[go: up one dir, main page]

Academia.eduAcademia.edu
TENDER DOCUMENT FOR COAL HANDLING PLANT AT SARPI U.G. MINE (EASTERN COALFIELDS LIMITED) APRIL,2012 Regional Institute-1 Central Mine Planning & Design Institute Ltd. ( A Subsidiary of Coal India Ltd.) G.T.Road (West End ) Asansol-713 304. TENDER DOCUMENT PART -I NAME & PLACE “Design, Engineering, Drawing, Manufacturing, Supply, Installation /Erection, Testing & OF WORK : Commissioning of Coal Handling Plant on Turnkey basis at Sarpi Underground Mine, ECL” N.I.T. NO. ECL / HQ / GM(E&M) / Coal Handling Plant/Sarpi/ 4464, Dated : 04.04.2012 Eastern Coalfields Limited (A Subsidiary of Coal India Limited ) Sanctoria, P.O: Dishergarh, Dist: Burdwan (WB) E&M Department ****************** Part - I : Contains ( 110 ) marked pages. Tender Notice No. : ECL / HQ / GM(E&M)/ Coal Handling Plant/Sarpi/ 4464 Dated : 04.04.2012 NAME & PLACE “Design, Engineering, Drawing, Manufacturing, Supply, Installation /Erection, Testing & OF WORK : Commissioning of Coal Handling Plant on Turnkey basis at Sarpi Underground Mine, ECL” Date & time of submission of Tenders. : On 14.06.2012 at 11.30 AM Date & Time of opening of Tender (Part-I ) : On 14.06.2012 at 12.00 Noon. Name & address of the Tenderer to whom issued ______________________________________________ _____________________________________________ ______________________________________________ Date of issue. Cost of Tender Paper ______________________________________________ : Rs. 5675/- ( non-refundable) Cash Receipt No. & Date ___________________________________________ Signature of the Officer Issuing Tender Papers. Part - I I N Document D E X Page No. Contents 1. Notice Inviting Tender 2. Earnest Money Deposit and Tender Document Cost if downloaded from website ………………. 1-6 3. Sec.-1 Instruction to Bidder 7 - 29 4. Sec-2. Qualification information. ……… 30 - 38 5. Sec. -3 General Terms & Conditions 39 - 86 6. 7. ………………………….. ……………………… …… Sec.–4 Additional Terms & Conditions …… Sec.-5 Proforma of Bank Guarantee, Letter of Acceptance,Agreement form & Affidavit Format Integrity Pact. @@@@@@@@@ 1-6 87 - 93 94 -110 1 CMPDI Eastern Coalfields Limited (A Subsidiary of Coal India Limited) Office of the GM (E&M) Sanctoria, P.O. Dishergarh, Dist. Burdwan, PIN-713333 ************ NIT No : ECL / HQ /GM(E&M)/ Coal Handling Plant/Sarpi/4464, Dated : 04.04.2012 NOTICE INVITING TENDER ( N I T ) Sealed Tenders in three parts (Part-I, Part-II and Part-III) are invited from reputed, experienced, bonafied, competent and resourceful contractors having required qualification and suitable experience in work of similar nature in Govt. / Public Sector / Joint Sector Enterprises (Managed jointly by Govt. and Private Agency) / Public Limited Company in Private Sector for the following job. 1.NAME & PLACE “Design, Engineering, Drawing, Manufacturing, Supply, Installation / Erection, Testing & Commissioning of Coal OF WORK : Handling Plant on Turnkey basis at Sarpi Underground Mine, ECL” 2. Estimated cost : Rs. 902.51 Lakhs 3. Earnest Money : Rs. 9.0251 Lakhs 4. Cost of Tender Documents Including Taxes : Rs. 5675.00 (non-refundable) 5. Time of completion : 15 months 6, (a) Issue of Tender document : Begins on 23.04.2012 Closes on 12.06.2012 (between 11 AM to 1 PM on all working days Issue / sale closed on Saturday / Sunday and Holidays) (b) Place of issue of Tender document : Office of GM / HOD(E&M), ECL, Sanctoria. (c) Display of tender document through WEBSITE. Tender documents can be downloaded from our website www.easterncoal.gov.in during the period from 23.04.2012 to 12.06.2012. (In case of tender document obtained by downloading from Website, cost of tender document shall have to be deposited by the tenderer in the form of “Demand Draft” drawn in favour of “Eastern Coalfields Limited” on any nationalized/Scheduled Bank listed with RBI payable at Asansol preferably on State Bank of India. Tenderers shall be solely responsible for the correctness of the downloaded tender documents. Submission of incomplete downloaded tender document will be rejected) Job No.107652 Page- 1 2 CMPDI 7. (a) (b) Last Date & Time of submission of Tender : On 14.06.2012 upto 11.30 AM. Place of submission of tender : At GM / HOD(E&M)’s office, ECL, Sanctoria. 8. Date & time of opening of tender (Part - I) : On 14.06.2012 at 12.00 Noon. (at the Office of GM / HOD(E&M), ECL, Sanctoria) If the office happens to be closed on the date of opening of tender as specified, the tenders will be opened on next working day at same time and venue. No Tender Document will be issued or received by Post. Tender submitted late will not be accepted. Tender Documents will be available from the aforesaid offices up to 12.30 PM as per schedule in serial no.6(b) above and to this effect the cost of tender document should be paid in cash which is non-refundable. 9. Bid Security/Earnest Money mentioned at serial No. 3 above should be deposited in the form of irrevocable Bank Guarantee from Scheduled Bank/Branch acceptable to the owner or Demand Draft/Certified Cheque as specified in Clause 15, Section-1 of Part I of Bid Document, drawn in favour of “Eastern Coal fields Limited” on any Nationalised /Scheduled Bank listed with RBI payable at Asansol preferably on State Bank of India. The said Deposit should be submitted in a separate cover marking Earnest Money. No tender shall be considered unless accompanied by the said earnest money and tender document cost(applicable for tenderers who will download tender document from Website) . 10. Tender box at the respective submission office will be opened on 14.06.2012 at 12.00 P.M. only for recording the number of tender offers received in presence of intending tenderers or their authorised representatives. Job No.107652 Page- 2 3 CMPDI 11. Scope of work: The scope of work envisages Design & System Engineering, Supply, Installation, Trial run, Successful Commissioning, Warranty Maintenance, Training and supply of spares for implementation of Coal Handling Plant on Turnkey basis at Sarpi Under Ground Mine, ECL” 12. Eligibility Criteria: To qualify for award of the contract- : a) The intending tenderer must have in its name as a prime contractor experience of having successfully completed similar works during last 7(seven) years ending last day of month previous to the one in which bid applications are invited (i.e. eligibility period) should be either of the following:i) Three similar completed works each costing not less than the amount equal to 40% of the estimated cost OR ii) Two similar completed works each costing not less than the amount equal to 50% of the estimated cost OR iii)One similar completed work costing not less than the amount equal to 80% of the estimated cost b) Average annual financial turnover of civil work during the last 3(three) years, ending 31st March of the previous financial year should be at least 30% of the estimated cost. c) . Evidence of possessing adequate working capital (at least 20% of the value of this work) inclusive of access to lines of credit and availability of other financial resources to meet the requirement. d) Evidence of possessing adequate infrastructural support with respect to design, construction, and manufacture/supply of major equipment inclusive of legally bound back-up MOU/Agreement with other agencies in the respective field of specialization as Joint Venture partners or sub-contractors. e) Sub–contractors experience and resources will not be taken into account in determining the Bidder’s compliance with qualifying criteria. Job No.107652 Page- 3 4 CMPDI f) Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is more than the updated estimated value. The available bid capacity will be calculated as under: Assessed available Bid Capacity = (A x N x 2 – B) where A= Maximum value of work executed in any one year during the last 5 years (updated to the present level (@ 5% per calendar year) taking into account the completed as well as works in progress. N= Number of years prescribed for completion of the work for which bids are invited. B= Value at present price level of existing commitments and on-going works with the tenderer to be completed during the next 24 months (period of completion of the works for which Bids are invited). Note: The statement 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 Incharge not below the rank of Executive Engineer. Necessary documentary evidence in support thereof should be furnished. Only such bidders who meet the above referred eligibility criteria and fulfill other requirements as per NIT and Tender documents shall qualify for opening of Part-II of the tender i.e. Technical Bid. 13. ECL would not be liable for any compensation due to stoppage/change in scope of work due to local disturbance, change in Govt. policy, law and any order of judiciary, obstruction or delay by any out side elements/agency. 14. The contractor shall ensure that payment to all workers / employees engaged by him/ them is as per the minimum wages Act, 1948 and the payment of Wages Act( both of the Govt. of India & Govt. of West Bengal) and the rules made there under in respect of any employee or workman employed or engaged by him or his sub-contractor. The Contractor /Contractors shall make all necessary payments of the Provident Fund for the workmen employed by him for the work as per the laws prevailing under provisions of CMPF and Job No.107652 Page- 4 5 CMPDI allied schemes and miscellaneous Provisions Act, 1948 or Employees Provident Fund and Miscellaneous Provision Act-1952 as the case may be. and will have to recover statutory dues and deposit the same along with employer’s contributions ( contractor’s share ) to the respective CMPF/EPF offices and to submit statutory returns under intimation to principal employer. 15. General instructions for submission of tender Tenderer should strictly comply with the following instructions: a) A tenderer is required to submit his offer in sealed covers giving reference to this Tender Notice No., name of the work and date ,containing offers in three parts super-scribed as Part-I , Part-II, and Part-III respectively. Three parts should contain the details of the offer as follows: Part-I: shall contain the qualification and experience, Earnest Money Deposit. Part-II: shall contain the Commercial and Technical terms & conditions including specifications. Part-III: shall contain price bid only in the format as indicated in tender document. Part-II of the offer shall be opened only in respect of such tenders as are valid after scrutiny of Part-I & Part-III of the offer shall be opened only in respect of such tenders as are substantially responsive in accordance with the scope, specifications, terms & conditions fulfilling the requirements and found valid after scrutiny of Part-II. Tender document cost if downloaded from Web site is to be put under another separate cover duly sealed while submitting the tender. All the three sealed covers of Part-I, Part-II, should be placed in another envelope duly sealed and indicating on the top of the envelope: the tender notice details and a certification that this sealed cover contains Part-I, Part-II, Part-III. 16. Validity period of the offer will not be less than 180 days after the deadline for Bid submission. 17. ECL reserves the right to reduce time of completion provided in the tender notice for completion of entire work. 18. The company is not under any obligation to accept the lowest tender /tenders and reserves the right to reject any or all the tenders without assigning any reason whatsoever and also to distribute the work and allot the work /works to more than one tenderer,at its sole discretion. Job No.107652 Page- 5 6 CMPDI 19. No documents will be received/ considered by the Tender Committee for the purpose of evaluation of the tender after the scheduled date and time of dropping of the tender. No further correspondence will be made regarding any lacking document.However, clarifications, if necessary may be asked by the Management. 20. Tenderers are requested to look into the website of ECL and Govt Portal for any addendum / corrigendum till the last date of sale of the tender document as stipulated in the NIT for the subject work. Corrigendum,if any,will have to be downloaded and submitted along with the bid document duly signed. 21. The bidders are requested to sign the integrity pact as per format given in the document. 22. The tenderers should visit the site of work before offering their tenders. Other details are available in the tender document. GM/HOD(E&M) Distribution. 1. 2. 3. 4. 5. CMD, ECL D(F)/D(T)-P&P / D(T)-OP / D(P) - ECL/HQ. CVO, ECL HQ, /TS to CMD/ TS to D(F) - ECL HQ. GM(Fin)/GM(P&P.)/GM(CMC),/GM(IED), CGMS/GMS - All Areas / Projects - with a request to display in Notice Board. 6. PRO, ECL/HQ - with the request to arrange for publication of abridged form of NIT in leading news papers In English and other languages as per policy of the Company as well as display in WEBSITE F.M.(Cash) / Chief Cashier ,ECL/HQ. 7. Hony. Secretary - Builders' Association Of India, Asansol Center. C/o. Sri J.C. Lal, M/S. Linkers India, Lithuria Road, Neamatpur, P.O. Sitarampur - 713 359. 8. President, Coal & Steel Chamber of Commerce & Industries, P.O. Ukhra, Dist. Burdwan(WB). 9. Chief of Security, ECL. - With a request to provide adequate security on the dates of submission of tender at ECL HQ and / on the date opening ( i.e. on 14.06.2012) 10. NOTICE BOARD. Copy to: i) Sri Sujit Shankar Chattopadhayay,IAS(Retired),C.K.-205,Sector-I,Salt Lake Kolkata-700091. ii) Sri Debabrata Bandopadhayay,IAS(Retired),G.D.-89,Sector-III,Salt Lake, Kolkata-700106. ******** Job No.107652 Page- 6 7 CMPDI Section- 1 INSTRUCTIONS TO BIDDERS 1. Scope of Tenderer : 1.1 The Eastern Coalfields Limited (referred to as Employer in these documents) invites bids for the construction on Turnkey basis for the works ( as defined in these documents and referred to as “ the works” ) detailed in the table given in the Notice Inviting Tender (NIT) . The tenderers shall submit tenders for all of the works detailed in the NIT. 1.2 The successful Bidder will be expected to complete the Works by the Intended Completion Date specified in the Contract. 2. Eligible Tenderer : 2.1. The Invitation for Bids is open to all Bidders eligible to participate as per qualifying criteria laid down separately hereinafter. 2.2. All bidders shall provide in Part-I, Forms of Bid and Qualification Information, a statement that the Bidder (including all members of a Joint Venture and subcontractors) 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 Engineer for the Contract. A firm that has been engaged by the Employer to provide consulting services for the preparation or supervision of the Works shall not be eligible to Bid. 2.3. Joint Venture: Two or three companies / contractors may jointly undertake contract/contracts. Each entity will be jointly responsible for completing the task as per the contract. Job No.107652 Page- 7 8 CMPDI 2.4. The Company reserves its right to allow Public Enterprises purchase preference facility as admissible under prevailing policy. 3. Qualification of the Tenderer : 3.1 All bidders shall provide in Part-I, Form of Bid and Qualification Information, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary. 3.2 In the event that pre-qualification of potential bidders has been undertaken, only Bids from pre-qualified bidders will be considered for award of Contract. These qualified bidders should submit with their Bids any information updating their original pre-qualification applications or, alternatively, confirm in their bids that the originally submitted pre-qualification information remains essentially correct as on the date of Bid submission. The update or confirmation should be provided in Part-I. 3.3 If the Employer has not undertaken pre-qualification of potential bidders, all bidders shall include the following information and documents with their Bids (copies of all documentary evidences are to be duly authenticated by the tenderers/constituted attorney of the tenderer with full signature and seal. All signed declarations are to be made in the tenderers letter head) : a) copies of original documents defining constitution or legal status, place of registration , and principal place of business ; written power of attorney of signatory of the bid to commit the bidder. b) i)total monetary value of contractual work performed for each of the last five years; ii)experience of having successfully executed similar works during last 7(seven) years. c) experience in works of similar nature and size for each of the last five years, and details of work under way or contractually committed; and the name and address of clients who may be contacted for further information on those contracts with performance certificate for the works executed in last five years from the respective owners: Job No.107652 Page- 8 9 CMPDI d) major items of construction equipment proposed to carry out the Contract. e) qualification and experience of key site management and technical personnel proposed for the contract; f) reports on financial standing of Bidder, such as profit and loss statement and auditor’s reports for the past five years ; g) evidence of adequacy of working capital for the contract ( access to lines of credit and availability of other financial resource). h) authority to seek references from the Bidder’s Bankers. i) Information regarding any litigation current or during the last five years in which the bidder is involved, the parties concerned and disputed amount including status of final settlement of contracts including claims/counter claims, liquidated damage, bonus etc. if any. j) Proposal for sub contracting components of the works amounting to more than 10 per cent of the contract price k) Permanent Income Tax A/c. No. (PAN). l) The bidders would give a declaration that they have not been banned or de-listed by any Govt. or Quasi-Govt. Agencies or PSU’s. If a bidder has been banned by any Govt. or Quasi- Govt. agencies or PSU’s that fact must be clearly stated and it may not necessarily be a cause for disqualifying him. If this declaration is not given the bid will be rejected as non-responsive. m) Two or three companies/contractors participating in the bid as Joint Venture should submit firm wise participation details, Bankers name, execution of work with details of contribution of each and all other relevant details. Note : The intending tenderers will have to submit a declaration in support of the authenticity of the credential submitted by them along with the tender in the form of an affidavit as per the format provided in the Bid Document (Annexure-A). 3.4. To qualify for award of the contract: a) The intending tenderer must have in its name as a prime contractor experience of having successfully completed similar works during last Job No.107652 Page- 9 10 CMPDI 7 (seven) years ending last day of month previous to the month in which bid application are invited (i.e. eligibility period) should be either of the following : i) ii) Three similar completed works each costing the amount equal to 40% of the estimated cost OR Two not similar completed works each costing the amount equal to 50% of the estimated cost iii) not less than less than OR One similar completed work each costing not less than the amount equal to 80% of the estimated cost b) Average annual financial turn over of civil work during the last 3(three) years, ending 31st March of the previous financial years should be at least 30% of the estimated cost c) Evidence of possessing adequate working capital (at least 20% of the value of this work inclusive of access to lines of credit and availability of other financial resources to meet the requirement. d) Evidence of possessing adequate infrastructural support with respect to design, construction, manufacturer/supply of major equipment inclusive of legally bound back up MOU/Agreement with other Agencies in the respective field of specialization as Joint Venture partners or sub-contractors. Note: Financial turn over and cost of completed works of previous works shall be given a weightage of 5% per year (average annual rate of inflation to bring them at current price level) 3.5. Sub contractors experience and resources will not be taken into account in determining the bidders compliance with qualifying criteria. 3.6 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 x N x 2 - B ) where: A = Maximum. value of work executed in any one year during the last 5 years( updated to the present level @ 5% per calendar year) taking into account the completed as well as works in progress. Job No.107652 Page- 10 11 CMPDI N = Number of years prescribed for completion of the works for which bids are invited. B = Value at present price level of existing commitment and ongoing works to be completed during the next 24 months (period of completion of the works for which Bids are invited). 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 Executive Engineer. 3.7 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have a. made misleading or false representation in forms, statements and attachment submitted in proof of the qualification requirements ; and / or . b. record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history or financial failure etc. Note : The qualification criteria shown above are to be considered as a standard for normal works 4. One Bid per Bidder : 4.1 Each Bidder shall submit only one Bid, either individually, or as a partner in a partnership firm or a partner in a joint venture or a public limited firm. A Bidder who submits or participates updated estimated value in more than one Bid (other than as a sub-contractor or in cases of alternatives that have been permitted or requested) will cause all the proposals with the Bidder’s participation to be disqualified. Job No.107652 Page- 11 12 CMPDI 5. Cost of Bidding: 5.1 The Bidder shall bear all costs associated with the preparation and submission of his Bid and the Employer will in no case be responsible or liable for those costs. 6. Site Visit: 6.1 The Bidder at the Bidder’s own responsibility, cost 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. 6.2 It shall be deemed that the tenderer has visited the site/ area and got fully acquainted with the working conditions and other prevalent conditions and fluctuations thereto whether he actually visits the site / area or not and has taken all the factors into account while quoting his rates and prices. 6.3 Site Investigation Report: The Contractor, in preparing the bid, shall rely on the Site Investigation Report referred to in the contract data, supplemented by any information available to the Bidder. Job No.107652 Page- 12 13 CMPDI 7. Content of Bidding Documents: 7.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in accordance with Clause –9 : PART-1 : Section-1 Section –2 Section-3 Section-4 Section-5 : : : : : PART-II Section-6 Section-7 Section-8 Section-9 Section-10 Section-11 Section-12 Section-13 PART-III : : : : : : : : Notice Inviting Tender Earnest Money Deposit and Tender Document Cost if downloaded from Web site Instruction to Bidders Forms of Bid and Qualification Information General Terms & Conditions Additional Terms & Conditions of Contract Proforma of Bank Guarantees, Letter of Acceptance, Agreement Forms, Format for Affidavit,Integrity Pact Technical and commercial terms & condition. Introduction, Location, Communication & Climate Scope of Work Technical Requirement Technical Specifications Scope of supply/procedure and Form of bidding the price General Technical Conditions Erection Conditions of Contract Commercial Terms & Conditions Price Bid 8. Clarification of Bidding Documents 8.