinforced

manhole foot step, 500 mm, 375 mm, 250 mm thick 1st

class brick work (1:4) in cement mortar, (thickness &

height of brick work will vary according to depth of sewer

invert) bottom consisting of 225 mm thick cement concrete

(1:2:4) with stone chips over a layer of brick flat soling,

intermediate 200 mm thick RCC(1:1½:3) Slab with cut out

as required with stone chips and M.S reinforcement

including necessary shuttering, fixing manhole frame and

cover, blind the external and internal surface with 20 mm

thick cement mortar(1:3), 1.5 mm thick neat cement finish

to the internal surface, cement concrete benching (1:2:4)

with stone chips, finish with 1.5 mm thick neat cement

punning including excavating earth in all sorts of soil,

shoring, bailing /pumping out any type of water or lower

down the water table as required, curing of masonry,

concrete, ramming & dressing the bed to required level and

refilling the side of chamber with excavated earth in layers

to original condition and removal of surplus earth / spoils,

road materials loading / unloading into trucks within a lead

of 3.00 Km and cleaning the site in all respect with plant,

labour and materials, proper barricading arrangement,

lighting arrangement during night work, testing,

commissioning etc. all complete on turn-key basis as per

specification, drawings, conditions of contract, additional

conditions of contract, other documents and direction of

EIC.

Ordinary Manhole (Type – IA & IB)

(A) Upto 450 mm. diameter pipe

(a) Depth of invert upto 1.5 m. 60 Nos. each

(b) Depth of invert upto 2.0 m. 60 Nos. each

(c) Depth of invert upto 2.5 m. 40 Nos. each

(d) Depth of invert upto 3.0 m. 25 Nos. each

(e) Depth of invert upto 3.5 m. 10 Nos. each

(f) Depth of invert upto 4.0 m. 5 Nos. each

(B) For 500-600 mm. diameter pipe

(a) Depth of invert upto 4.0 m. 10 Nos. each

(b) Depth of invert upto 4.5 m. 10 Nos. each

Junction Manhole (Type – II)

(A) Upto 450 mm. diameter pipe

(a) Depth of invert upto 2.5 m. 40 Nos. each

(b) Depth of invert upto 3.0 m. 35 Nos. each

(c) Depth of invert upto 3.5 m. 18 Nos. each

(d) Depth of invert upto 4.0 m. 5 Nos. each

(e) Depth of invert upto 4.5 m. 2 Nos. each

(B) For 500-600 mm. diameter pipe

(a) Depth of invert upto 4.0 m. 15 Nos. each

(b) Depth of invert upto 4.5 m. 10 Nos. each

Junction Manhole (Type – III)

(A) Upto 450 mm. diameter pipe

(a) Depth of invert upto 4.0 m. 55 Nos. each

(b) Depth of invert upto 4.5 m. 15 Nos. each

(B) For 500-600 mm. diameter pipe

(a) Depth of invert upto 5.0 m. 15 Nos. each

Page 104: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

104

3. Surveying, leveling, preparation of drawing, supplying,

conveyance & delivery, handling, loading & unloading,

storing, setting, laying, jointing, testing, etc. of DI Pumping

Main as mentioned below at levels and slopes as per design

and drawing (Marked as DRAWING No.-1 A & 1 B)

provided by the PHE Department with all required fittings,

specials & valves (sluice, non-return etc.) along the

specified route / alignment and levels including earth work

in excavation of trenches in all sorts of soil and any type of

uprooting & picking up all types of existing road materials,

ramming of spoils shoring, bracing works of adequate

strength to retain the trench cutting and bailing/pumping

out of any type of water from the trenches and /or any other

sources or lower down the water table as required upto

curing of concrete preparing bed with brick flat soling &

reinforced/plain cement concrete(4:2:1) bedding of

specified thickness/proportion of clay packing upto 1.00

over pipe and back filling with excavated earth in places

other than under road & clay packing upto 1.00 mtr over

pipe and back filling with silver sand in between clay

packing & 1.00 mtr filling with excavated earth below

ground level under road to be filled up as per the situation

of site including stacking of surplus excavated earth/spoils,

road materials and removal of the same within a lead of

3.00 km with plant, labour and materials, as per direction

of the EIC., providing anchor / thrust blocks before back

filling the trenches in layers to original condition, loading /

unloading into trucks and cleaning the site in all respect,

necessary interconnection with the existing sewer

line/Manhole chambers, so as to maintain continuity of the

conduit right from beginning and upto the end of sewer

line, road restoration as per the original condition, proper

barricading arrangement, lighting arrangement during night

work, testing, commissioning etc. all complete on turn-key

basis with plant, labour, materials, as per specification,

drawings, conditions of contract, additional conditions of

contract, other documents and direction of EIC.

a) 300 mm dia DI pipe (Class-K-9) (balance part from

SLS-3 & for SLS- 4 & SPS-II).