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Employer in writing or by cable (cable includes telex and facsimile) at the Employer’s address indicated in the Notice inviting Tender . The Employer will respond to any request for clarification received earlier than 15 days prior to the deadline for the submission of Bids. Copies of the Employer’s response will be forwarded to all purchasers of the bidding documents, including a description of the inquiry but without identifying its source. 8.2. Pre-bid meeting: A pre-bid meeting will be held on 14.05.2012 at 12.00 hrs. at the office of GM(E&M),ECL(HQ),Sanctoria to clarify the issues and to answer questions on any matter that may be raised at that stage. Job No.107652 Page- 13 14 CMPDI 9. Amendment of Bidding Documents: 9.1. Before the deadline for submission of Bids, the Employer may modify the bidding documents by issuing addenda. 9.2. Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing or by cable to all purchasers of the bidding documents. Prospective Bidders shall acknowledge receipt of each addendum by cable to the Employer. 9.3. 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 19.2 below. And the same is also to be communicated simultaneously to all the purchasers of Bidding Documents. 10. Language of Bid : 10.1 All documents relating to the Bid shall be in the English language. 11. Documents comprising the Bid: 11.1. The Bid, comprising of three parts, will be submitted by the Bidders in the following manner : Notice Inviting Tender : a. Part- I of the bid in duplicate to be submitted in 1st inner sealed envelope comprising of i) Bid security / Earnest money deposit. ii) letter of the Bidder submitting the bid in the form as stipulated in “contractor’s bid” of the bid document and Job No.107652 Page- 14 15 CMPDI iii) qualification information as indicated in bid document and Documents as required in accordance with stipulation of bid document and any other materials required to be completed and submitted by bidder in accordance with the instructions. b) Part-II of the Bid in duplicate to be submitted in the 2nd inner sealed envelope comprising of : i) Technical offer along with technical specifications of equipments/knowhow offered, drawings, pamphlets etc. strictly in terms of tender enquiry ii) Commercial Terms and Conditions and other materials required to be completed and submitted by bidder in accordance with the instructions. c) Part III of the bid in duplicate, to be submitted in 3rd inner sealed envelope, shall comprise of Price Bid only in the format as indicated in the Tender Document. d) All the three inner sealed envelopes as at (a) , (b) & (c) above will then be placed in one outer envelope, sealed and marked properly as per clause 18 and submitted to the employer at its address before the deadline for submission of the bid as described in clause 19. Note: a) The Bidders who will download the Tender Documents from the website of the Company, will be required to pay the cost of Tender Documents (Application Fee) by Bank Drafts as per NIT at the time of submission of tenders. b) The Bidders will be required to submit an undertaking that they will accept the Tender Documents as available in the website and their tender shall be rejected if any tampering in the tender document is found to be done at the time of opening the tender. c) The Bank Draft towards the cost of Tender Documents (Application Fee) and the undertaking of the tenderer as at Sl.No.(b) shall be Job No.107652 Page- 15 16 CMPDI submitted in a separate envelope marked “ Cost of Tender Documents and the Undertaking ” and not with Part I/EMD. d) In case of any discrepancy between the Tender Documents downloaded from the website and the Master Copy available in the office , the later shall prevail and will be binding on the tenderers. No claim on this account will be entertained. 12. Bid prices : 12.1. The contract shall be for the whole works as described in sub clause 1.1, based on the scope of work as detailed in the bidding document. 12.2. The Bidder shall submit rates and prices for all items of the works described in the scope of works, corrections, if any, shall be made by crossing out, initialing, dating and re-writing. 12.3. 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 the total bid price submitted by the Bidder. All incidental overheads , leads , lifts , carriages, etc. as may be attended upon execution and completion of works as stipulated in the bidding document shall also be included in the rates , prices and total Bid price submitted by the bidder. 12.4. The rates and prices quoted by the bidder shall be fixed for the duration of the contract and shall not be subject to variation on any account except to the extent variations allowed as per the conditions of the contract indicated in the bidding document. 13. Currencies of Bid and Payment : 13.1. The unit rates and prices shall be quoted by the Bidder entirely in Indian Rupees. Job No.107652 Page- 16 17 CMPDI 14. Bid Validity : 14.1. Bid shall remain valid for a period not less than one hundred and eighty days after the deadline for bid submission specified in Clause 19. A bid valid for a shorter period shall be rejected by the Employer. 14.2. In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the bidders may extend the period of validity for a specified additional period. The request and the bidder’s 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 but will be required to extend the validity of his bid security for a period of the extension and in compliance with Clauses 15 in all respects. 15. Bid Security / Earnest Money Deposit :: 15.1 The bidder shall furnish, as part of his bid, a Bid Security/ Earnest Money in the amount as shown in NIT for this particular work. Bid Security/ EMD will be required to be deposited in the form of irrevocable Bank Guarantee (from Scheduled Bank/Branch acceptable to the owner) with validity 28 days beyond the validity of the Bid in the format given in the Bid Document. Certified Cheques and Demand Drafts will also be acceptable as Bid Security/Earnest Money drawn in favour of “Eastern Coalfields Limited” on any Schedule Bank payable at its branch at Asansol 15.2 Any Bid not accompanied by an acceptable Bid Security/EMD shall be rejected by the Employer as non responsive. 15.3 The Bid Security/EMD of the unsuccessful Bidder shall be refunded as promptly as possible after opening of Price Bid and finalization of the tender. Job No.107652 Page- 17 18 CMPDI 15.4 The Bid Security/EMD of the successful Bidder will be discharged when the Bidder has signed the Agreement and furnished the required performance Security/ Security Deposit . 15.5 The Bid Security /Earnest Money may be forfeited : a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity ; or b) in the case of a successful Bidder, if the Bidder fails within the specified time limit to ; c) i) sign the Agreement ; or ii) furnish the required Performance Security /Security Deposit. if the Bidder does not accept the correction of the Bid Price pursuant to Clause 26 of Section-1 of Part-1 Bid Document. 15.6 The Bid security / EMD deposited with the Employer will not carry any interest. 16 Alternative proposal by Bidders: No alternative proposal by bidders will be considered. 17 Format and signing of Bid: 17.1. The Bidder shall prepare the bidding documents comprising the Bid as described in Clause –11 of this instruction to Bidders. 17.2. All documents of the Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorised to sign on behalf of the Bidder, pursuant to Sub-Clause-3.3 (a). All pages of the Bid documents shall be signed by the person or persons signing the Bid. Job No.107652 Page- 18 19 CMPDI 17.3. 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 initialed by the person or persons signing the Bid. Erasing or overwriting in the bid document may disqualify the bidder. 18. Sealing, Marking and submission of Bids : 18.1. The Bidder shall seal the Bid in three inner sealed envelopes and one outer sealed envelope, duly marking the inner envelopes in the following manner : a) 1st inner sealed envelope will be marked “Part –I – Bid for “Coal Handling Plant at Sarpi Under Ground Mine, ECL”, comprising of Bid Security/EMD with qualification information. b) 2nd inner sealed envelope will be marked as “Part –II- Technical and commercial part for “Coal Handling Plant at Sarpi Under Ground Mine, ECL” c) 3rd inner sealed envelope will be marked as “Part III – Price bid for “Coal Handling Plant at Sarpi Under Ground Mine, ECL” d) Outer Sealed envelope will be marked as “BIDDING DOCUMENT” for “Coal Handling Plant at Sarpi Under Ground Mine, ECL” 18.2. The inner envelopes placed in outer envelopes shall : a. be addressed to the Employer at the following address and submitted accordingly before the deadline for submission of bid as indicated in clause 19 GM/HOD(E&M) (E&M), E&M Department, ECL (HQ) at : Sanctoria, P.O : Dishergarh –7133 333 Dt. Burdwan (WB) and Job No.107652 Page- 19 20 CMPDI b. Inner and outer envelope will bear the following additional identification : - Bid for “Coal Handling Plant at Sarpi Under Ground Mine, ECL” ”. - Bid Reference No. (NIT No.) - DO NOT OPEN BEFORE …………………… HRS IST ON ……….. 18.3. In addition to the identification required in Sub-Clause18.2 the inner and outer envelopes shall indicate the name and address of the Bidder at the bottom left hand corner of envelope. 18.4. If the inner and outer envelope is/are not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the bid. 19. Deadline for submission of Bids : 19.1. Bids shall be delivered to the Employer at the address specified above and not later than the time specified in the NIT. In the event of the specified date for the submission of bids being declared a holiday for the Employer, the Bids will be received up to the appointed time on the next working day. 19.2. The Employer may extend the deadline for submission of Bids by issuing an amendment in accordance with Clause 9, 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. 20. Late Bids: 20.1. Any Bid received by the Employer after the deadline prescribed in Clause 19 due to any reason whatsoever will not be accepted. Job No.107652 Page- 20 21 CMPDI 21. Modification and withdrawal of Bids : 21.1. Bidders may modify or withdraw their Bids by giving notice in writing before the deadline prescribed in Clause 19 in case the bidder has submitted the bid well before the deadline or extended deadline. 21.2. Each Bidder’s modification or with drawal notice shall be prepared, sealed , marked and delivered in accordance with the provisions of Clause 11 ,17,18, and 19, with the outer and inner envelopes additionally marked “ MODIFICATION “ or “ WITHDRAWAL” , as appropriate. 21.3. No Bid may be modified after the deadline for submission of Bids. 21.4. Withdrawal of a Bid between the deadline for submission of Bids and the expiration of the period of Bid validity specified in the Bid document or as extended pursuant to Sub-Clause 14.2 may result in the forfeiture of the Bid Security pursuant to Clause-15. 22. Bid Opening : 22.1. The Employer will open Part-I of the bids first, including modifications made pursuant to Clause 21, in the presence of the bidder’s or their representatives who choose to attend at the time and in the place specified in Clause 19 . 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. 22.2. After examination and evaluation of Part-I of the bids in accordance with CI.25 of these instructions, Part-II of the bids which are substantially responsive and fulfill the requisite eligibility criteria laid down under these instructions shall be opened. 22.3. Part-III of the bids which are technically and commercially at par and substantially responsive in accordance with specifications, scope, terms and Job No.107652 Page- 21 22 CMPDI conditions and fulfilling the requirements of the instructions to bidders, shall be opened. 22.4. Envelopes marked ‘WITHDRAWAL” shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause –21 shall not be opened. 22.5. The Bidders’ names, the Bid prices, the total amount of each Bid, any discounts, Bid modifications and withdrawal, Bid Security the presence or absence of and such other details as the Employer may consider appropriate will be announced by the Employer at the opening. 23. Process to be Confidential : 23.1. 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. 24. Clarification of Bids : 24.1. To assist in the examination, evaluation, and comparison of Bids, the Employer may, at the Employer’s discretion, ask any Bidder for clarification of the Bidder’s Bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing or by cable, telex or facsimile. 25. Examination of Bids and Determination of Responsiveness : 25.1. 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 ; Job No.107652 Page- 22 23 CMPDI c) is accompanied by the required securities ; and d) is substantially responsive to the requirements of the Bidding documents. 25.2. A substantially responsive Bid is one which conforms to all 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. 25.3. If a Bid is not substantially responsive , it may be rejected by the Employer at its sole discretion. 26. Correction of Errors : 26.1. Bids determined to be substantially responsive will be checked by the Employer for any arithmetical errors. Errors will be corrected by the Employer as follows : a) Where there is a discrepancy between the amounts in figures and in words, the amounts in words will govern , and b) where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity , the unit rate as quoted will govern. Job No.107652 Page- 23 24 CMPDI c) discrepancy in totaling or carry forward in the amount quoted by the contractor shall be corrected. The tendered sum so corrected and altered shall be substituted for the sum originally tendered and considered for acceptance instead of the original sum quoted by the tenderer along with other tender / tenders rounding off to the nearest rupee should be done in the final summary of the amount instead of in totals of various sections of the offer. 26.2. The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and shall be considered as binding upon the Bidder. 27. Evaluation and Comparison of Bids : 27.1. The Employer will evaluate and compare only the Bids determined to be substantially responsive in accordance with clause –25. 27.2. 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 26 . b) Making an appropriate adjustment for any other quantifiable acceptable variation, deviation or alternative offer submitted in accordance with clause 16 in offer c) and making appropriate adjustments to reflect discounts or others price modifications offered in accordance with clause 21. 27.3. The Employer reserves the right to accept or reject any variation , deviation , and other factors that are in excess of the requirements of the bidding documents or other wise result in unsolicited benefit for the employer shall not be taken into account in bid evaluation and award of work. 27.4. 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, Job No.107652 Page- 24 25 CMPDI the Employer may require the Bidder to produce detailed price analyses for any or all items of the works, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. 28. Award Criteria : 28.1 Subject to Clause –29 , the Employer will award the Contract to the best qualified Bidder whose Bid has been determined to be substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price . Employer shall be sole judge in this regard. 29. Employer's Right to accept any Bid and to Reject any or all Bids : 29.1. Notwithstanding clause 28, the Employer reserves the right to accept or reject any Bid, and to cancel the bidding process and rejects all Bids at any time prior to the award of contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligations to inform the affected Bidder or Bidders of the grounds for the Employers action. 30. Notification of Award and Signing of Agreement : 30.1 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 works by the contractor as prescribed by the contract (Hereinafter and in the contract called “the contract price”). 30.2 The notification of award will constitute the formation of the contract , subject only to the furnishing of a Performance Security / Security deposit in accordance with clause 31. Job No.107652 Page- 25 26 CMPDI 30.3 The agreement will incorporate all agreements between the Employer and the successful Bidder within 28 days following the notification of award along with the letter of acceptance. 30.4. Upon the furnishing by the successful bidder of the performance security / security deposit, the employer will promptly notify the other bidder that their bids have been unsuccessful and refund the bid security /earnest money deposit. 31. Performance Security / Security Deposit / Performance Guarantee : 31.1 Security Deposit shall consists of two parts : a) Performance Security to be submitted at award of work and b) Retention Money to be recovered from running bills. The Security Deposit shall bear no interest. 31.1.1 Performance Security should be 5% of contract amount and should be submitted within 28 days of receipt of LOA by the successful bidders in any of the form given below after which bid security/earnest money will be refunded to the contractor. - A Bank Guarantee in the form given in the bid document - Govt. Securities, FDR or any other form of deposit stipulated by the owner - Demand Draft drawn in favour of “Eastern Coalfields Limited” on any scheduled Bank payable at its Branch at Asansol. 31.1.2 If performance security is provided by the successful bidders in the form of bank guarantee, it shall be issued at Bidder’s option Nationalised/Scheduled Bank listed with Reserve Bank of India. Job No.107652 Page- 26 by a 27 CMPDI 31.1.3 Retention Money should be deducted at 5% from running bills. Total of Performance Security and Retention Money should not exceed 10% of Contract amount or lesser sum indicated in the bid document. 31.2 The Guarantee amount shall be payable to the Employer without any condition whatsoever. 31.3 The Performance Guarantee shall cover additionally the following guarantees to the Employer a) The successful bidder guarantees the successful and satisfactory operation of the equipment furnished and erected under the contract as per the specifications and documents. b) The successful bidder further guarantees that the equipment provided and installed by him shall be free from all defects in design, material and workmanship and shall upon written notice from the employer fully remedy free of expenses to the employer such defects as developed under the normal use of the said equipment within the period of guarantee specified in the relevant clause of the conditions of contract. 31.4 The Contract Performance Guarantee is intended to secure the performance of the entire contract. However, it is not construed as limiting the damages under clause entitled “Equipment Performance Guarantee” in section Technical Conditions of Contract and damages stipulated in the other clauses in the bidding documents. 31.5 Bank Guarantee is to be submitted in the format prescribed by the company in section 5. Bank Guarantee shall be irrevocable and it shall be from any Nationalised /Scheduled Bank listed with RBI. 31.6 The company shall be at liberty to deduct / appropriate from the Contract Performance Guarantee/security deposit such sums as are due and payable by the contractor to the company as may be determined in terms of the contract, and the amount appropriated from the Contract Performance Job No.107652 Page- 27 28 CMPDI Guarantee/security deposit shall have to be restored by contractor subsequently. 31.7 The Contract Performance Guarantee will be returned to the Contractor without any interest at the end of the Guarantee Period. 31.8 Failure of the successful Bidder to comply with the requirements of SubClause 31.1 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security. 31.9 Performance Security/Security Deposit shall be converted into Performance Guarantee on successful completion of work in accordance with contract and upon satisfactory trial operation and shall be valid for 90 days after the end of Guarantee Period. 32. Employment of Local Labour : 32.1. Contractors are to employ, to the extent possible, only local project affected people and pay wages not less than the minimum wages fixed by the Govt. of West Bengal. 33. Legal Jurisdiction : 33.1. Matter relating to any dispute or difference arising out of this tender and subsequent contract awarded based on the bid shall be subject to the jurisdiction of Asansol court only. 34. Deemed Exports : 34.1. If the bidder has quoted any item/ items under the deemed exports, then it is the responsibility of the Bidder to get all the benefits under deemed exports from the Government. The Company’s responsibility shall only be limited to the issuance of required certificates. The quotation of the Bidder will be unconditional and phrases like “Subject benefit” will not find place in it. Job No.107652 Page- 28 to availability of deemed exports 29 CMPDI 35. Consultants not to Bid & Vice-Versa : 35.1. A firm which has been engaged by the company to provide Goods or Works for a project or any of its affiliates will be barred from providing consultancy services for the same project. Conversely, a firm hired to provide consultancy services for the preparation or implementation of a project and any of its affiliates will be barred from subsequently providing Goods or Works or services related to the initial assignment for the same project. 36. Sub-contractor / Sub-vendor : 36.1. The contract agreement will specify major items of supply or services for which the contractor proposes to engage Sub-Contractor/ sub-Vendor . The contractor may from time to time propose any addition or deletion from any such list and will submit the proposals in this regard to the Engineer in Charge/Designated Officer in Charge for approval well in advance so as not to impede the progress of work. Such approval of the Engineer in charge/Designated Officer will not relieve the contractor from any of his obligation, duties and responsibilities under the contract. 36.2. If a contractor submits his bid, qualifies and does not get the contract because of his not being the lowest, he will be prohibited from working as a subcontractor for the contractor who is executing the work. ********* Job No.107652 Page- 29 30 CMPDI Section-2 FORMS OF BID AND QUALFICATION INFORMATION CONTRACTOR’S BID Sub: - BID for the work …………………………………………………………………….. To ……………………………………. ……………………………………… ………………………………………. Dear Sir, We offer to execute the Works described above in accordance with the Conditions of Contract accompanying the Bidding Documents issued to us. The Bid Security /Earnest Money in accordance with the NIT and Instructions to Bidders amounting to Rs………………….(in figures)……………………………………………. ………………………(in words) in the form as stipulated in Clause 15 of the Instructions to Bidders is enclosed herewith ( to be filled in by the Bidder). 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 confirm that this Bid complies with the Bid validity and Bid security required by the Bidding documents. We also confirm that EMD and other required documentary evidences related to this part of the bid are enclosed (as listed below) herewith either in original/copies attested by Gazetted Oficer/copies duly authenticated by us with Signature and Seal along with affidavit as per the format provided in the bid document. Yours’ faithfully, Authorised Signature …………………………………… Name & Title of the Signatory…………………………… Job No.107652 Page- 30 31 CMPDI Name of the Bidder : …………………..( the Contractor ). Address : Date : (To be filled by the bidders) Enc : i) EMD of Rs. …………….. vide ………………………………dt. …………. ii) iii) iv) v) vi) Job No.107652 Page- 31 32 CMPDI FORMS OF BID AND QUALFICATION INFORMATION QUALIFICATION INFORMATION (The information to be submitted by the Bidders) 1. Individual Bidders or Individual Members of Joint Ventures 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. Details of the turnover during last 3(three) years Year 1.3 Annual Turnover Data (Construction only) Turnover in Rs. Remarks Joint Venture details : Name of all partners of a joint venture 1. Lead partner 2. Partner 3. Partner NOTES : Joint ventures must comply the following requirements : i) Following are the minimum qualification requirements for joint ventures: a) The qualifying criteria e.g. experience, financial resources etc of the individual partner of JV will be added together and the total criteria should not be less than as spelt in ITB as qualification criteria. Job No.107652 Page- 32 33 CMPDI ii) The formation of joint venture or change in the joint venture character/partners after submission of the bid and any change in the bid regarding joint venture will not be permitted iii) Any bid shall be signed so as to legally bind all partners jointly and severally and any bid shall be submitted with a copy of the joint venture agreement (J.V. Agreement) providing the joint and several liability with respect to the contract. iv) The pre-qualification of a joint venture does not necessarily pre-qualify any of its partners individually or as a partner in any other joint venture or association. In case of dissolution of a joint venture each one of the constituent firms may pre-qualify if they meet all the pre-qualification requirements, subject to the written approval of the employer. v) The bid submission must include documentary evidence to the relationship between joint venture partners in the form of J.V. Agreement to legally bind all partners jointly and severally for the proposed agreement which should setout the principles for the constitution, operation, responsibilities regarding work and financial arrangements, participation (percentage share in the total) and liabilities (joint and several) in respect of each and all of the firms in the joint venture. Such J.V. Agreement must evidence the commitment of the parties to bid for the facilities applied for (if pre-qualified) and to execute the contract for the facilities if their bid is successful. vi) One of the partners responsible for performing a Key Component of the contract shall be designated as Lead Partner. This authorization shall be evidenced by submitting with the bid a Power of Attorney signed by legally authorized signatories of all the partners. vii) The J.V. Agreement must provide that the Lead Partner shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the Joint Venture and the entire execution of the contract shall be done with active participation of the Lead Partner. Job No.107652 Page- 33 34 CMPDI viii) The Contract Agreement should be signed jointly by each Joint Venture Partners. ix) An entity can be a partner in only one Joint Venture. Bid submitted by Joint Ventures including the same entity as partner will be rejected. 1.4 Details of experience for similar nature and complexity of work in last 7(seven) years : Use a separate sheet for each contract (Attach performance certificates from concerned customer) 1 Number of contract : Name of contract : 2 Name of the employer: 3 Employers address : 4 Nature of work and special features if any : 5 Contract role (check one) 1. Sole Contractor 2. Subcontractor 3. Partner in joint venture 6 Value of the total contract 7 Date of award 8 Date of completion with original schedule and slippage, if any 9 Specified requirements: a) concrete : 1.5 b)Structural steelworks: c)Equipment Subcontractors/consultants and firms proposed to be involved : (Attach performance credentials including bio-data of design personnel consultants) Section of work Job No.107652 Approx. value subcontract of Subcontractor (Name & Address) Page- 34 Experience in similar works of 35 CMPDI 1.6 Information on Bid capacity (works for which bids have been submitted and work which are yet to be completed) as on the date of this Bid : a) Total value of work executed in last five years (yearwise) b) Details of existing commitments and ongoing works c) Details of works for which bids already submitted 1.7 Financial reports of the last five years :balance sheets, profit and loss statement, auditors report etc. (copies to be submitted and the following format be filled up) Actual :Previous five years Financial information in Rs. 1 1.Total assets 2.Current assets 3.Total liabilities 4.Current liabilities 5.Profits Before tax 6.Profits after tax 1.8 2 3 4 5 Projected :Next two years 6 7 Evidence of access to financial resources to meet the qualification requirements : Cash in hand, liquid assets, unencumbered real assets, lines of credit and other financial means etc. sufficient to meet the construction cash flow (the copies to be submitted and the following format to be filled up) Source of financing 1 2 Job No.107652 Amount in Rs. Page- 35 36 CMPDI 1.9 Details of the bankers Banker 1.10 Information about litigations, if any, in which bidder is involved : Year 1.11 Name of the banker Address of the banker Telephone Contact name and title Fax Telex Award FOR or Name of the client, Disputed AGAINST applicant Cause of Litigation and amount in Rs. Matter of dispute Details of the major construction equipment to be used for the work : Equipment type Make and model and capacity Minimum number 1 1.12 Details of additional construction equipment to be purchased new for the project, indicating delivery times required in the form given below Equipment to Make and model Delivery period be purchased new type and capacity Number 1 2 1.13 Personnel Capabilities The applicant must have suitably qualified personnel to fill the following key positions for the project. The applicant will supply information on a prime candidate and an alternate for each positions both of whom, wherever possible meet the experience requirements as specified in format below : Job No.107652 Page- 36 37 CMPDI Position Name Total post In similar qualification Works experience (years) (years) As Manager or Section Leader of Similar Works (years) Project Manager Alternative name Site engineers of resp. disc. Alternative names Cost controller Alternative name Quality Assurance Engineer Alternative name Site supervisors of resp. disc Alternative names 1.14 The bidder should list transport available for personnel, construction, plant, stores and machinery. Where transport is to be subcontracted , The proposed arrangement should be clearly demonstrated. 1.15 The bidder should provide full details of his plant and maintenance facilities together with the full details of laboratory personnel, workshop personnel including fitters, mechanics, machinists etc. 1.16 Permanent Income Tax Account No.(PAN) 1.17 Details of Earnest money / Performance Security : Deposit of Earnest Money by : Draft No. : Drawn on : Amount (Rs.): Bank Guarantee details Name of Bank : Amount of BG : Bank Guarantee valid upto 1.18 Other Details : a) Details of registration/enlistment with Government organizations/ PSUs/ Subsidiaries of Coal India. Job No.107652 Page- 37 38 CMPDI b) Certificate of registration as per statutory requirements under Sales Tax, Contract Labour Laws etc. as may be applicable. Signature of the Tenderer Note : Separate sheets may be attached to furnish details if necessary Job No.107652 Page- 38 39 CMPDI Section-3 GENERAL TERMS AND CONDITIONS (G.T.C.) 1. Definitions: I) The word "COMPANY" or “EMPLOYER” or “ OWNER” wherever occurs in the conditions, means the Eastern Coalfields Limited represented at the headquarter of the company by the Chairman-cum- Managing Director or his authorised representative or any other officer specially deputed for the purpose. II) The word “Principal Employer” or “Engineer” where ever occurs, means the authorised representative or any other officer specially deputed by the company for the purpose of contract. III) The word "Contractor / Contractors " wherever occurs means the successful bidder/bidders who has / have deposited the necessary Earnest Money and has / have been given written intimation about the acceptance of tender and shall include legal representative of such individual or persons composing a firm or a company or the successors and permitted assignees of such individual, firm or company , as the case may be. IV) " The Site " shall mean the site of the contract work including land and any building and erections thereon and any other lands allotted by the company for contractor's use in the performance of Contract. V) The term “Sub-contractor” as employed herein , includes those having a direct contract with contractor either on piece rate , item rate , time rate or on any other basis and it includes one who furnishes work to a special design accordingly to the plans or specification of this work but does not include one who nearly supplied materials. Job No.107652 Page- 39 40 CMPDI VI) “Consulting Engineer”/”Consultant” shall mean any firm or person duly appointed as such from time to time by the owner. VII) "Accepting Authority" shall mean the management of the company and includes an authorised representative of the company or any other person or body of persons empowered in this behalf by the company. VIII) A "Day" shall mean a day of 24 hours from midnight to midnight. IX) Engineer- In-Charge / Designated Officer in-charge who is of and appropriate seniority will be responsible for supervising and administering the contract , certifying payment due to the contractor valuing variations to the contract, awarding extension of time and valuing compensation event. Engineer-InCharge /Designated Officer In-charge may further appoint his representative i.e. Another person / project manager or any other competent person and notify to the contractor who is directly responsible for supervising the work being executed at the site on his behalf under the delegation of powers of the company. However over all responsibility, as far as the contract is concerned will be that of the EngineerIn-Charge / Designated Officer Incharge. X) The " Contract" shall mean the Notice Inviting Tender, the tender as accepted by the company and the formal agreement executed between the company and the contractor together with the documents referred to therein including conditions of Contract, special conditions, if any, specifications, designs & drawings including those to be submitted during progress of work, Scope of work, billing schedule/schedule of quantities with rates and amounts, XI) The " Work" shall mean and includes the furnishing of equipment, labour and the services in accordance with the contract or parts thereof as the case may be and shall also include all extra or additional, altered or substituted works or any work of emergent nature, which in the opinion of the Engineer-in- charge, become necessary during the progress of the works to obviate any risk or accident or failure or become necessary for security. Job No.107652 Page- 40 41 CMPDI XII) "Specification” shall mean the technical specification forming a part of the Contract and such other schedules and drawings as may be mutually agreed upon. XIII) "Contract price" shall mean the total sum for which tender is accepted by the company. XIV) "Written notice" shall mean a notice or communication in writing and shall be deemed to have been duly served if delivered in persons to the individual or to a member of the firm or to an office of the corporation / company for whom it is intended, or if delivered at or sent by registered mail to the last business address known to him who gives the notice. XV) “Letter of Acceptance” of the tender shall mean the official notice issued by the company notifying the contractor that his tender has been accepted. XVI) “Date of Contract” shall mean the date on which both the parties have signed the contract agreement. XVII) “Manufacturer’s Works” or contractor’s Works” shall mean the place of work used by the Manufacturer, the Contractor, their collaborators or subcontractors for the performance of the works. XVIII) “Inspector” shall mean the Owner or any person nominated by the Owner from time to time to inspect the equipment, stores or works under the contract and/or the duly authorized representative of the owner. XIX) When the words “Approved”, “Subject to Approval”, “Satisfactory”, “Equal to”, “Proper”, “Requested”, “As directed”, “where directed”, “when directed”, “determined by”, Accepted”, “Permitted”, or words and phrases of like import are used, the approval, judgement, direction etc. is understood to be a function of the Owner/Engineer/Engineer-in-Charge. Job No.107652 Page- 41 42 CMPDI XX) “Test of Completion” shall mean such tests as prescribed in the contract to be performed by the contractor before the Works is taken over by the Owner. XXI) “Start-Up” shall mean the time period required to bring the equipment covered under the Contract from an inactive condition, when construction is essentially complete, to the state ready for trial operation. The Start-up period shall include preliminary inspection and check out of equipment and supporting sub-systems, initial operation of the complete equipment covered under the Contract to obtain necessary pre-trial operation data, perform calibration and corrective action, shut down inspection and adjustment prior to the trial operation period. XXII) “Initial operation” shall mean the first integral operation of the complete equipment covered under contract with sub-systems and supporting equipment in service. XXIII) “Trial Operation”, “Reliability Test”, Trial Run”, “Complete Test” shall mean the extended period of time after the Start-up period. During this trial operation period the unit shall be operated over the full load range. The length of Trial Operation shall be as determined by the Engineer, unless otherwise specified elsewhere in the Contract. XXIV) “Performance and Guarantee Tests” shall mean all operation checks and tests required to determine and demonstrate capacity, efficiency and operating characteristics as specified in the contract document. XXV) “Commercial Operation” shall mean the condition of operation in which the complete equipment covered under the contract is officially declared by the owner to be available for continuous operation at different loads up to and including rated capacity. Such declaration by the owner, however, shall not relieve or prejudice any of the contractor’s obligation under this contract. Job No.107652 Page- 42 43 CMPDI XXVI) “Final Acceptance” shall mean the owner’s written acceptance of the works performed under the contract, after successful completion of performance and guarantee tests. XXVII) “Guarantee Period/Maintenance Period” shall mean the period during which the contractor shall remain liable for repair or replacement of any defective part of the works performed under contract. XXVIII)Drawing / plans shall mean all : a) Drawing furnished by the owner/consultant as a basis for proposal. b) Supplementary drawings furnished by the owner/consultant to clarify and to define in greater detail the intent of the Contract. c) Drawings submitted by the Contractor with the proposal provided such drawings are acceptable to the owner/consultant. d) Furnished by the owner/consultant to the Contractor during the progress of the work. e) Engineering data and drawings submitted by the Contractor during the progress of the work provided such drawings are acceptable to the Engineer. XXIX) “Codes” shall mean the following, including the latest amendments and /or replacement , if any. a) Standards of Bureau of Indian Standards relevant to the works under the contract and their specifications. b) Other Internationally approved standards and/or rules and regulations touching the subject matter of the contract. i) Indian Electricity Act and Rules and Regulation made there under. ii) Indian Explosive Act and Rules and Regulation made there under iii) Indian Petroleum Act and Rules and Regulation made there under iv) Indian Mines Act and Rules and Regulation made there under Job No.107652 Page- 43 44 CMPDI v) Any other Acts and Rules and Regulations applicable for employment of labour, safety provision, payment of provident fund and compensation, insurance etc. vi) American society of Materials Testing Codes vii) AIEE Test Codes viii) ASME Test Codes c) Any other laws, rules, regulations and Acts applicable in the Country with respect to labour, safety, compensation, insurance etc. XXX) Words importing singular only shall also include the plural and vice-versa where the context so requires. XXXI) Words importing “Person” shall include firms, companies, corporations and associations or bodies of individuals, whether incorporated or not. XXXII) Terms and expressions, not defined herein, shall have the same meaning as are assigned to them in the Indian Sale of Goods Act, failing that in the Indian Contract Act, and failing that in the General Clauses Act. XXXIII)“Commissioning” the plant/project shall mean completion in all respects of construction rendering the plan/project ready for performance test and commercial operation as per xxv. XXXIV)“Government Approvals” shall mean all permits, licenses, authorizations, consents, clearances, decrees, waivers, privileges, approvals from and filing with government instrumentalities necessary for the development, construction and operation of the plant/project. XXXV)“Month” shall mean a calendar month according to the Gregorian calendar XXXVI)“Bank Guarantee” shall mean the Bank Guarantee to be provided by ____ to _________ Job No.107652 Page- 44 45 CMPDI 2. Contract Documents : The following documents shall constitute the contract documents: i) Article of Agreement. ii) Notice Inviting Tender. iii) Letter of acceptance of tender indicating deviations, if any, from the conditions of contract incorporated in the tender document issued to the bidder and/or the Bid submitted by the bidder. iv) Condition of contract , including general terms and conditions additional terms and conditions, special conditions, Technical terms and erection terms and conditions, special conditions, if any etc. forming part of the Agreement. 2.1 v) Specifications where it is part of Tender Documents. vi) Scope of works/ bill of quantities/schedule of works/ quantities and vii) Contract Drawings /finalised work programme. After acceptance of tender the contractor shall be deemed to have carefully examined all contract documents to his satisfaction. If he shall have any doubt as to the meaning of any portion of the contract documents, he shall before signing the contract, set forth the particulars thereof and submit to the owner in writing in order that such doubt may be removed. The owner will provide such clarifications as may be necessary in writing to the contractor. Any information otherwise obtained from the owner or the Engineer shall not in anyway relieve the contractor of his responsibilities to fulfill his obligations under the contract. 2.2 The Contractor shall enter into a Contract Agreement with the Owner within 60 (sixty) days from the date of Acceptance of Tender or within such extended time as may be granted by the owner. The performance Bank Guarantee for the proper fulfillment of the contract shall be furnished by the contractor in the prescribed form within thirty (30) days of Acceptance of Tender. The performance Guarantee shall be as per terms prescribed in Clause 31 of Instructions to Bidders of this tender. Job No.107652 Page- 45 46 CMPDI 2.3 The owner, after the issue of the letter of Acceptance of Tender, will send one copy of the final agreement to the contractor for his scrutiny and approval. 2.4 The agreement, unless otherwise agreed to, shall be signed within 60 days of the issue of the letter of Acceptance of Tender, at the office of the owner on a date and time to be mutually agreed. The contractor shall provide for signing of the contract, performance guarantee in copies as required, appropriate power of attorney and other requisite materials. In case, it is agreed mutually that the contract is to be signed beyond the stipulated time, the bid guarantee submitted with the tender will have to be extended accordingly. 2.5 The agreement will be signed in six originals and the contractor shall be provided with one signed original and the rest will be retained by the owner. None of these documents shall be used by the contractor for any purpose other than this contract and the contractor shall ensure that all persons employed for this contract strictly adhere to this and maintain secrecy, as required of such documents. 2.6 The contractor shall provide free of cost to the owner all the engineering data, drawings and descriptive materials submitted with the bid, in at least six (6) copies to form a part of the contract immediately after issue of letter of acceptance. 2.7 Subsequent to signing of the contract, the contractor at his own cost shall provide the owner with at least six (6) true copies of agreement within thirty(30) days after the signing of the contract. 2.8 The contract shall be considered as having come into force from the date of the letter of acceptance of tender issued by the owner. 2.9 The laws applicable to this contract shall be the laws in force in India. The courts of Asansol shall have exclusive jurisdiction in all matter arising under this contract. Job No.107652 Page- 46 47 CMPDI 3. Contract Performance Guarantee / Security Deposit : 3.1 Security Deposit shall consists of two parts : a) Performance Security to be submitted at award of work and b) Retention Money to be recovered from running bills. The Security Deposit shall bear no interest. 3.1.1 Performance Security should be 5% of contract amount and should be submitted within 28 days of receipt of LOA by the successful bidders in any of the form given below after which bid security/earnest money will be refunded to the contractor. - A Bank Guarantee in the form given in the bid document - Govt. Securities, FDR or any other form of deposit stipulated by the owner - Demand Draft drawn in favour of “Eastern Coalfields Limited” on any scheduled Bank payable at its Branch at Asansol. 3.1.2 If performance security is provided by the successful bidders in the form of bank guarantee it shall be issued at Bidder’s option by a Nationalised/Scheduled Bank listed with Reserve Bank of India. 3.1.3 Retention Money should be deducted at 5% from running bills. Total of performance Security and Retention Money should not exceed 10% of contract mount or lesser sum indicated in the bid document. 3.2 Bank Guarantee shall be valid upto ninety(90) days after the end of Guarantee period. 