1040 mtr mtr

4. Design and construction of sewage lifting station-cum-wet

well on the basis of G.A drawing of the department

(Marked as DRAWING No.3 A & 3 B) consisting of RCC

(M-25) Circular well curb by well sinking method upto a

desired depth including earth work/sand excavation,

removal of spoils & surplus earth as per direction including

dewatering, providing divers to chisel out the obstruction,

if any with cast-in-citu M-25 grade cement concrete with

reinforcement, shuttering etc. and supplying, fabricating,

setting out steel cutting edge with MS section and

reinforcement with steining wall and shaft wall upto the

bottom of top floor level of circular well including RCC

cantilever platform (both inside and outside) for support

delivery pipes of sewage pumps, ladders, plastering, neat

cement finishing, making port holes for incoming sewer

lines and delivery mains from sewage pumps, vent holes

etc. bottom plug of circular well with under water cement

concrete having a minimum cement content of 400 kg/cum

with minimum 2 nos. tremie pipe arrangement including

design and construction of bottom floor with minimum 300

mm thick cast-in-situ RCC M-25 grade cement concrete

Page 105: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

105

suitable hardened topping suitable for sump and pump,

motor base, support structure for delivery main from the

pumps including design, construction of complete Pump

House-cum-Electrical room over single circular well with

floor partly with cast-in-citu RCC and partly with MS

fabricated steel support with chequered plate etc. and

approach stair case leading to the floor of pump house

including supplying, fabrication of suitable steel ladder,

from the top of floor of pump house to the bottom of the

well floor with suitable hand railing on both sides of

ladders and steps including anticorrosive painting etc.

doors, windows, Rolling shutters, MS ladder upto roof,

parapet wall, roof treatment, white wash for internal

surface of walls and acrylic (Weather coat) paint for

external surface of walls, painting on all metal surfaces,

water tightness test during dry & wet season, earth work in

excavation, sheet piling for safety measures, bailing /

pumping out any type of water or lower down the water

table as required, curing of concrete ramming & dressing

the bed to required level and refilling the gaps with

excavated earth in layers to original condition and removal

of surplus earth / spoils within a lead of 3.00 Km. with

plant, labour and materials, design and construction of

suitable Manhole & manhole-cum-Screen chamber with

screen at one side and penstock with gate on the other side

and with high carbon steel spindle with wheel at the top on

the incoming sewer line to facilitate periodical

maintenance of sewage as well as for cleaning of sludge

from the collecting well as and when necessary testing,

commissioning etc. all complete on turn-key basis as per

specification, drawings, conditions of contract, additional

conditions of contract, other documents and direction of

EIC.

a) For Sewage Lifting Station (SLS-4) 1 item LS

b) For sewage Pumping Station (SPS-II) 1 item LS

5 Trial run for performance Guarantee of different

components of Civil and Mechanical/Electrical item of

works from starting point of sewer line and upto the

aerated lagoon including existing sewer line after

satisfactory completion of individual item of works

including operation of necessary valves, pumping

machineries, rectification of defects, if any, as required for

stable system . The contractor shall run the plant round the

clock during the period and shall maintain a log book to

ascertain the quantity and quality of treated sewage. The

contractor shall adopt proper correction, measures as per

requirement of entire sewerage system etc. all complete on

turn-key basis as per specification, drawings, conditions of

contract, additional conditions of contract, other

documents and direction of EIC.

NOTE:- The rate is inclusive of all charges except

required electrical charges which will be paid by the

Department.

3 months

Per

Month

6 Operation, Maintenance and Guarding of different

components of Civil and Mechanical/Electrical item of

works from starting point of sewer line including existing

system and upto the aerated lagoon, the period of which

will start from the date of issue of completion certificate ie,

Page 106: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

106

after satisfactory completion of trial run for 3(Three)

months and successful demonstration of performance

guarantee for individual item of works including operation

of necessary valves, pumping machineries, rectification of

defects, if anywhat so ever required. The contractor shall

adopt proper correction, measures as per requirement of

entire sewerage system etc. all complete on turn-key basis

as per specification, drawings, conditions of contract,

additional conditions of contract, other documents and

direction of EIC.

NOTE:- The rate is inclusive of all charges except

required electrical charges which will be paid by the

Department.