3.3 The Guarantee amount shall be payable to the Employer without any condition whatsoever. Job No.107652 Page- 47 48 CMPDI 3.4 The Performance Guarantee shall cover additionally the following guarantees to the Employer a) The successful bidder guarantees the successful and satisfactory operation of the equipment furnished and erected under the contract, as per the specifications and documents. b) The successful bidder further guarantees that the equipment provided and installed by him shall be free from all defects in design, material and workmanship and shall upon written notice from the employer fully remedy free of expenses to the Employer such defects as developed under the normal use of the said equipment within the period of guarantee specified in the relevant clause of the condition of contract. 3.5 The Contract Performance Guarantee is intended to secure the performance of the entire Contract. However, it is not construed as limiting the damages under clause entitled “Equipment Performance Guarantee” in section Technical Conditions of Contract and damages stipulated in the other clauses in the bidding documents. 3.6 Bank Guarantee is to be submitted in the format prescribed by the company in bid document. Bank Guarantee shall be irrevocable and it shall be from any Nationalised /Scheduled Bank listed with RBI. 3.7 The Company shall be at liberty to deduct/appropriate from the Contract Performance Guarantee/Security Deposit such sums as are due and payable by the contractor to the company as may be determined in terms of the contract and the amount appropriated from the Contract Performance Guarantee/Security Deposit shall have to be restored by Contractor subsequently. 3.8 The Contract Performance Guarantee will be returned to the Contractor without any interest at the end of the Guarantee Period. Job No.107652 Page- 48 49 CMPDI 4. Assignment and Subletting of Contract : 4.1 The contractor may, after informing the engineer and getting his written approval, assign or sub-let the contract or any part thereof other than for raw materials, for minor detail or any part of the plant for which makes are identified in the contract. Suppliers of the equipment not identified in the contract or any change in the identified supplier shall be subject to approval by the engineer. The experience list of the equipment vendors under consideration by the contractor for this contract shall be furnished to the engineer for approval prior to procurement of all such items/equipments. Such assignment sub-letting shall not relieve the contractor from any obligation, duty or responsibility under the contract. Any assignment as above without prior written approval of engineer shall be void. 4.2 For components/equipments procured by the contractor for the purposes of the contract, after obtaining the written approval of the owner, the contractors purchase specifications and enquiries shall call for quality plans to be submitted by the suppliers along with their proposals. The quality plans called for from the vendors shall set out, during the various stages of manufacture and installation, the quality practices and procedures followed by the vendor’s quality control organization, the relevant reference documents/standards used, acceptance level, inspection documentation raised, etc. Such quality plans of the successful vendor shall be discussed and finalized in consultation with the engineer and shall form a part of the purchase order/contract between the contractor and the vendor. Within 3 weeks of the release of the same purchase order/contracts for such bought out items/components, a copy of the same without price details but together with detailed purchase specifications, quality plans and delivery conditions shall be furnished to the engineer by the contractor. 5. Patent Rights and Royalties : 5.1 Royalties and fees for patent covering materials, articles, apparatus, devices, equipment or processes used in the works shall be deemed to have been Job No.107652 Page- 49 50 CMPDI included in the contract price. The contractor shall satisfy all demands that may be made at any time for such royalties or fees and he alone shall be liable for any damages or claims for patent infringements and shall keep the owner indemnified in that regard. The contractor shall, at his own cost and expense, defend all suits or proceedings that may be instituted for alleged infringement of any patent involved in the works, and, in case of an award of damages, the contractor shall pay for such award. In the event of any suit or other proceedings instituted against the owner, the same shall be defended at the cost and expense of the contractor who shall also satisfy/comply any decree, order or award made against the owner. But it shall be understood that no such machine, plant, work, material or thing has been used by the owner for any purpose or any manner other than that for which they have been furnished and installed by the contractor and specified under these specifications. Final payment to the contractor by the owner will not be made while any such suit or claim remains unsettled. In the event any apparatus or equipment or any matter thereof furnished by the contractor is in such suit or proceedings held to constitute infringement and its use is enjoined, the contractor shall, at his option and at his own expense, either procure for the owner, the right to continue use of said apparatus, equipment or part therof, replace it with non-infringing apparatus or equipment or modify it, so it becomes non-infringing. 6. Time - The Essence Of Contract : 6.1 The time and the date of completion of the works as stipulated in the contractor’s proposal and accepted by the owner without or with modifications, if any and so incorporated in the award letter shall be deemed to be the essence of the contract. The contractor shall so organise his resources and perform his work as to complete it not later than the date agreed to. 6.2 The contractor shall submit a detailed PERT network within the time frame agreed above consisting of adequate number of activities covering various Job No.107652 Page- 50 51 CMPDI key phases of the works such as design, procurement, manufacturing, shipment and field erection activities within fifteen (15) days after the date of acceptance of tender. This network shall also indicate the interface facilities to be provided by the owner and the dates by which such facilities are needed. Contractor shall discuss the network so submitted with the owner and the agreed network which may be in the form as submitted or in revised form in line with the outcome of discussions and shall form part of the contract to be signed within sixty (60) days from the date of letter of acceptance of notice of award of contract. During the performance of contract, if in the opinion of the engineer proper progress is not maintained, suitable changes shall be made in the contractor’s operations to ensure proper progress. 6.3 The above PERT network shall be reviewed and periodic review reports shall be submitted by the contractor as directed by the engineer. 6.4 Subsequent to the award of the contract, the contractor shall make available to the engineer, a detailed manufacturing programme, in line with the agreed contract network. Such manufacturing programme shall be reviewed, updated and submitted to the Engineer, once every two month thereafter. 7.0 Contract Price : 7.1 The lump sum prices quoted by the contractor in his bid with additions and deletions as may be agreed before signing of the contract for the entire scope of the work including furnishing and erection of equipment covered under the specifications and documents, shall be treated as the contract price. 8.0 Changed Quantity : 8.1 The owner reserves the right to vary the quantities of items or groups of items to be ordered as specified in the accompanying technical specifications, as may be necessary during the execution of the contract, but such variations unless otherwise specified in the accompanying technical specifications shall Job No.107652 Page- 51 52 CMPDI be limited to plus or minus twenty percent (20%) of the original quantity ordered. 9.0 Deduction from Contract Price : 9.1 All costs, damages or expenses which the owner may have paid, for which under the contract the contractor is liable, will be claimed by the owner. All such claims shall be billed by the owner to the contractor regularly as and when they fall due. Such bills shall be supported by appropriate and certified vouchers or explanations, to enable the contractor to properly identify such claims. Such claims shall be paid by the contractor within fifteen (15 )days of the receipt of the corresponding bills and if not paid by the contractor within the said period, the owner may then deduct the amount, from any moneys due or becoming due by him to the contractor under the contract or may be recovered by actions of law or otherwise, if the contractor fails to satisfy the owner of such claims. 10.0 Contract Price Adjustment: 10.1 All adjustments in the contract price shall be computed in accordance with the conditions and formulae prescribed in the relevant clauses of Additional Terms and Conditions of Contract, the accompanying technical specifications and further satisfying the requirements specified herein. 10.2 The contract price stated in the contract agreement is the base price. A certain fixed percentage of the base price as indicated in the technical specifications shall not be subject to any price adjustment. The balance percentage viz. the cost portion shall only be subject to price adjustment. 10.3 Price adjustment shall be applicable to the cost portion, only if changes in the cost of labour and materials (either increases or decreases) occur during the contract period, directly affecting the cost portion. Job No.107652 Page- 52 53 CMPDI 10.4 Variations in the cost of materials shall be determined by comparing published material indices as of thirty (30) days prior to the date set for opening of bids or the revised price bid whichever is later, with the same indices published during the manufacture at the respective cut off periods for material as specified in clause 2.0 of Additional Terms and Conditions of Contract. Variations in the cost of labour shall be determined by comparing the wages as per the Minimum Wages Act/Rules of the State or Central Government, whichever is more, applicable to the place of work as of thirty (30) days prior to the date set for opening of bids or the revised price bid, whichever is later, with the same wages as per the Minimum Wages Act/Rules of the State or Central Govt., whichever is more, during the work/manufacture applicable to the place of work/manufacture at the respective cut off periods for labour as specified in clause 2.0 of Additional Terms and Conditions of Contract of this volume. 10.5 The total computed variation in the contract price shall be restricted to a limiting percentage as specified in clause 2.5 of Additional Terms and Conditions of Contract of this volume. 10.6 The price adjustment for the erection shall be made on the value of erection work done as indicated in each billing. 10.7 Every three months after the award of contract, and a month prior to shipment of equipment (in the case of ex-factory price component of contract price), and every month after establishing his site office (in the case of erection) the contractor shall submit to the engineer a written notice of the changes, if any, that have occurred in the specified material and labour indices during the previous reporting period containing the effective date of such change, the amount of change, the amount of contract price adjustment and documentary evidence to substantiate the price adjustment. 10.8 The contract price adjustment provisions detailed above, shall only be applicable if so specified in the Additional Terms and Conditions of Contract. Job No.107652 Page- 53 54 CMPDI 11.0 Packing, Forwarding and Shipment : 11.1 The contractor, wherever applicable, shall after proper painting, pack and crate all equipment in such a manner as to protect them from deterioration and damage during rail and road transportation to the site and storage at the site till the time of erection. The contractor shall be held responsible for all damages due to improper packing. 11.2 The contractor shall notify the owner of the date of each shipment from his works, and the expected date of arrival at the site for the information of the owner. 11.3 The contractor shall also give all shipping information concerning the weight, size and content of each packing including any other information the owner may require. 11.4 The following documents shall be sent by registered post to the owner within 3 days from the date of shipment, to enable the owner to make progressive payments to the contractor. Application for payment in the standard format of the owner (3 copies) Invoice( 6 copies) Packing list (6 copies) Pre-despatch clearance certificate, if any (3 copies) Test certificate, wherever applicable (3 copies) 11.5 The contractor shall prepare detailed packing list of all packages and containers, bundles and loose material forming each and every consignment despatched to site. The contractor shall further be responsible for making all necessary arrangements for loading, unloading and other handling right from his works up to the site and also till the equipment is erected, tested and commissioned. He shall be solely responsible for proper storage and safe custody of all equipment. Job No.107652 Page- 54 55 CMPDI 12.0 Demurrage, Wharfage, etc. : 12.1 All demurrage, wharfage and other expenses incurred due to delayed clearance of the material or any other reason shall be to the account of the contractor. 13.0 Insurance : 13.1 The contractor shall arrange, secure and maintain insurance as may be necessary and for all such amounts to protect his interests and the interests of the owner, against all risks as detailed herein in the joint names of the Owner and the Contractor with the condition that payments against all claims shall be payable by insurers to the owner as elaborated at clause 13.5. All premiums and other charges of the said insurance policies shall be paid by the contractor. The form and the limit of such insurance, as defined herein together with the under-writer thereof in each case shall be acceptable to the owner. However, irrespective of such acceptance, the responsibility to maintain adequate insurance coverage on comprehensive all risks basis at all time during the period of contract shall be that of the contractor alone. The contractor’s failure in this regard shall not relieve him of any of his contractual responsibilities and obligations. 13.2 Any loss or damage to the equipment, during handling, transporting, storage and erection, till such time the plant is taken over by the owner, shall be to the account of the contractor. The contractor shall be responsible for preferring of all claims and make good for the damage or loss by way of repairs and/or replacement of the portion of the works damaged or lost. The transfer of title shall not in any way relieve the contractor of the above responsibilities during the period of the contract. The contractor shall provide the owner with a copy of all insurance policies and documents taken out by him in pursuance of the contract. Such copies of document shall be submitted to the owner immediately after such insurance coverage. The contractor shall also inform Job No.107652 Page- 55 56 CMPDI the owner in writing at least sixty (60) days in advance regarding the expiry, cancellation and/or change in any of such documents and ensure revalidation/renewal, etc. as may be necessary well in time. 13.3 The risk that are to be covered under the insurance shall include, but not be limited to the loss or damage in transit, theft, pilferage, riot, civil commotion, weather conditions, accidents of all kinds, fire etc. The scope of such insurance shall cover the entire value of the works from time to time. 13.4 All costs on account of insurance liabilities covered under the contract will be on contractor’s account and will be included in contract price. However, the owner may from time to time, during the pendency of the contract, ask the contractor in writing to limit the insurance coverage risks and in such a case the parties to the contract will agree for a mutual settlement for reduction in contract price to the extent of reduced premium amounts. 13.5 All Insurance claims, payable by the insurers, shall be paid to the Owner which shall be released to the contractor in installments as may be certified by the Engineer-in-Charge for the purpose of rebuilding or replacement or repair of the works and./or goods destroyed or damaged for which payment was received from the insurers. 13.6 The clause entitled insurance under the section erection terms and conditions of contract of this volume, covers the additional insurance requirements for the portion of the works to be performed at the site of work. 14.0 Liability for Accident and Damage : 14.1 Under the contract, the contractor shall be responsible for loss or damage to the plant until the plant is taken over in accordance with clause entitled ‘Taking Over’ in section technical terms and conditions of contract of this volume. Job No.107652 Page- 56 57 CMPDI 15.0 Liquidated Damages for Delay in Completion : 15.1 If the contractor fails to maintain the required progress in terms of the agreed time and progress chart or to complete the work and clear the site on or before the contract or extended date of completion, he shall without prejudice to any other right or remedy available under the law to the company on account of such breach, pay as compensation/Liquidated damages @ half percent (1/2%) of the contract price per week of delay. The aggregate of such compensation/compensations shall not exceed 10% (ten percent) of the total value as shown in the Contract. This will also apply to items or group of items for which separate period of completion has been specified. The amount of compensation may be adjusted or set off against any sum payable to the contractor under this or any other contract with the Company. 15.1.1 The Company, if satisfied, that the works can be completed by the contractor within a reasonable time after the specified time of completion, may allow further extension of time at its discretion with or without the levy of L.D. In the event of extension granted being with L.D., the Company will be entitled without prejudice to any other right or remedy available in that behalf, to recover from the contractor as agreed damages equivalent to half percent of the contract value of the works for each week or part of the week subject to a ceiling of 10% of the contract price. 15.1.2 The Company, if not satisfied that the works can be completed by the contractor and in the event of failure on the part of the contractor to complete work within further extension of time allowed as aforesaid, shall be entitled, without prejudice to any other right, or remedy available in that behalf, to rescind the contract. 15.1.3 The company, if not satisfied with the progress of the contract and in the event of failure of the contractor to recoup the delays in the mutually agreed time frame, shall be entitled to terminate the contract. Job No.107652 Page- 57 58 CMPDI 15.1.4 In the event of such termination of the contract as described in clauses 15.1.2 or 15.1.3 or both, the company, shall be entitled to recover L.D upto ten percent (10%) of the contract value and forfeit the security deposit made by the contractor beside getting the work completed by other means at the risk and cost of the contractor. 15.2 The company may waive the payment of compensation, depending upon merit of the case, on request received from the contractor if the entire work is completed within the date as specified in the contract or as validity extended without stipulating any penalty. 16.0 Contractor's Default : 16.1 If the contractor shall neglect to execute the works with the diligence and expedition or shall refuse or neglect to comply with any reasonable orders given to him, in writing by the engineer in connection with the works or shall contravene the provisions of the contract, the owner may give notice in writing to the contractor to make good the failure, neglect or contravention complained of. Should the contractor fail to comply with the notice within thirty (30) days from the date of service thereof, then and in such case the owner shall be at liberty to employ other workmen and forthwith execute such part of the works as the contractor may have neglected to do or if the owner shall think fit, it shall be lawful for him without prejudice to any other right he may have under the contract, to take the works wholly or in part thereof and in that event the owner shall have free use of all contractor’s equipment that may have been at the time on the site in connection with the works without being responsible to the contractor for fair wear and tear thereof and to the exclusion of any right of the contractor over the same, and the owner shall be entitled to retain and apply any balance which may otherwise be due on the contract by him to the contractor, or such part thereof as may be necessary, the payment of the cost of executing the said part of the works or of completing the works as the case may be. If the cost of completing the works or executing a part thereof as aforesaid shall exceed the balance due to the Job No.107652 Page- 58 59 CMPDI contractor, the contractor shall pay such excess. Such payment of excess amount shall be independent of the liquidated damages for delay which the contractor shall have to pay if the completion of works is delayed. 16.2 In addition, such action by the owner as aforesaid shall not relieve the contractor of his liability to pay liquidated damages for delay in completion of works as defined in clause 15.0 of this section. 16.3 The termination of the contract under this clause shall not entitle the contractor to reduce the value of the performance bank guarantee nor the time thereof. The performance guarantee shall be valid for the full value and for the full period of the contract including guarantee period. 16.4 The bidding documents will clearly state that, if the contractor fails to complete the work and the order is cancelled, the amount due to him on account of work executed by him, if payable, shall be paid to him only after due recoveries as per the provisions of the contract and that too after alternative arrangements to complete the work has been made. 17.0 Force Majeure : 17.1 Force majeure is herein defined as any cause which is beyond the control of the contractor or the owner as the case may be which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affect the performance of the contract, such as - a) natural phenomena, including but not limited to floods, draughts, earthquakes and epidemics b) acts of any government including but not limited to war, declared or undeclared, priorities, quarantines, embargoes Provided either party shall within fifteen (15) days from the occurrence of such a cause notify the other in writing of such causes. Job No.107652 Page- 59 60 CMPDI 17.2 a) The successful bidder/contractor will advise, in the event of his having resort to this clause by a registered letter duly certified by the local chamber of commerce or statutory authorities, the beginning and end of the cause of delay, within fifteen days of the occurrence and cessation of such Force Majeure condition. In the event of delay lasting over two months, if arising out of Force Majeure, the contract may be terminated at the discretion of the company. b) For delays arising out of Force Majeure, the bidder/contractor will not claim extension in completion date for a period exceeding the period of delay attributable to the causes of Force Majeure and neither company nor the bidder shall be liable to pay extra costs (like increase in rates, remobilization advance, idle charges for labour and machinery etc.) provided it is mutually established that the Force Majeure conditions did actually exist. c) If any of the Force Majeure conditions exists in the place of operation of the bidder even at the time of submission of bid he will categorically specify them in his bid and state whether they have been taken into consideration in their quotations. 