Year 1

Year 2

Year 3

Per

year

Page 107: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

107

PART-B (MECHANICAL/ELECTRICAL WORKS) Supplying & Installation of Mechanical / Electrical Equipments for SLS-4 and SPS-II with

allied works for Renovation of Sanitary Sewerage Scheme for Digha Area in the District of

Purba Medinipur.

FOR SLS-4

SL.

No.

Item of works Quantity Rate Unit Amount

In

word

s

In

figure

s

1. Supply and delivery at site and storage of Submersible sewerage pumps specially designed to handle muddy as well as sandy Water and also water with solids coupled with suitable size totally enclosed squirrel cage Induction Motor (DRY TYPE) with 1.1. KV grade Copper conductor Multicore 10Mtrs. Cable of suitable size with Automatic coupling arrangement, single guide rail, 10mtrs. Guide Pipe spappy bend chain with sqackle length 15mtrs. as per Technical Specification :-

a) Lifting Station No.- IV

Capacity : 8 LPS Head : 14mtr. Speed : 1450RPM Impeller : Ni-Hard Cast Iron, Free Flow Impeller. Shaft : Stainless Steel. AISI-410 Motor : Submersible Type Dry Motor, 400 Volt, 3 Phase, 50 Hz.

3nos.

each

Page 108: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

108

2. Supply and delivery & storage at site all specials as per following specification :- a) CIDF Non-Return Ball Valve as per IS : Specification. Size : 100 mm b) Globe valve OSY rising stems conforming to IS : 9338-1976 G.M. Body Seat, HTB Spindle Size : 100 mm. c) C.I. Sluice vale Non-Rising ISI marked conforming to IS : 780/84 clockwise closing with wheel G. M. Trims nuts HTB spindle AISI 304 PN-1, Size : 150 mm. d) CIDF pipe with Gasket & Hardware as per I.S. Specification. i) Size : 100 mm. dia X 2 mtrs. long ii) Size : 100 mm. dia X 1.5 mtrs. long e) Puddle Coller Joint with Gasket & etc. Size : 100mm dia. x 1.5 mtr. f) Dismantling joint with Gasket etc. Size : 100 mm dia g) CIDF Bend with Gasket & Hardware as per I.S. specifications. Size : 90

0 X 100 mm. dia

3nos.

3nos.

1no.

3nos.

3nos.

3nos.

3nos.

3nos.

Each

Each

Each

Each

Each

Each

Each

each

3. Making M.S. Common Header ( 10mm thick ) of 250mm. dia. for delivery line of 3 nos. Sewage submersible pumping machinery including supply of M.S. pipes and specials jointing materials and welding etc. if necessary maintaining proper alignment by making brick pillar & C.C. foundation for resting of common Header & pipe line with necessary Thrust Block as per direction of E.I.C. and completed with all respect complying with Technical Specification

1unit

/unit

4. Supply, delivery and storage of Main control Pannel made of 14 SWG M.S. Sheet in the Sewerage pump house consisting of the following with the equipment to complete in all respect as per Technical Specification and direction of E.I.C. 100 Amps TPN MCCB - 1No. 100 Amps copper Bus-Bar - 4 Nos. 32Amps Switch Fuse Unit - 3Nos. 32 Amps TPN MCCB - 1No. Suitable size 0-500 Volt Voltmeter, 0-50ammeter with CT & Selector Switch - 1 Set Indicating Lamp Red / Yellow / Blue with fuse unit.

1unit

/unit

5. Supply and delivery at site M.S. fabricated cubical type wall mounted PLC based motor starter panel for automatic and synchronized operation of sewerage pumping machineries (three nos.) based on level sensor ( high/low) level in sewerage pump suitable for operation

Page 109: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

109

of butterfly valve through actuator alongwith Submersible Pumping Machinery, automatic chlorinator and capacitor bank according to preset time as per direction upto 5H.P. rating each motor. Programmable LCD display unit will show continuously pump on/ trip, Ph-healthy, total hours of operation, actuator motor on / trip, valve open / close etc.

1no.

each

6. Supply and delivery of following items as per direction of E.I.C. a) Electronic level indication modular with display unit indicating sewage level in sump, operational status / parameters of pumping machinery. b) Suitable agitators ( as per quantity of sewerage ) to flocculate the settled sediments c) Internal lighting arrangement ( Lux level 300-350) as well as compound lighting arrangement ( Lux level 200-250) with glow sign board of SLS-IV d) 35KVA 3 phase 50Hz sound proof Diesel Generator arrangement to combat sewage overflow situation in the

event of power failure. (Output Voltage 415 1%)

e) 35KVA 3 phase 50Hz Voltage Stabilizer to ensure stable voltage for smooth operation of pumping

machinery. ( Output Voltage 415 1% )

1unit

1unit

1unit

1unit

1unit

/unit

/unit

/unit

/unit

/unit

7. Installation of entire ( sl.no. 1 to 6) mechanical / electrical equipment / accessories and piping system and earthing of the whole installation as I.E. Rules all complete as per direction of E.I.C.