17.3 The contractor or the owner shall not be liable for delays in performing his obligation resulting from any force majeure cause as referred to and/or defined above. The date of completion will, subject to hereinafter provided, be extended by a reasonable time even though such cause may occur after contractor’s performance of his obligations has been delayed for other causes. 18.0 Delay by Owner or his Authorised Agent : 18.1 In case the contractor’s performance is delayed due to any act of omission on the part of the owner or his authorized agents, then the contractor shall be Job No.107652 Page- 60 61 CMPDI given due extension of time for the completion of the works, to the extent such omission on the part of the owner has caused delay in the contractor’s performance of his work. Regarding reasonableness or otherwise of the extension of time, the decision of the engineer shall be final. 18.2 In addition, the contractor shall be entitled to claim demonstrable and reasonable compensation if such delays have resulted in any increase in the cost of work. The owner shall examine the justification for such a request for claim, and if satisfied, the extent of compensation shall be mutually agreed depending upon the circumstances at the time of such an occurrence. 18.3 Any delay in finalisation of mutual agreement in regard to any of the contractor’s claim/compensation against any act of omission on the part of the owners or his authorized agents should not result in any work stoppage/further delay on the part of the contractor. 19.0 Extension of Date of Completion : 19.1 On happening of any events causing delay as stated hereinafter, the contractor shall intimate immediately in writing to the Engineer-in-charge : a) due to any reasons defined as Force Majeure b) Non-availability of stores which are the responsibility of the owner to supply c) Non-availability or breakdown of tools and plant to be made available or made available by the owner d) Delay on the part of the contractors or tradesmen engaged by the owner not forming part of the contract, holding up further progress of the work e) Non-availability of working drawings/work programme in time, which are to be made available by the company during progress of the work f) Any other causes which, at the sole discretion of the company is beyond the control of the contractor Job No.107652 Page- 61 62 CMPDI 19.2 A “Hindrance Register” shall be maintained by both the Company and the Contractor at site to record the various hindrances, as mentioned above, encountered during the course of execution. 19.3 The contractor may request the company in writing for extension of time within 14 days of happening of such event causing delay stating also, if practicable, the period for which extension is desired. The company may, considering the eligibility of the request, give a fair and reasonable extension of time for completion of the work. Such extension shall be communicated to the contractor in writing by the company through the Engineer-in-charge within 1 month of the date of receipt of such request. The contractor shall however, use his best efforts to prevent or make good the delay by putting his endeavours constantly as may be reasonably required of him to the satisfaction of the Engineer-in-charge. 19.4 Provisional extension of time may also be granted by the Engineer-in-charge during the course of execution, on written request for extension of time within 15 (fifteen) days of happening of such events as stated above, reserving the company’s right to impose/waive liquidated damages at the time of granting final extension of time as per contract agreement. 19.5 When the period fixed for the completion of the contract is about to expire, the question of extension of the contract may be considered at the instance of the contractor or the company or the both. The extension will have to be by party’s agreement, expressed or implied. 19.6 In case the contractor does not apply for grant of extension of time within 15 (fifteen) days of hindrance occurring in execution of the work and the company wants to continue with the work beyond the stipulated date of completion for reason of the work having been hindered, the Engineer-incharge at his sole discretion can grant provisional extension of time even in the absence of application from the contractor. Such extension of time granted by the Engineer-in-charge is valid provided the contractor accepts the same either expressed or implied by his actions before and subsequent to Job No.107652 Page- 62 63 CMPDI the date of completion. Such extension of time shall be without prejudice to company’s right to levy compensation under the relevant clause of contract. 20.0 Termination, Suspension, Cancellation & Foreclosure of Contract : 20.1 The owner shall, in addition to other remedial steps to be taken as provided in the conditions of contract, be entitled to cancel the contract in full or in part, if the contractor - a) makes default in proceeding with the works with due diligence and continue to do so even after a notice in writing from the Engineer-incharge, then on the expiry of the period as specified in the notice. b) Or Commits default/breach in complying with any of the terms and conditions of the contract and does not remedy it or fails to take effective steps for the remedy to the satisfaction of the Engineer Incharge then on the expiry of the period as may be specified by the Engineer Incharge in a Notice in writing c) Or Fails to complete the work or items of work with individual dates of completion, on or before the date/dates of completion or as extended by the company, then on the expiry of the period as may be specified by the Engineer-in-charge in a notice in writing. d) Or Shall offer or give or agree to give any person in the service of the company or to any other person on his behalf any gift or consideration of any kind as an inducement or reward for act/acts of favour in relation to the obtaining or execution of this or any other contract for the company. Or e) Shall try to obtain a contract with the company by way of ring tendering or other non-bonafide method of competitive tendering. Job No.107652 Page- 63 Or 64 CMPDI f) Transfers, sublets, assigns the entire work or any portion there of without the prior approval in writing from the Engineer-in-charge. The Engineer-incharge may, by giving a written notice, cancel the whole contract or portion of it in default. 20.2 The owner shall in such an event give fifteen (15) days notice in writing to the contractor of his decision to do so. 20.3 The contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders and contracts to the extent they are related to the work terminated and terms satisfactory to the owner, stop all further subcontracting or purchasing activity related to the work terminated and assist the owner in maintenance, protection and disposition of the works acquired under the contract by the owner. 20.4 The contract shall stand terminated under the following circumstances unless the owner is satisfied that the legal representatives of the individual contractor or of the proprietor of the proprietary concern and in the case of partnership the surviving partners, are capable of carrying out and completing the contract and the owner shall in any way not be liable to payment of any compensation to the estate of deceased contractor and/or to the surviving partners of the contractor’s firm on account of the termination of the contract : a) If the contractor being an individual in the case of proprietary concern or in the case of a partnership firm any of its partners is declared insolvent under the provisions of insolvency act for the time being in force, or makes any conveyance or assignment of his effects or composition or arrangement for the benefit of his creditors amounting to proceedings for liquidation or composition under any insolvency act. b) In the case of the contractor being a company, its affairs are under liquidation either by a resolution passed by the company or by an order of court, not being a voluntary liquidation proceedings for the purpose of amalgamation or Job No.107652 Page- 64 65 CMPDI reorganization, or a receiver or manager is appointed by the court on the application by the debenture holders of the company, if any. c) If the contractor shall suffer an execution being levied on his/their goods, estates and allow it to be continued for a period of 21 days. d) On the death of the contractor being a proprietary concern or of any of the partners in the case of a partnership concern and the company is not satisfied that the legal representative of the deceased proprietor or the other surviving partners of the partnership concern are capable of carrying out and completing the contract. The decision of the company in this respect shall be final and binding which is to be intimated in writing to the legal representative or to the partnership concern. 20.5 If the contractor is an individual or a proprietary concern and the individual or the proprietor dies and if the contractor is a partnership concern and one of the partners dies, then unless the owner is satisfied that the legal representatives of the individual contractor or of the proprietor of the proprietary concern and in the case of partnership the surviving partners, are capable of carrying out and completing the contract the owner shall be entitled to cancel the contract as to its incomplete part without being in any way liable to payment of any compensation to the estate of deceased contractor and/or to the surviving partners of the contractor’s firm on account of the cancellation of the contract. The decision of the owner that the legal representatives of the deceased contractor or surviving partners of the contractor’s firm cannot carry out and complete the contract shall be final and binding on the parties. In the event of such cancellation the owner shall not hold the estate of the deceased contractor and/or the surviving partners of the estate of the deceased contractor and/or the surviving partners of the contractor’s firm liable to damages for not completing the contract. 20.6 On cancellation of the contract or on termination of the contract, the Engineerin-charge shall have powers : Job No.107652 Page- 65 66 CMPDI a) to take possession of the site and any materials, constructional plant, implements, stores, etc. thereon. b) to carry out the incomplete work by any means at the risk of the contractor c) to determine the amount to be recovered from the contractor for completing the remaining work or in the event the remaining work is not to be completed the loss/damage suffered, if any, by the company after giving credit for the value of the work executed by the contractor upto the time of termination/cancellation less on a/c payment made till date and value of contractor’s materials, plant, equipment, etc. taken possession of after termination/cancellation d) to recover the amount determined as above, if any, from any money due to the contractor on any account or under any other contract and in the event of any shortfall, the contractor shall be called upon to pay the same on demand. The need for determination of the amount of recovery of any extra cost/expenditure or of any loss/damage suffered by the company shall not however, arise in the case of termination of the contract for death/demise of the contractor as stated in 20.4(d). 20.7 Suspension of work: The company shall have power to suspend the progress of the work or any part thereof and the Engineer-in-charge may direct the contractor in writing to suspend the work, for such period and in such manner as may be specified therein, on account of any default on the part of the contractor, or for proper execution of the work for reasons other than any default on the part of the contractor, or on ground of safety of the work or part thereof. In the event of suspension for reason other than any default on the part of the contractor, extension of time shall be allowed by the company equal to the period of such suspension. Any necessary and demonstrable costs incurred by the contractor as a result of such suspension of the works will be paid by the Job No.107652 Page- 66 67 CMPDI owner, provided such costs are substantiated to the satisfaction of the engineer. The owner shall not be responsible for any liabilities if suspension or delay is due to some default on the part of the contractor or his subcontractor. The work shall, throughout the stipulated period of contract, be carried out will all due diligence on the part of the contractor. In the event of termination or suspension of the contract, on account of default on the part of the contractor, as narrated hereinbefore, the security deposit and other dues of this work or any other work done under this company shall be forfeited and brought under the absolute disposal of the Company provided, that the amount so forfeited shall not exceed 10% of the contract value. 20.8 Foreclosure of contract in full or in part – If at any time after acceptance of the tender, the company decides to abandon or reduce the scope of the work for any reason whatsoever the company, through its Engineer-in-charge, shall give notice in writing to that effect to the contractor. In the event of abandonment/reduction in the scope of work, the company shall be liable : a) to pay the contractor at the contract rates full amount for works executed and measured at site up to the date of such abandonment/reduction in the work b) to pay reasonable amount assessed and certified by the Engineer-in-charge of the expenditure incurred, if any, by the contractor on preliminary works at site, e.g. temporary access roads, temporary construction for labour and staff quarters, office accommodation, storage of materials, water storage tanks and supply for the work including supply to labour/staff quarters, office, etc. c) to pay for the materials brought to site or to be delivered at site, which the contractor is legally liable to pay, for the purpose of consumption in works carried out or were to be carried out but for the foreclosure, including the cost of purchase and transportation and cost of delivery of such materials. The materials to be taken over by the company should be in good condition and the company may allow at its discretion the contractor to retain the materials Job No.107652 Page- 67 68 CMPDI in full or part if so desired by him and to be transported by the contractor from site to his place. d) to take back the materials issued by the company but remaining unused, if any, in the work on the date of abandonment/reduction of the work at the original issued price less allowance for any deterioration or damage caused while in custody of the contractor e) to pay for the transportation of tools and plants of the contractor from site to contractor’s place or to any other destination, whichever is less. The contractor shall, if required by the Engineer-in-charge, furnish to him books of accounts, papers, relevant documents as may be necessary to enable the Engineer-in-Charge to assess the amount payable in terms of para 20.8(b), (c) and (e) above, the contractor shall not have any claim for compensation whatsoever either for abandonment or for reduction in the scope of work, other than those as specified above. 21.0 No Waiver of Rights : Neither the inspection by the owner or the engineer or any of their officials, employees or agents nor any order by the owner or the engineer for payment of money or any payment for or acceptance of, the whole or any part of the works by the owner or the engineer, nor any extension of time, nor any possession taken by the engineer shall operate as a waiver of any provision of the contract, or of any power herein reserved to the owner, or any right to damages herein provided, nor shall any waiver of any breach in the contract be held to be a waiver of any other or subsequent breach. Job No.107652 Page- 68 69 CMPDI 22.0 Certificate not affect Right of Owner and Liability of Contractor : No interim payment certificate of the engineer, nor any sum paid on account, by the owner, nor any extension of time for execution of the works granted by the engineer shall affect or prejudice the rights of the owner against the contractor or relieve the contractor of his obligations for the due performance of the contract, or be interpreted as approval of the work done or of the equipment furnished and no certificate shall create liability for the owner to pay for alterations, amendments, variations or additional works not order, in writing, by the engineer or discharge the liability of the contractor for the payment of damages whether due, ascertained, or certified or not, or any sum against the payment of which he is bound to indemnify the owner, nor shall any such certificate nor the acceptance by him of any sum paid on account or otherwise affect or prejudice the rights of the contractor against the owner. 23.0 Grafts and Commissions etc. Any graft, commission, gift or advantage given, promised or offered by or on behalf of the contractor or his partner, agent, officers, director, employee or servant or any one of his or their behalf in relation to the obtaining or to the execution of this or any other contract with the owner, shall, in addition to any criminal liability which it may incur, subject the contractor to the cancellation of this and all other contracts and also to payment of any loss or damage to the owner resulting from any cancellation. The owner shall then be entitled to deduct the amount so payable from any money otherwise due to the contractor under the contract. 24.0 Language and Measures : All documents pertaining to the contract including specifications, schedules notices, correspondence operating and maintenance instructions, drawings or Job No.107652 Page- 69 70 CMPDI any other writing shall be written in English language. The metric system of measurement shall be used exclusively in the contract. 25.0 Release of Information : The contractor shall not communicate or use in advertising, publicity, sales releases or in any other medium photographs or other reproduction of the works under this contract or descriptions of the site, dimensions, quantity, quality or other information, concerning the works unless prior written permission has been obtained from the owner. 26.0 Construction of the Contract : 26.1 Notwithstanding anything stated elsewhere in the bid documents, the contract to be entered into will be treated as a divisible supply and erection contract. The supply portion of the contract will relate to the supply of equipment and materials and the erection portion will relate to the handling at the site, storage, erection, construction, testing, commissioning etc. as defined in the bid documents. The contractor will pay the sales tax/VAT for the supply of equipment and materials in accordance with law and the same will be reimbursed by the owner as a part of the total contract price on actual. The sales tax/VAT should be included in the total bid price in the proposal and should also be indicated separately. 26.2 In case of divisible supply and erection contract or where the owner hands over his equipment to the contractor for executing, then the contractor shall at the time of taking delivery of the equipment/despatch documents be required to execute an indemnity bond in favour of the owner in the form acceptable to the owner for keeping the equipment in safe custody and to utilize the same exclusively for the purposes of the said contract. 26.3 The contract shall in all respects be construed and governed accordingly to Indian Laws. Job No.107652 Page- 70 71 CMPDI 26.4 It is clearly understood that the total consideration for the contract(s) has been broken up into various components only for the convenience of payment of advance under the contract(s) and for the measurement of deviations or modifications under the contract(s). 27.0 Completion of Contract : Unless otherwise terminated under the provisions of any other relevant clause this contract shall be deemed to have been completed at the expiration of the guarantee period as provided for under the clause entitled ‘Guarantee’ in this section. 28.0 Enforcement of Terms : The failure of either party to enforce at any time of the provisions of this contract or any rights in respect thereto or to exercise any option herein provided, shall in no way be construed to be a waiver of such provisions, rights or options or in any way to affect the validity of the contract. The exercise by either party of any of its rights herein shall not preclude or prejudice either party from exercising the same or any other right it may have hereunder. 29.0 Engineer's Decision : 29.1 In respect of all matters which are left to the decision of the engineer including the granting or with holding of the certificates, the engineer shall, if required to do so by the contractor give in writing a decision thereon. 29.2 If in the opinion of the contractor, a decision made by the engineer is not in accordance with the meaning and intent of the contract, the contractor may file with the engineer within fifteen (15) days after receipt of the decision, a written objection to the decision. Failure to file an objection within the allotted Job No.107652 Page- 71 72 CMPDI time will be considered as acceptance of the engineer’s decision and the decision shall become final and binding. 29.3 The engineer’s decision and the filling of the written objection thereto shall be a condition precedent to the right to any legal proceedings. It is the intent of the agreement that there shall be no delay in the execution of the works and the decision of the engineer as rendered shall be promptly observed. 30.0 Co-operation with other Contractors and Consulting Engineers : The contractor shall agree to co-operate with the owner’s other contractors and consulting engineers and freely exchanged with them such technical information as is necessary to obtain the most efficient and economical design and to avoid unnecessary duplication of efforts. The engineer shall be provided with three copies of all correspondence addressed by the contractor to other sub-contractors and consulting engineers in respect of such exchange of technical information. 31.0 Training of Owner's Personnel : 31.1 The contractor shall undertake to train free of cost engineering personnel selected and sent by the owner at the works of the contractor unless otherwise specified in the technical specifications. The period and the nature of training for the individual personnel shall be agreed upon mutually between the contractor and the owner. These engineering personnel shall be given special training in the shops, where the equipment will be manufactured and/or their collaborator’s works and where possible, in any other plant where equipment manufactured by the contractor or his collaborator is under installation or test, to enable those personnel to become familiar with the equipment being furnished by the contractor. Job No.107652 Page- 72 73 CMPDI 31.2 All travelling and living expenses for the engineering personnel to be trained during the total period of training will be borne by the owner. These engineering personnel while undergoing training shall be responsible to the contractor for discipline. 