1unit

/unit

8. Making internal and external wiring for proper illumination arrangement ( as per IE Rules ) including supply of necessary materials complete as per direction of E.I.C.

1unit

/unit

9. Painting the whole installation with good quality anticorrosive paint over a coat of primer after scrapping the surface as necessary as per direction of E.I.C.

1unit

/unit

FOR SPS-II

(PROCUREMENT OF PUMPING MACHINERY INCLUDING MECHANICAL / ELECTRICAL WORKS)

10. Supply and delivery at site and storage of Submersible sewerage pumps specially designed to handle muddy as well as sandy Water and also water with solids coupled with suitable size totally enclosed squirrel cage Induction Motor (DRY TYPE) with 1.1. KV grade Copper conductor Multicore 10Mtrs. Cable of suitable size with Automatic coupling arrangement, single guide rail, 10mtrs. Guide Pipe sappy bend chain with sqackle length 15mtrs. as per Technical Specification :-

Capacity : 76.5 LPS Head : 14 mtr. Speed : 1450 RPM Impeller : Ni-Hard Cast Iron, Free Flow Impeller. Shaft : Stainless Steel. AISI-410 Motor : Submersible Type Dry Motor,

3nos.

Page 110: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

110

400 Volt, 3 Phase, 50 Hz. Make : KSB / KISHORE / KIRLOSKAR

each

11. Supply and delivery & storage at site all specials as per following specification :- a) CIDF Non-Return Ball Valve as per IS : Specification. Size : 200 mm b) Globe valve OSY rising stems conforming to IS : 9338-1976 G.M. Body Seat, HTB Spindle Size : 200 mm. c) C.I. Sluice vale Non-Rising ISI marked conforming to IS : 780/84 clockwise closing with wheel G.M. Trims nuts HTB spindle AISI 304 PN-1, Size : 350 mm. d) CIDF pipe with Gasket & Hardware as per I.S. Specification. i) Size : 200 mm. dia X 2 mtrs. long ii) Size : 200 mm. dia X 1.5 mtrs. long e) Puddle Coller Joint with Gasket & etc. Size : 200mm dia. x 1.5 mtr. f) Dismantling joint with Gasket etc. Size : 200 mm dia g) CIDF Bend with Gasket & Hardware as per I.S. specifications. Size : 90

0 X 200 mm. dia

3nos.

3nos.

1no.

3nos.

3nos.

3nos.

3nos.

3nos.

Each

Each

Each

Each

Each

Each

Each

each

12. Making M.S. Common Header ( 8mm thick ) of 350mm. dia. for delivery line of 3 nos. Sewage submersible pumping machinery including supply of M.S. pipes and specials jointing materials and welding etc. if necessary maintaining proper alignment by making brick pillar & C.C. foundation for resting of common Header & pipe line with necessary Thrust Block as per direction of E.I.C. and completed with all respect complying with Technical Specification

1unit

unit

13. Supply, delivery and storage of Main control Pannel made of 14 SWG M.S. Sheet in the Sewerage pump house consisting of the following with the equipment to complete in all respect as per Technical Specification and direction of E.I.C. 100 Amps TPN MCCB - 1No. 100 Amps copper Bus-Bar - 4 Nos. 32Amps Switch Fuse Unit - 3Nos. 32 Amps TPN MCCB - 1No. Suitable size capacitor, 0-500 Volt Voltmeter, 0-50ammeter with CT & Selector Switch – 1 Set Indicating Lamp Red / Yellow / Blue with fuse unit.

1unit

unit

14. Supply and delivery at site M.S. fabricated cubical type wall mounted PLC based motor starter panel for automatic and synchronized operation of sewerage pumping machineries (three nos.) based on level sensor ( high/low) level in sewerage pump suitable for operation of butterfly valve through actuator alongwith Submersible Pumping Machinery, automatic chlorinator and capacitor bank according to preset time as per direction upto

1no.

each

Page 111: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

111

30H.P. rating each motor. Programmable LCD display unit will show continuously pump on/ trip, Ph-healthy, total hours of operation, actuator motor on / trip, valve open / close etc.