31.3 In the event of the owner, for any reason, failing to avail of the training facilities, he shall not be entitled for any rebate whatsoever on this account. 32.0 Power to vary or omit work : 32.1 No alterations, amendments, omissions, suspensions or variations of the works (hereinafter referred to as ‘Variation’) under the contract as detailed in the contract documents, shall be made by the contractor except as directed in writing by the engineer, but the engineer shall have full power subject to the provision hereinafter contained from time to time during the execution of the contract, by notice in writing, to instruct the contractor to make such variation without prejudice to the contract. The contractor shall carry out such variation and be bound by the same conditions as far as applicable as though the said variation occurred in the contract documents. If any suggested variation would, in the opinion of the contractor, if carried out, prevent him from fulfilling any of his obligations or guarantees under the contract, he shall notify the engineer there of in writing and the engineer shall decide forthwith, whether or not the same shall be carried out and if the engineer confirm his instructions, contractor’s obligations and guarantees shall be modified to such an extent as may be mutually agreed. Any agreed difference in cost occasioned by any such variation shall be added to or deducted from the contract price as the case may be. 32.2 In the event of the engineer requiring any variation, such reasonable and proper notice shall be given to the contractor to enable him to work his arrangements accordingly and in cases where goods or materials are already prepared or any design, drawings of pattern made or work done requires to be Job No.107652 Page- 73 74 CMPDI altered, a reasonable and agreed sum in respect there of shall be paid to the contractor. 32.3 In any case in which the contractor has received instructions from the engineer as to the requirement of carrying out the altered or additional substituted work which either then or later on, will in the opinion of the contractor, involve a claim for additional payments, the contractor shall immediately and in no case later than thirty (30) days, after receipt of the instructions aforesaid and before carrying out the instructions, advise the engineer to the effect. But the engineer shall not become liable for the payment of any charges in respect of any such variations, unless the instructions for the performance of the same shall be confirmed in writing by the engineer. 32.4 If any variation in the works, results in reduction of contract price, the parties shall, agree, in writing, so to the extent of any change in the price, before in contractor proceeds with the change. 32.5 In all the above cases, in the event of a disagreement as to the reasonableness of the said sum, the decision of the engineer shall prevail. 32.6 Notwithstanding anything stated above in this clause, the engineer shall have the full power to instruct the contractor, in writing, during the execution of the contract, to vary quantities of the items or groups of items. The contractor shall carryout such variations and be bound by the same conditions, as though the said variations occurred in the contract documents. However, the contract price shall be adjusted at the rates and the prices provided for the original quantities in the contract. 33.0 Guarantee : 33.1 The contractor shall warrant that the equipment will be new and in accordance with the contract documents and be free from defects in material and Job No.107652 Page- 74 75 CMPDI workmanship for a period of twelve (12) calendar months commencing immediately upon the satisfactory completion of the trial operations. The contractor’s liability shall be limited to the replacement of any defective parts in the equipment of his own manufacture or those of his sub-contractors, under normal use and arising solely from faulty design materials and/or workmanship provided always that such defective parts are repairable at the site and are not in the meantime essential in the commercial use of the plant. Such replaced defective parts shall be returned to the contractor unless otherwise arranged. No repairs or replacements shall normally be carried out by the engineer when the plant is under the supervision of the contractor’s supervisory engineers. 34.0 Replacement of Defective Parts and Materials : 34.1 If during the progress of the works the engineer shall decide and inform in writing to the contractor that the contractor has manufactured any plant or part of the plant unsound or imperfect or has furnished any plant inferior than the quality specified, the contractor on receiving details of such defects or deficiencies shall at his own expense within seven (7) days of his receiving the notice, or otherwise, within such time as may be reasonably necessary for making it good, proceed to alter, re-construct or remove such work and furnish fresh equipment up to the standards of the specifications. In case the contractor fails to do so, the engineer may on giving the contractor seven (7) days’ notice in writing of his intentions to do so, proceed to remove the portion of the works so complained of and, at the cost of the contractor, perform all such work or furnish all such equipment provided that nothing in this clause shall be deemed to deprive the owner of or affect any rights under the contract which the owner may otherwise have in respect of such defects and deficiencies. 34.2 The contractor’s full and extreme liability under this clause shall be satisfied by the payments to the owner of the extra cost, of such replacement procured, including erection, as provided for in the contract such extra cost being the Job No.107652 Page- 75 76 CMPDI ascertained difference between the price paid bv the owner for such replacements and the contract price portion for such defective plant and repayments of any sum paid by the owner to the contractor in respect of such defective plant. Should the owner not so replace the defective plant, the contractor’s extreme liability under this clause shall be limited to repayment of all sums paid by the owner under the contractor for such defective plant. 35.0 Defence of Suits : If any action in court is brought against the owner or engineer or an officer or agent of the owner for the failure or neglect on the part of the contractor to perform any acts, matters, covenants or things under the contract, or for damage or injury caused by the alleged omission or negligence on the part of the contractor, his agents, representatives or his sub contractors, workmen, suppliers or employees, the contractor shall in all such cases indemnify and keep the owner, and the engineer and/or his representative, harmless from all losses, damages, expenses or decrees arising of such action. 36.0 Limitations of Liabilities : The final payment by the owner in pursuance of the contract shall mean, the release of the contractor from all his liabilities under the contract. Such final payment shall be made only at the end of the guarantee period as detailed in clause 33 above and till such time as the contractual liabilities and responsibilities of the contractor, shall prevail. All other payments made under the contract shall be treated as on account payments. 37.0 Marginal Notes The marginal notes to any clause of the contract shall not affect or control the construction of such clause. Job No.107652 Page- 76 77 CMPDI 38.0 Taxes, Permits & Licences : The contractor shall be liable and pay all Indian taxes, duties, levies, lawfully assessed against the owner or the contractor in pursuance of the contract. In addition the contractor shall be responsible for payment of all Indian duties, levies and taxes lawfully assessed against the contractor for his personal income and property only. This clause shall be read in conjunction with clause 12.3. of section instruction to Bidders. 39.0 Progress Reports and Photographs : During the various stages of the works in the pursuance of the contract, the contractor shall at his own cost submit periodic progress reports as may be reasonably required by the engineer with such materials as charts, net-works, photographs, test certificates, etc. Such progress report shall be in the form and size as may be required by the engineer and shall be submitted in at least three (3) copies. 40.0 Long Term availability of Spares : 40.1 The contractor shall guarantee the long term availability of spares to the owner for the full life of the equipments covered under the contract. The contractor shall guarantee that before going out of production of spare parts of the equipment covered under the contract, he shall give the owner at least twelve (12) months advance notice so that the latter may order his bulk requirement of spares, if he so desires. The same provision will also be applicable to sub-contractor. Further, in case of discontinuance of manufacture of any spares by the contractor or his sub-contractors, the contractor will provide the owner two years in advance with full manufacturing drawings, material specifications and technical information required by the owner for the purpose of manufacture of such items. Job No.107652 Page- 77 78 CMPDI 40.2 Further, in case of discontinuance of supply of spares by the contractor or his sub-contractors, the contractor will provide the owner with full information for replacement of such spares with other equivalent makes, if so required by the owner. 40.3 The contractor shall provide the owner with ‘directory’ of his sub-contractors giving the addresses and other particulars of sub-contractors. The owner, if he so desires, shall have the right to procure the spares directly from subcontractors. 40.4 Notwithstanding anything stated elsewhere in the bid documents, the prices of all spares which may be procured to cover long term requirements beyond the 2 years’ maintenance and operational requirements will be generally in accordance with the mutually agreed prices. 40.5 The contractor will indicate in advance the delivery period of the items of spares, which the owner may procure in accordance with the sub-clause 40.4. In case of emergency requirements of spares, the contractor would make every effort to expedite the manufacture and delivery of such spares on the basis of mutually agreed time schedule. 40.6 The procedure specified in clause 40.4 and 40.5 shall apply for future procurement of items included in stand by spare list, mandatory spares lists, optional spares list and special tools, plants and equipment list, if any, specified in the bid documents. 40.7 The contractor shall indemnify the owner for the availability of long time spares as per the terms and conditions laid down above in clause 40.1 to clause 40.6 Job No.107652 Page- 78 79 CMPDI 41.0 Payment : 41.1 The payment to the contractor for the performance of the works under the contract will be made by the owner as per the guidelines and conditions specified herein. All payment made during the contract shall be on account payments only. The final payment will be made on completion of all the works and on fulfillment by the contractor of all his liabilities under the contract. 41.2 Currency of Payment : All payments under the contract shall be in Indian Rupees only. 41.3 Due Dates for Payment : Owner will make progressive payment as and when the payment is due as per the terms of payment set forth in the accompanying technical specifications. Payment will become due and payable by the owner within thirty (30) days from the date of receipt of contractor’ bill/invoice/debit note by the owner, provided the documents submitted are complete in all respects. 41.4 Payment Schedule : The contractor shall prepare and submit to the engineer for approval, a breakup of the contract price. This contract price break-up shall be interlinked with the agreed detailed PERT network of the contractor setting forth his starting and completion dates for the various key phases of works prepared as per condition of this section. Any payment under the contract shall be made only after the contractor’s price break-up is approved by the engineer. The aggregate sum of the contractor’s price break-up shall be equal to the lump sum contract price. Job No.107652 Page- 79 80 CMPDI 41.5 Application for Payments : 41.5.1 The contractor shall submit application for the payment in the prescribed proforma of the owner. Proforma for application for payment is enclosed in section 10 in Part II of the Bid Document. 41.5.2 Each such application shall state the amount claimed and shall set forth in detail, in the order of the payment schedule, particulars of the works including the works executed at site and of the equipment shipped/brought on to the site pursuant to the contract upto the date mentioned in the application and for the period covered since the last preceding certificate, if any. 41.5.3 Every interim payment certificate shall certify the contract value of the works executed upto the date mentioned in the application for the payment certificate, provided that no sum shall be included in any interim payment certificate in respect of the works that, according to the decision of the engineer, does not comply with the contract, or has been performed, at the date of certificate prematurely. 41.6 Mode of Payment : The payments due on receipt of equipment and materials, and those for the inland transportation and the erection portion of the works shall be made direct to the contractor by the owner. 41.7 Terms of Payment : 41.7.1 The terms of payment for the price components of the equipment and its erection are detailed herein for each equipment package. A certain percentage of the equipment and erection costs, for each package shall be paid as initial advance on fulfillment of the following by the contractor : Job No.107652 Page- 80 81 CMPDI i) For the Price component of Equipment : a) Issue of letter of acceptance of tender b) Submission of an unconditional Bank Guarantee covering the advance amount against supplies which shall be initially kept valid till expiry of the month after the schedule date for successful completion of trial operations. The proforma of Bank Guarantee for advance is enclosed in section 5. The value of Bank Guarantee (other security) for advance shall be allowed to be reduced every six months after first running account bill/stage payment under the contract, if the value of such B.G. (Security) is more than Rs. Five(5) lacs and validity is more than one year. The cumulative amount of reduction at any point of time shall not exceed 75% of the advance corresponding to cumulative value of supplies/work completed as per a certificate to be issued by the engineer-in-charge. It should be clearly understood that the reduction in the value of advance bank guarantee or other security as above shall not in any way dilute the contractor’s responsibilities and liabilities under the contract including in respect of supplies/work for which the reduction in the value of bank guarantee (or other security) is allowed. c) Submission of an unconditional bank guarantee towards contract performance guarantee valid upto ninety (90) days after the end of the guarantee period, in accordance with clause 31.0 under Section 1. d) Submission of a detailed PERT network based on the work schedule stipulated in the letter of award and its approval by owner. ii) For the Erection Price Component : a) On establishment of his office at site preparatory to mobilization of his erection establishment. Job No.107652 Page- 81 82 CMPDI b) Submission of an unconditional bank guarantee for an equivalent amount which shall be initially kept valid till expiry of the month after the schedule date for successful completion of trial operations. The proforma of bank guarantee for advance is enclosed in section 5. c) Signing of contract agreement iii) Payment Break-up Schedule : The terms of payment are subjected to the deduction of mobilization advance as detailed in clause-1, section 4 and deduction of Retention Money as detailed in clause 31, section 1 of Part I of Bid Document and the fulfillment of the following : A) Submission of unconditional Bank Guarantee towards contract performance guarantee valid up to 90 days after the end of the guarantee period in accordance with clause 3, section 3 of Part I Bid Document. B) Submission of detailed PERT network based on the work schedule stipulated in the letter of award and its approval by the owner. a) Payment for survey, Soil Testing and Design Engineering (Sl.No.A of Price Break Up) 1. 60% of the price of the price break up ‘A’ (item nos.1,2 & 3a), covering design documentation on Civil and Structural works including soil testing and survey shall be payable on approval of the general arrangement and the system engineering drawings. 2. 40% of the price shall be payable on approval of the detailed engineering design and drawing including working and maintenance manual etc. as elaborated in item no.3(b) & 4 of price break up ‘A’ Job No.107652 Page- 82 83 CMPDI b) Payment for Civil works (Item Nos. 1 to 6 of sl.no.B of price break up) 1. 97% of the price shall be due and payable upon presentation of contractor’s bill based on the work actually executed and duly certified by the site Engineer of the employer. 2. Balance 3% of the price shall be payable on the issue of the load test certificate after load run. c) Payment for supply, fabrication and erection of the structural steel including sheeting etc. (item no.7 & 8 of sl.no.B of price break up) 1. 97% of the price shall be due and payable upon presentation of contractor’s bill based on the work actually executed and duly certified by the site Engineer of the employer. 2. Balance 3% of the price shall be payable on the issue of the load test certificate after load run. d) Payment of development work and infrastructure (sl.no. C of the price break up) 1. 97% of the price shall be due and payable upon presentation of contractor’s bill based on the work actually executed and duly certified by the site Engineer of the employer. 2. Balance 3% of the price shall be payable on the issue of the load test and slope test (for drain) certified after load run. e) Payment on supply of plant, equipment, spares and machinery etc. (sl.no.D1 of D of the price break up) 1. 85% of the price of plant, equipment, spares and machineries etc. shall be due and payable against proof of the receipt at site. Job No.107652 Page- 83 84 CMPDI 2. 5% of the price shall be payable against issue of no-load test certificate after no-load run. 3. 10% of the price shall be payable against the issue of load test certificate after the load test run. f) Payment on erection, installation, testing & commissioning of plant and machinery (sl.No.D2 of D of price break up) 1. 90% of the price shall be due and payable upon presentation of contractor’s bill based on the work actually executed and duly certified by the site Engineer of the employer. 2. 10% of the price shall be payable against the issue of the load test certificate after load run. 41.7.2 All further payments under the contract shall be made as stipulated in the technical specifications after signing the contract agreement. The payments linked with despatch of materials shall only be made after production of all despatch documents as specified in L/C conditions and/or in the relevant contract conditions which will inter-alia include the material despatch clearance certificate issued by the owner. In case of erection, progress payment shall only be made after the issue certificates by the engineer’s field quality surveillance representative for the successful completion of quality check points involved in the quantum of work billed. 41.7.3 Inland Transportation and Insurance : Inland transportation (including port handling) and inland insurance charges shall be paid to the contractor on pro-rata to the value of the equipment received at site and on production of the invoices by the contractor. However, wherever equipment wise inland transportation charges have been called for Job No.107652 Page- 84 85 CMPDI in the bid proposal sheets and have been furnished by the contractor, the payment of inland transportation charges shall be made after receipt of equipment at site based on the charges thus identified by the contractor in his proposal and incorporated in the contract. The aggregate of all such pro-rata payments shall however, not exceed the total amount quoted by the bidder in his bid and incorporated in the contract. 42.0 Settlement of Disputes : It is incumbent upon the contractor to avoid litigation and disputes during the course of execution. However, if such disputes take place between the contractor and the department, effort shall be made first to settle the disputes at the company level. The contractor should make request in writing to the Engineer-in-charge for settlement of such disputes/claims within 30 (thirty) days of arising of the cause of dispute/claim failing which no disputes / claims of the contractor shall be entertained by the company. If differences still persist, the settlement of the dispute with Govt. Agencies shall be dealt with as per the Guidelines issued by the Ministry of Finance, Govt. of India in this regard. In case of parties other than Govt. Agencies, the redressal of the dispute may be sought in the Court of Law. 43.0 Sales Tax on Works Contracts : All taxes, levies, cess, royalties, whether local, municipal, provincial or central pertaining to the contract are payable during the entire periods of contract, shall be to the contractor/contractors account and shall be deemed to have been included in the contracted rate for the work to be executed by the contractor. The company shall not be liable for any taxes or levies etc. whatsoever in connection with the contract. Job No.107652 Page- 85 86 CMPDI The Company reserves the right to deduct/withhold any amount towards taxes, levies, etc. and to deal with such amount in terms of the provision of the Statute or in terms of the direction of any Statutory Authority and the company shall only provide with certificate towards such deduction and shall not be responsible for any reason whatsoever. Job No.107652 Page- 86 87 CMPDI Section-4 ADDITIONAL TERMS & CONDITIONS OF CONTRACT The following additional terms & conditions are also acceptable to the company. The tenderers are requested not to quote any additional conditions in their tender. 1. MOBILISATION ADVANCE : i) In the case of works whose estimated value is more than Rs.100.00 lakhs, a maximum of 10% of the total contract value of work will be paid as mobilization advance subject to submission of Bank Guarantee for equal amount. ii) Mobilization Advance against survey, design & engineering will be paid in two equal installments – one after signing of the agreement and the second after the system design drawings have been completed and detailed design work is to be taken up by the contractor. iii) Mobilization Advance against supply of equipments shall be released only after the contractor has finalized their venders/suppliers for the specific equipment and the amount of advance shall be proportionate to the value of equipment for which vendors/suppliers have been finalized vis-a-vis the total value of equipments offered in the contract limited to 10% of the contract value. iv) Mobilization Advance against works contract for site activities shall be paid in two equal installments. First installment shall be paid after the contractor has opened their site office and having finalized their subcontractors. The second installment shall be paid for taking Job No.107652 Page- 87 88 CMPDI procurement action of construction materials like reinforcing steel and structural steel by the contractor. v) The mobilization advance shall be recovered from the bills of the contractor from the second running on account bills onward @ 20% of the advance amount paid. vi) The value of Bank Guarantee may be reduced to the extent such advance is recovered by the company subject to the conditions that the value of Bank Guarantee amount at any time is more than the recoverable outstanding advance. Bank Guarantee shall be irrevocable and from a Nationalised Bank/Scheduled Bank. vii) Interest on mobilization advance will be charged as per the rate of CIL’s borrowing rate under cash credit arrangement as varying from time to time. 2.0 PRICE VARIATION CLAUSE 2.1 The contract price shall remain firm without any price variation due to escalation for the portion of survey, design and engineering and supply of equipments, plant and machineries as envisaged in the scope of work and the price agreed thereon as per the contract except the statutory increase/decrease in taxes and duties such as excise duty, sales tax, import duty etc. 2.2 If the contract is to be extended beyond the stipulated period for completion of the work due to fault on the part of the contractor, escalation on prices should not be allowed further if not provided otherwise in the accepted contract. 2.3 For the portions of civil and structural works and erection and commissioning works of the plant & machineries, the price variation due to escalation shall be allowed to the extent as detailed hereinafter. Job No.107652 Page- 88 89 CMPDI 2.3.1 If the prices of materials (not being materials supplied at fixed issue rates by the company) and wages of labour, required for execution of the work, increase, the contractor shall be compensated for such increase as per provisions detailed below : a) The amount of the contract shall accordingly be varied, subject to the condition that such compensation for variation in prices shall be available only for the work done during the stipulated period of the contract as per the work programme agreed including such period for which the contract is validly extended under the provisions of the contract without any penal action. b) The base date for working out such price variation shall be thirty (30) days prior to the date set for opening of the bids or the revised price bid whichever is later. c) The compensation of Price variation shall be worked out at quarterly intervals and shall be with respect to the cost of work done during the previous three months. The first such payment shall be made at the end of three months after the month (Excluding) in which the tender was accepted and thereafter at three months’ interval. 2.3.1.1PRICE VARIATION FOR LABOUR : The amount paid to the contractor for the work done shall be adjusted for increase or decrease in the cost of labour and the cost shall be calculated quarterly in accordance with the following formula : A L - Lo VL = W x ------ x --------100 Lo Job No.107652 Page- 89 90 CMPDI Where : VL = Variation in labour cost i.e. increase or decrease in the amount in rupees to be paid or recovered. W= Value of work done during the period under reckoning to which the price variation relates as indicated in clause No.2.3 of the ‘ADDITIONAL TERMS & CONDITIONS OF CONTRACT’. A= Component of labour expressed as percentage of the total value of work adopted from Table-1. Lo = Minimum wages for unskilled workers payable as per the Minimum Wages Act/Rules of the State or Central Government, whichever is more, applicable to the place of work as on the last date stipulated for receipt of the Price bids or Revised Price bids whichever is later. L= Revised minimum wages of unskilled workers corresponding to Lo during the period to which the escalation relates. 2.3.1.2 PRICE VARIATION ON MATERIAL The amount to be paid to the contractor for the work done shall be adjusted for increase or decrease in the cost of materials and the cost shall be calculated quarterly in accordance with the following formula : B M - Mo Vm = W x ------ x ---------100 Mo Where : Vm = Variation in material cost i.e. increase or decrease in the amount in rupees to be paid or recovered. W= Value of work done during the period under reckoning to which the price variation relates as indicated in clause No.2.3 of the ‘ADDITIONAL TERMS & CONDITIONS OF CONTRACT’. B= Component of material expressed as percentage of the total value of work adopted from Table-1. M= Average All India Wholesale Price Index for all commodities for the period to which price variation relates as published by the RBI Bulletin, Ministry of Industry & Commerce, Govt of India. Mo = All India Wholesale Price Index for all commodities as published by the RBI Bulletin, Ministry of Industry & Commerce, Govt. of India, relating Job No.107652 Page- 90 91 CMPDI to the last date on which the price bids or revised price bids whichever is later were stipulated to be received. 2.3.1.3 PRICE VARIATION ON POL : The amount to be paid to the contractor for the work done shall be adjusted for increase or decrease in the cost of POL and the cost shall be calculated quarterly in accordance with the following formula : C F - Fo Vf = W x -------- x ---------100 Fo Where : 2.4 Vf = Variation in the cost of fuel, oil & lubricants increase or decrease in the amount in rupees to be paid or recovered. W= Value of work done during the period under reckoning to which the price variation relates as indicated in clause No.2.3 of the ‘ADDITIONAL TERMS & CONDITIONS OF CONTRACT’. C= Component of POL expressed as percentage of total value of work adopted from Table-1. F= Average Index Number for Wholesale Price for the group of “fuel, power, light and lubricants” as published by Economic Advisor, Ministry of Industry, Govt. of India for the period to wh ich the escalation/deescalation relates Fo= Index Number of wholesome price for the group of “fuel, power, light and lubricants” as published by the Economic Advisor, Ministry of Industry, Govt. of India, prevalent on the last date of receipt of price bid or revise price bids whichever is latter. WHILE CALCULATING THE VALUE OF “W” THE FOLLOWING MAY BE NOTED : The cost on which the escalation/price variation shall be payable shall be reckoned as 85% of the cost of work as per the bills to which escalation relates and from this amount the value of materials supplied or services rendered at the prescribed charges under the relevant provisions of the contract, and proposed to be recovered in the particular bill, shall be deducted before the amount of compensation for escalation/price variation is worked out. Further the cost shall not include any work for which payment is made at prevailing market rates. Job No.107652 Page- 91 92 CMPDI 2.5 In the event of the price of materials and/or wages of labour required for execution of the work decreases, there shall be downward adjustment of the work so that such price of materials and/or wages of labour shall be deductible from the cost of work under this contract and in this regard the formula hereinbefore stated under this clause shall mutatis/mutandis apply. For all other works not listed above, the component of labour, material and POL of the total cost of work shall be as specifically indicated in the tender document. The price variation clause as stated above will be applied for extended time frame of a contract by following the principles as under : i) Normally, if and when it is understood that a contract is not going to be completed within the scheduled time period, the contract is kept operative by extending the time of completion provisionally. During this provisional extended period the operation of the Price Variation Clause will remain suspended. ii) If and when it is decided at the end of the successful completion of the work that the delay was due to causes not attributable to the contractor, the Price Variation Clause will be revived and applied as if the scheduled date of completion has been shifted to the approved extended date. iii) If it is decided at the end of successful completion of the work that the delay was due to the fault of the contractor then the Price Variation Clause will not be revived and no payment will be made to the contractor on this account. Additionally the Clause related to Compensation for delay will be applied. iv) In some cases the total delay may be partially due to causes not attributable to the contractor and partially due to his fault. It may be difficult to exactly quantify the total delay proportionately in such cases. The Price Variation Clause under such condition will be made operative for the entire extended time period by freezing the relevant indices on the date of the scheduled date of completion as originally fixed in the contract/agreement. At the same time the Clause related to the compensation for delay will also be applied. Job No.107652 Page- 92 93 CMPDI Table-1 Value of A, B & C in the Price variation formula in the ‘Additional Terms and Conditions of Contract : Sl. No. 1 2 3 4 5 6 7 8 9 Particulars For Building works For Road works For external sewerage, external water supply and external electrification. For external water supply, external sanitary and external electrification (Through labour rate contract) For steel structural works For steel structural works with Department free supply of rolled steel sections (Through labour rate contract) For Coal Handling Plant Civil works For underground civil works such as Incline Drivage, Shaft Sinking etc. For Erection and Commissioning of P&M A (Labour component) 25 15 10 B (Material component) 75 80 90 C (POL component) NIL 05 NIL 75 25 NIL 15 75 85 25 NIL NIL 25 75 NIL 35 65 NIL 65 35 NIL Remarks 2.6 CEILING ON PRICE VARIATION DUE TO ESCALATION There shall be a ceiling on price variation due to escalation covered under clauses mentioned hereinbefore on the whole contract, limited to 10% of the ‘contract price’ only. 2.7 VARIATION IN THE TAXES, DUTIES, LEVIES ETC. Other statutory variation due to increase in taxes, duties, levies etc. by Govt. (Central or State or Local) as of thirty (30) days prior to the date of opening of the bid or the revised price bid, whichever is later, with the taxes, duties, levies etc. during the manufacture/works/supply, as the case may be, shall be borne by the owner. Similarly decrease in taxes, duties, levies etc. shall be returned/deducted to/by the owner. Job No.107652 Page- 93 94 CMPDI Section-5 PROFORMA OF BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT To M/s. Eastern Coalfields Limited, Sanctoria : Po : Dishergarh, Dist : Burdwan (WB) Dear Sir, 1. In consideration of M/s.Eastern Coalfields Limited having its Registered Office at Sanctoria, P.O. Dishergarh, Dist. Burdwan (hereinafter called “the Company” which expression shall unless repugnant to the subject or context includes its successors and assigns) having agreed under the terms and conditions contained in letter No.--------------------------- dated -----------------------issued in favour of M/s.--------------------------------- for ---------------------------------(hereinafter referred to as “the Contract” to accept the Deed of Guarantee as herein provided for rs--------------------------------from the Schedule/Nationalised Bank listed with RBI in lieu of security deposit to be made by M/s -------------------------- (hereinafter called “the contractor”) or in lieu of deduction to be made from the contractors’ bill, for the due fulfillment of the terms and conditions contained in the said contract by the contractor, we the --------------------- we, the ----------------------------- Bank (hereinafter referred to as the said Bank) having its Registered Office at -------------------------- do hereby undertake and agree to pay the Company to the extent of Rs.------------------------- on demand stating that the amount claimed by the Company is due and payable by the Contractor for the reasons of failure/negligence in performing the terms and conditions contained in the contract by the buyer and to unconditionally pay the amount claimed by the company on demand without any demur to the extent aforesaid. 2. We, the ………………………. Bank agree that the company shall be the sole judge as to whether the said Contractor has failed/neglected in performing any of the terms and conditions of the said contract and the decision of the company in this behalf shall be final and binding on us. 3. We, the said Bank further agree that the Guarantee herein contained shall remain in full force and effect upto ---------------------------- and any claim received after the said date shall in no case bind the Bank. 4. The Company shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee or indemnity from time to time vary any of the terms and conditions of the said Contract or to extend the time of performance by the said Contractor or to postpone any time and from time to Job No.107652 Page- 94 95 CMPDI time any of the powers exercisable by it against the said Contractor and either to enforce or to forbear from enforcing any of the terms and conditions governing the said Contract or securities available to the company and the said Bank shall not be released from its liability under these presents. 5. Notwithstanding anything contained herein the liability of the said Bank under this Guarantee is restricted to Rs……….. and this Guarantee shall come into force from the date hereof and shall remain in full force and effect till ………………………. unless the written demand or claim under this Guarantee is made by the Company with us on or before…………………… all the rights of the company under this guarantee shall cease to have any effect and we shall be relieved and discharged from our liabilities hereunder. 6. We, the said Bank lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the company in writing and agree that any change in the constitution of the said contractor or the said Bank shall not discharge our liability hereunder. 7. This guarantee issued by Sri………………………who is authorised by the Bank. Under jurisdiction of …………………………………… Court only. Job No.107652 Page- 95 96 CMPDI PROFORMA OF BANK GUARANTEE FOR PERFORMANCE SECURITY OF THE CONTRACT To ……………………………………… ……………………………………… Re : Bank guarantee in respect of contract No……………………. Dated ……………………… between ……………… (Name of the …………….) And …………………………………… (Name of the contractor) M/s…………………….. (Name and address of the Contractor)(hereinafter called “the Contractor”) has entered into a Contract dated ………………….. (hereinafter called the said Contract) with M/s.Eastern Coalfields Limited (hereinafter called “the Company”) to execute ………………………………….. (Name of the contract and brief description of work) on the terms and conditions contained in the said contract. It has been agreed that the Contractor shall furnish the Bank guarantee from a Nationalised/Schedule Bank listed with RBI for a sum of Rs. …… as security for due compliance and performance of the terms and conditions of the said contract. The …………… (name of the Bank) having its Office at ………………. has at the request of the Contractor agreed to give the Guarantor hereinafter contained. We, the ………………….. Bank (hereinafter called “the Bank”) do hereby unconditionally agreed with the Company that if the contractor shall in any way fail to observe or perform the terms and conditions of the said contract or shall commit any breach of its obligation thereunder the Bank shall on demand and without any objection or demur to pay to the Company the said sum of Rs. ……………. or such portion as shall then remain due with interest without requiring the Company to have recourse to any legal remedy that may be available to it to compel the Bank to pay the sum, or failing on the company to compel such payment by the contractor. Any such demand shall be conclusive as regards the liability of the Contractor to the Company and as regards the amount payable by the Bank under this guarantee. The Bank shall not be entitled to withhold payment on the ground that the Contractor has disputed its liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is pending between the Company and the Contractor regarding the claim We, the ………… Bank further agree that the Guarantee shall come into force from the date hereof and shall remain in force and effect till the period that will be taken for the performance of the said Contract which is likely to be …………… day of …………………. but if the period of Contract is extended either pursuant to the provisions in the said Contract or by mutual agreement between the contractor and the company the Bank shall renew the period of the Bank Guarantee failing which it shall pay to the company the said sum of Rs……………… or such lesser amount of the said sum of Rs. ……………. as may be due to the company and as the company may demand. Job No.107652 Page- 96 97 CMPDI This Guarantee shall remain in force until the dues of the Company in respect of the said sum of Rs. ……….. and interest are fully satisfied and the Company certifies that the Contract has been fully carried out by the Contractor and discharged the guarantee. The Bank further agrees with the company that the company shall have the fullest liberty without consent of the Bank and without affecting in any way the obligations hereunder to vary any of the terms and conditions of the said contract or to extend time for performance of the said contract from time to time or to postpone for any time or from time to time any of the powers exercisable by the Company against the contractor and to forebear to enforce any of the terms and conditions relating to the said Contract and the Bank shall not be relieved from its liability by reason of such failure or extension being granted to the Contractor or to any forebearance, act or omissions on the part of the company or any indulgence by the Company to the Contractor or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect or relieving or discharging the Guarantor. The Bank further agrees that in case this Guarantee is required for a longer period and it is not extended by the Bank beyond the period specified above the Bank shall pay to the Company the said sum of Rs. ………….. or such lesser sum as may then be deemed to the Company and as the Company may require. Notwithstanding anything contained herein the liability of the Bank under this Guarantee is restricted to Rs. ………… the Guarantee shall remain in force till the day …………………….. of …………… and unless the Guarantee is renewed or claim is preferred against the Bank within six months from the said date all rights of the Company under this Guarantee shall cease and the Bank shall be relieved and discharged from all liabilities hereunder except as provided in the preceding clause. This Guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor. The Bank has under it is constitution power to give this guarantee and Shri ………….. who has signed it on behalf of the Bank has authority to do so. Dated, this ………………. Day of …………….. 200 Signature of the authorized person For and on behalf of the Bank Place : Under jurisdiction of …………….. Court only. Job No.107652 Page- 97 98 CMPDI PROFORMA OF BANK GUARANTEE IN LIEU OF EARNEST MONEY To M/s. Eastern Coalfields Limited, Sanctoria : Po : Dishergarh, Dist : Burdwan (WB) Dear Sir, 1. In consideration of M/s.Eastern Coalfields Limited having its Registered Office at Sanctoria,, P.O. Dishergarh, Dist. Burdwan (hereinafter called “the Company” which expression shall unless repugnant to the subject or context includes its successors and assigns) having agreed to exempt M/s. …………….. having its Registered Office at …………………… (hereinafter called “the said tenderers” which expression shall unless repugnant to the subject or context includes its successors and assigns) from the demand under the terms and conditions of Tender No. ………… for ……………….. (hereinafter called “the said Tender”) of each earnest money for the due fulfillment of the terms and conditions contained in the said Tender by the said Tenderer on production of Bank guarantee for Rs. ………………). We …………………….. Bank (hereinafter referred to as “the Bank”) do hereby undertake to pay to the company an amount not exceeding Rs. ………………… on demand by the company for the reason of any breach by the Tenderer of any of the terms and conditions contained in the said Tender. The decision of the company as to any such breach having been committed by the Tenderer shall be final and binding on us. 2. We………………………. Bank do hereby undertake to pay an amount due and payable under this guarantee without any demur merely on a demand from the company stating that the amount claimed is due from the tenderer for the reason of breach by the said tenderer of any of the terms and conditions contained in the said Tender or for the reason of the Tenderer failing to keep the Tender open. Any such demand made on the Bank shall be conclusive. As regard the amount due and payable by the Bank under this Guarantee shall be restricted to an amount not exceeding Rs. ………………... 3. We, the said Bank further agree that the Guarantee herein contained shall come into force from the date hereof and shall remain in full force and effect till a demand or claim under this Guarantee is made on us in writing on or before the …………………………. We shall discharge from all liability under this Guarantee thereafter. 4. We, the said Bank lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the company in writing and agree that any change in the constitution of the said Tenderer or the Bank shall not discharge our liability hereunder. Job No.107652 Page- 98 99 CMPDI 5. This guarantee issued by Sri………………………who is authorised by the Bank. Under jurisdiction of …………………………………… Court only. Job No.107652 Page- 99 100 CMPDI PROFORMA OF BANK GUARANTEE FOR MOBILISATION/LUMP- SUM ADVANCE To M/s. Eastern Coalfields Limited, Sanctoria : Po : Dishergarh, Dist : Burdwan (WB) Dear Sir, 1. In consideration of M/s.Eastern Coalfields Limited having its Registered Office at Sanctoria,, P.O. Dishergarh, Dist. Burdwan (hereinafter called “the Company” which expression shall unless repugnant to the subject or context includes its successors and assigns) having agreed under the terms and conditions of the Contract No. ……………………dated …………………. Entered into between Coal India Limited/Subsidiary Company and M/s. having its Registered office at ………………………. (hereinafter called “the Contractor” to make mobilization advance/lump sum advance to the tune of Rs. ……… subject to submission of the Bank Guarantee for equal amount from any Nationalised/Schedule Bank listed with RBI, We ……………. Bank (hereinafter referred to as the said Bank) having its Registered Office at ……………….. do hereby undertake and agree to pay the Company to the extent of Rs. ………… on demand stating that the amount claimed by the Company is due and payable by the contractor for the reasons of non- refund and/or non-recovery of the amount with interest thereon and to unconditionally pay the amount claimed by the company on such demand without any demur to the extent aforesaid. 