15. Supply and delivery of following items as per direction of E.I.C. a) Electronic level indication modular with display unit indicating sewage level in sump, operational status / parameters of pumping machinery. b) Suitable agitators ( as per quantity of sewerage ) to flocculate the settled sediments c) Internal lighting arrangement ( Lux level 300-350) as well as compound lighting arrangement ( Lux level 200-250) with glow sign board of SPS-II d) 50KVA 3 phase 50Hz sound proof Diesel Generator arrangement to combat sewage overflow situation in the

event of power failure. (Output Voltage 415 1%)

e) 50KVA 3 phase 50Hz Voltage Stabilizer to ensure stable voltage for smooth operation of pumping

machinery. ( Output Voltage 415 1% )

1unit

1unit

1unit

1unit

1unit

/unit

/unit

/unit

/unit

/unit

16. Supply delivery and installation of 1Mt. Ton capacity monorail ( traveling length minimum 6.03mtr., height of lift from floor level minimum 6mtr. ) with chainpully block including all accessories as per direction of E.I.C.

2unit

/unit

17. Installation of entire ( Sl. no. 11 to 16) mechanical / electrical equipments / accessories and piping system and earthing of the whole installation as I.E. Rules all complete as per direction of E.I.C.

1unit

/unit

18. Making internal and external wiring for proper illumination arrangement ( as per IE Rules ) including supply of necessary materials complete as per direction of E.I.C.

1unit

/unit

19. Painting the whole installation with good quality anticorrosive paint over a coat of primer after scrapping the surface as necessary as per direction of E.I.C.

1unit

/unit

Grand Total of Part A +Part B

Note:

(1) Item for which no rate or price has been entered in 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 (refer: ITB Clause 13.2 and

GCC Clause 43.3).

(2) Unit rates and prices shall be quoted by the bidder in Indian rupee [ITB Clause 14.1].

(3) Where there is a discrepancy between the rate in figures and words, the rates in words will govern.

[ITB Clause 27.1(a) ]

Page 112: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

112

4) Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate

by quantity, the unit rate quoted shall govern [ITB Clause 27.1 (b)].

Page 113: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

113

ANEXURE-D

SECTION 8: FORMS OF SECURITIES

Page 114: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

114

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: Bid Security (Bank Guarantee)

Annex B: Performance Bank Guarantee

Annex B1: Performance Bank Guarantee for Unbalanced Items

Annex C: Deleted

Annex D: Bank Guarantee for Advance Payment

Page 115: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

115

Annex A

BID SECURITY (BANK GUARANTEE)

WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has submitted his Bid

dated _______________________ [date] for the construction of _____________________________________

[name of Contract] (hereinafter called "the Bid").

KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank] of

____________________________ [name of country] 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, his

successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _________ day of __________ 19____.

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in

the Form of Bid;

or

(2) If the Bidder having been notified of the acceptance of his bid by the Employer during the

period of Bid validity:

(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions

to Bidders, if required; or

(b) fails or refuses to furnish the Performance Security, in accordance with the

Instruction to Bidders; or

(c) does not accept the correction of the Bid Price pursuant to Clause 27;

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 three conditions, specifying the occurred

condition or conditions.

This 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.

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 16.1 of the Instructions to Bidders.

2 45 days after the end of the validity period of the Bid.

Page 116: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

116

PERFORMANCE BANK GUARANTEE

To: ______________________________________________ [name of Employer]

_________________________________________ [address of Employer]

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 a Bank Guarantee by a recognized 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 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], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,

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 thereunder 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 ____________________________________________

__________________

1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price specified in

the Contract and denominated in Indian Rupees.

Page 117: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

117

PERFORMANCE BANK GUARANTEE (for unbalanced items)

To: ______________________________________________ [name of Employer]

_________________________________________ [address of Employer]

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 a Bank Guarantee by a recognized 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 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], such sum being payable in the types and proportions of currencies in which the Contract Price is payable,

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 thereunder 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 issue of the certificate of completion

of works.

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.

Page 118: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

118

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, subclause 51.1 ("Advance Payment") of

the above-mentioned Contract, ________________________________ [name and address of Contractor]

(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

Works to be performed thereunder 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 from the 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: _______________________________

Name of Bank/Financial Institution: _________________

Address: _______________________________________

Date: ____________________

__________________________

1 An amount shall be inserted by the bank representing the amount of the Advance Payment, and denominated

in Indian Rupees.

Page 119: INTEGRATED COASTAL ZONE MANAGEMENT PROJECT State Project

119