2. We, ………………………. Bank agree that the Company shall be the sole judge as to whether the said Contractor has failed/neglected in refunding the amount advanced by the Company and/or extent of loss and damages caused to or suffered by the Company on account of the amount advanced not being recovered in full and non-utilization of the said advanced amount or part thereof for the purpose of performance of the contract and interest payable thereon and the decision of the company in this behalf shall be final and binding on us. 3. We, the said Bank further agree that the Guarantee herein contained shall remain in full force and effect upto ……………….. and any claim received after the said date shall in no case bind the Bank. 4. The Company shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee or indemnity from time to time vary any of the terms and conditions of the said Contract or to extend the time of performance by the said Contractor or to postpone any time and from time to time any of the powers exercisable by it against the said Contractor and either to enforce or to forbear from enforcing any of the terms and conditions governing the said Contract or securities available to the company and the said Bank shall not be released from its liability under these presents. Job No.107652 Page-100 101 CMPDI 5. Notwithstanding anything contained herein the liability of the said Bank under this Guarantee is restricted to Rs……….. and this Guarantee shall come into force from the date hereof and shall remain in full force and effect till ………………………. unless the written demand or claim under this guarantee is made by the Company with us on or before…………………… all rights of the company under this guarantee shall cease to have any effect and we shall be relieved and discharged from our liabilities hereunder. 6. We, the said Bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of the company in writing and agree that any change in the constitution of the said contractor or the said Bank shall not discharge our liability hereunder. 7. This Guarantee issued by Sri………………………who is authorised by the Bank. Under jurisdiction of …………………………………… Court only. Job No.107652 Page-101 102 CMPDI LETTER OF ACCEPTANCE ( In the letter head paper of Employer) Ref. No: Dated …………… To …………………………… …………………………… Dear Sirs, This is to inform 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 Rupee……………………………. …… (amount in words and figures ) as corrected and modified in accordance with the Instruction to Bidders is hereby accepted. You are hereby requested to furnish initial performance security/security deposit in the form detailed in Clause ……. ..of Instruction to Bidder for an amount equivalent to Rs………………… within 30 days of the receipt of this letter of acceptance and sign the contract, failing which actions as stated in Clause…. of Instruction to Bidder will be taken Yours faithfully, Authorised Signature Name and Title of Signatory Name of Agency Job No.107652 Page-102 103 CMPDI AGREEMENT FORM This agreement made the ………. Day of ………….. 20 between ………….. (Name and address of the Employer) ( hereinafter called “ the Employer” ) and ( name of 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. NOW THIS AGREEMENT WITNESSTH as follows: 1. In this agreement , works and expressions 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 payment 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 respects 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 of 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) (ii) (iii) (iv) (v) (vi) (vii) (viii) Letter of Acceptance Notice to proceed with the work, Contractor‘s Bid. Conditions of Contract. Specifications Drawings Bill of Quantities and Any other document listed in the Contract Data as forming part of the contract. In witness whereof the parties have caused this Agreement to be executed the day and year first before written. Job No.107652 Page-103 104 CMPDI 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 the Contractor ……………………………………………….. Job No.107652 Page-104 105 CMPDI Annexure-A FORMAT FOR AFFIDAVIT Non-Judicial Stamp Paper AFFIDAVIT I, ……………………………………………, Partner/Legal Attorney/Accredited Representative of M/s. ………………………., solemnly declare that : 1. We are submitting Tender for the work …………………………………………... against Tender Notice No. ECL / HQ / GM(E&M)/Coal Handling Plant/Sarpi/ ---Dated : ---------2. None of the Partners of our firm is relative of employee of M/s. Eastern Coalfields Limited. 3. All information furnished by us in respect of fulfillment of eligibility criteria and qualification information of this tender is complete, correct and true. 4. All documents/credentials submitted along with this Tender are genuine, authentic, true and valid. 5. If any information and document submitted is found to be false/incorrect at any time, department may cancel my Tender and action as deemed fit may be taken against us, including termination of the contract, forfeiture of all dues including Earnest Money and banning/delisting of our Firm and all partners of the firm etc. Signature of the Tenderer Dated ……… Seal of Notary Job No.107652 Page-105 106 CMPDI Integrity Pact Between Eastern Coalfields Limited (ECL) referred to as “The Principal” And ……………………….hereinafter referred to as “The Bidder/Contractor” Preamble The Principal intends to award, under laid down organizational procedures,Contractors for ……………The Principal Values Full Compliance With All Relevant Laws and Regulations and the Principles of economic use of resources and of fairness and Transparency in its Relations with its Bidder/s and Contractor/s. In order to achieve these goals, the principal cooperates with the “international nongovernmental organization” “Transparency International” (TI),following TI’s national and international experience, the principal will appoint an external independent monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Section 1 - Commitment of The Principal (1) The principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:( i ) No employee of the principal, personally or through family members, will in connection with the tender for or the execution of a contract demand take a promise for or except for him /herself or third person any material or immaterial benefit which he /she is not legally entitled to. (ii) The principal will, during the tender process threat all bidders with equity and reason. The principal will be particular, before and during the tender process, provide to all bidders the same information and will not provide to any bidder, confidential / additional information through which the bidder could obtain an advantage in relation to the tender process or the contract execution. (iii) The principal will execute from the process all known prejudiced persons. (2) If the principal obtains information on the conduct of any of its employees which is a criminal offence under relevant anti-corruption laws of India or if there be a substantive suspicion in this regard, the principal will inform its vigilance office and in addition can initiate disciplinary actions. Section 2 - Commitments of The Bidder/Contractor: (1) The Bidder/Contractor commits itself to take all measures necessary to prevent corruption .He commits himself to observe the following principles during his participation in the tender process and during the contract execution: (i) The bidder /contractor will not directly or through any other person or firm offer promise or give to any of the principal’s employees involved in the tender processor the execution of the contract or to Job No.107652 Page-106 107 CMPDI any third person any material or immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract. (ii) The bidder /contractor will not enter with other bidder into any undisclosed agreement or understanding, whether formal or in formal .This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process. (iii) The bidder /contractor will not commit any offence under the relevant Anti corruption laws of India, further the bidder /contractor will not use improperly for purpose of completion of personal gain, or pass on the others, any information or document provided by the principal as part of business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. (iv) The bidder /contractor will, when presenting his bid, disclose any and all payment he has made is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract. (2) The bidder /contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences. Section 3 - Disqualification from Tender process and Exclusion from future contracts If the bidder, before contract award has committed a transgression through a violation of section 2 or any other form such as to put his reliability or credibility as bidder into question, the principal is entitled to disqualify the bidder from the tender process or to terminate the contract, if already signed for such reason. (1) If the bidder /contractor has committed a transgression through a violation of section 2 or any other form such as to put his reliability or credibility into question, the principal is entitled also to exclude the bidder /contractor from future contract award process. The imposition and duration of the exclusion will be determined by the circumstances of the case, in particular the number or transgressions, the position of transgressors within the company hierarchy of the bidder and the amount of damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years. (2) The bidder accepts and undertakes to respect and uphold the principal’s absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice. (3) If the bidder /contractor can prove that he has resorted /recouped the damage caused by him and has installed a suitable corruption prevention system, , the principal may revoke the exclusion prematurely. (4) A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible. Job No.107652 Page-107 108 CMPDI Section 4 - Compensation for Damages: (!) If the principal has disqualified the bidder from the tender process prior to the award according to Section 3, the principal is entitled to demand and recover from the bidder liquidated damages equivalent to 3% of the value of the offer or the amount equivalent to earnest money deposit/ bid security, whichever is higher. (2) If the principal has terminated the contract according to Section 3 or if the principal is entitled to terminate the contract according to Section 3, the principal is entitled to demand and recover from the bidder liquidated damages equivalent to 5% of the contract value or the amount equivalent to security deposit/performance Bank Guarantee, whichever is higher. (3) The bidder agrees and undertakes to pay the said amount without protest or demur subject only to condition that if the bidder /contractor can prove and establish that the exclusion of the bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount of the liquidated damages, the bidder /contractor shall compensate the principal only to the extent of the damage in the amount proved. Section 5 - Previous Transgression (1) The bidder declares that no previous transgression occurred in last 3 years with any other company in any country to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process. (2) If the bidder makes incorrect statement on this subject, he can be disqualified from the tender process or the contract, if already awarded can be terminated for such reason. Section 6 - Equal treatment of all Bidders/Contractors/Subcontractors: (1) The Bidder/Contractor undertakes to demand from all subcontractors a commitment in conformity with this integrity pact and to submit it to the principal before contract signing. (2) The principal will enter into agreements with identical condition as this one with all bidders, contractors and subcontractors. (3) The principal will disqualify from the tender process all the bidders who do not sign this pact or violate its provisions. Section 7 Criminal Bidders/Contractors/Subcontractors : charges against violating If the principal obtains knowledge of conduct of a bidder, contractor or subcontractor of an employee or a representative or an associate of a bidder, contractor or subcontractor which constitute corruption or if the principal has substantive suspicion in this regard the principal will inform the same to the Vigilance office. Job No.107652 Page-108 109 CMPDI Section 8 - External Independent Monitor / Monitors (three in number depending on the size of the contract)( to be decided by the Chairperson of the Principal) (1) The principal appoints competent authority and credible External Independent Monitor for this pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement. (2) The Monitor is not subject to instructions by the representative of the parties and performs his function neutrally and independently. He reports to the Chairperson of the Board of the principal. (3) The contractor accepts that the Monitor has the right to access without restrictions all project documentation of the Principal including that provided by the contractor. The contractor will also grant the Monitor upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to subcontractors. The Monitor is under contractual obligation to treat the information and documents of the bidder/ contractor / subcontractor with confidentiality. (4) The principal will provide to the Monitor sufficient information about all meetings among the parties related to the project provided such meetings could have an impact on the contractual relations between the principal and the contractor. The parties offer to the Monitor the option to participate in such meetings. (5) As soon as the Monitor notices or believes to notice, a violation of this agreement, he will so inform the management of the principal and request the management to discontinue or heal the violation or to take other relevant action. The Monitor can in this regard submit nonbinding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action to tolerate action. (6) The Monitor will submit a written report to the Chairperson of the Board of the principal within 8 to 10 weeks from the date of reference or intimation to him by the principal and should the occasion arise submit proposals for correcting problematic situations. (7) Monitor shall be entitled to compensation on the same terms as being extended to /provided to outside Expert Committee Members /Chairman as prevailing with Principal. (8) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti-corruption Laws of India, and the Chairperson has not within the reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office the Monitor may also transmit his information directly to the Central Vigilance Commissioner, Govt of India. (9) The word ‘Monitor’ would include both singular and plural. Section 9 - Pact Duration Job No.107652 Page-109 110 CMPDI This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded. If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged/ determined by Chairperson of the principal. Section 10 - Other Provisions This agreement is subject to Indian Law, place of performance and jurisdiction is the Registered office of the Principal i.e. Sanctoria. (1) Changes and supplements as well as termination notice need to be made in writing. Side agreements have not been made. (2) If the Contractor is a partnership or a consortium, this agreement must be signed by all the partners or consortium members. (3) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intention. -------------------For the principal Contractor ---------------------For the Bidder/ Place Witness-1 Date Witness-2 The Bidders are required to sign the Integrity Pact as per format given in the Tender document. Name, address and contact No of the Independent External Monitor:Sl No 1 2 Job No.107652 Name Shri Debabrata Bandopadhayay IAS (Retired) Address G.D- 89,Sector III Salt Lake,Kolkata700106 Phone -033-23348544 Shri Sujit.Shankar Chattopadhayay CK-205, Sector I Salt Lake,KolkataIAS (Retired) 700091 Phone -033-2316602 Page-110 TENDER DOCUMENT PART -II NAME & PLACE “Design, Engineering, Drawing, Manufacturing, Supply, Installation /Erection, Testing & OF WORK : Commissioning of Coal Handling Plant on Turnkey basis at Sarpi Underground Mine, ECL” N.I.T. NO. ECL / HQ / GM(E&M)/Coal Handling Plant/Sarpi/ 4464 Dated : 04.04.2012 Eastern Coalfields Limited (A Subsidiary of Coal India Limited ) Sanctoria, P.O: Dishergarh, Dist: Burdwan (WB) E&M Department ****************** Part - II : Contains (192) marked pages. Tender Notice No.: ECL / HQ / GM(E&M)/Coal Handling Plant/Sarpi/ 4464 Dated: 04.04.2012 Engineering, Drawing, Manufacturing, NAME & PLACE “Design, Supply, Installation /Erection, Testing & OF WORK : Commissioning of Coal Handling Plant on Turnkey basis at Sarpi Under Ground Mine, ECL” Date & time of submission of Tenders. : On 14.06.2012 at 11.30 AM. Date & Time opening Of tender (Part-I ) : On 14.06.2012 at 12.00 Noon. Name & address of the Tenderer to whom issued ______________________________________________ _____________________________________________ ______________________________________________ Date of issue. : ---------- Cost of Tender Paper : Rs. 5675/- ( non-refundable) Cash Receipt No. & Date ___________________________________________ Signature of the Officer Issuing Tender Papers. Part-II Document I N D E X Contents Page No. 1 Sec-6 Introduction, Location, Communication & Climate 1–3 2 Sec-7 Scope of work 4-14 3 Sec-8 Technical Requirement 15-20 4 Sec-9 Technical Specification 21-124 5 Sec-10 Scope of supply, Procedure and Form of bidding the price 125-137 6 Sec-11 General Technical Conditions 138-156 7 Sec-12 Erection Conditions of Contract 157-185 8 Sec-13 Commercial Terms & Conditions 186-192 LIST OF DRAWING/PLATES Sl. No./ Subject Plate no. 1 Proposed Coal Despatch Arrangement at MIC Area 2 Schematic Electrical Layout 3 Lighting Layout( Typ.) 4 General carrying and return idlers for Belt conveyors 5 General - Impact idler for Belt conveyors 6 General - Belt conveyor G.A. of Tail end 7 General - Assly. And Detail of intermediate structure of troughed belt conveyor (for surface) 8 General - Belt conveyor G.A. Head end 9 General Arrangement of Belt Conveyor System for Dual Drive upto (2 X 90) kW 10 General Arrangement of typical belt propelled manual/automatic tripper with chute suitable for R.O.M crushed coal of max. lump size (-)200 mm Drawing no. R1/E&M/100063 RI – 1- E - 301095 RI - 1- E - 401000 R1/MEC/200001 R1/MEC/200002 R1/MEC/200003 R1/MEC/200004 R1/MEC/200005 R1/MEC/200008 R1/MEC/200007 1 CMPDI Section - 6 INTRODUCTION 1.1 Eastern Coalfields Limited (ECL), a subsidiary of Coal India Limited (CIL), is in the business of producing and marketing coal by operating both underground and opencast mines and has produced 25 MT of coal during 2007-08. The mines operated by ECL are spread over in two eastern India states, namely West Bengal and Jharkhand. 1.2 At present, practically no Coal Handling Plant is operating at Sarpi underground mine. The coal brought from the underground mine by incline belt conveyor is being stored into the 2 nos. of 40 te overhead truck loading hoppers. 1.3 The coal is being loaded into the tipping trucks by opening the chute gates fitted below the hoppers. The tipping trucks carry coal up to the railway siding for further despatch to various customers by rail. Purushottampur / Bankola Railway siding is being used for despatch of coal. 1.4 The proposed Coal Handling Plant will handle coal produced from 1 no Continuous Miner panel and other production by Bord and Pillar mining method. The proposed Coal Handling Plant can easily handle 0.76 MTY coal. However, this Coal Handling Plant has capacity to handle additional coal if one more continuous miner is added in future. The coal produced from the underground mine will be brought to the surface through Main Incline Conveyor and the coal shall be routed through this plant. 1.5 Normally Continuous Miners panel shall have crushing arrangement as integral unit of the system. Therefore, the proposed plant shall have to handle more or less sized coal approximately of (-) 250 mm. Transportation of coal from the Coal Handling Plant area up to railway siding has been excluded from the scope of work of this NIT which will be dealt separately by the Area Authority as per the present practice. Job No.107652 Page- 1 2 CMPDI 1.6 The proposed installation of Coal Handling Plant at Sarpi shall have to be carried out separately without causing much hindrance to the present coal despatch system. However, some interference will take place while connecting the discharge end of the new main incline belt conveyor at its new discharge drum location. The stoppage time for connecting the new main incline belt conveyor with the proposed Coal Handling Plant shall have to be mutually agreed between the customer and contractor. 2.0 LOCATION, COMMUNICATION , CLIMATE & TOPOGRAPHY 2.1 Location : Shyamsundarpur - South Bankola Block is located in the eastern part of Raniganj Coalfields and falls within the jurisdiction of Bankola Area of Eastern Coalfields Limited. Ukhra Station on the Andal - Sainthia Branch Line is about 2 kms. towards north-west of the block, while Andal Rly. Station on the Main Line is about 12 kms. Leasehold of Sarpi Project is 5.33 sq.km. Sarpi Block comprises of the following lease hold units : a) East Seetalpur Unit b) Sarpi Unit c) South Sector of Bankola Colliery i.e. South Bankola Unit 2.2 Communication The block is connected by all weathered metal road with GT Road as well as Raniganj-Suri and Andal -Madhaiganj Road. The GT Road is about 10 kms from the block. The Durgapur Industrial Complex is about 20 kms. by road to the south east of the area. Job No.107652 Page- 2 3 CMPDI 2.3 Climate The area is situated on the tropic of cancer and has tropical climate. The area is, at times subjected to cyclonic storms during April to June. The area has an average rain fall of about 1180mm., the major part of which precipitates during June to October. 2.4 Topography The area is plain country with gentle undulating topography. The elevation from the main sea level varies from 85m to 110m. The higher grounds are generally occupied by laterite while lower grounds are covered alluvium suitable for cultivation. Large number of ponds are scattered in the area. Damodar and Adjoy are major rivers flowing in this part of country. Damodar river is about 15 km to the south of the block while Adjoy river is about 12km to the north of the block. Job No.107652 Page- 3 4 CMPDI Section -7 SCOPE OF WORK 1.1 This is a turnkey assignment and the scope covers complete design, manufacturing, supply, installation and commissioning of the proposed coal handling plant with its associated equipments including civil and electrical works. 1.2 The broad classification given below is not exhaustive. As such, items not specifically mentioned in the list but required to complete the system shall be considered as included. 1.3 Also if any electrical component or equipment with associated wiring is considered necessary and desirable as per IE Rules amended up to date and read with various circulars issued by the Director General of Mines Safety, Dhanbad or if the same is considered necessary and desirable to comply with the up to date engineering practices or with various Codes of Practices issued from time to time by Bureau of Indian Standard, New Delhi, the same shall be deemed to be a requirement of this tender specification and same should consequently be included in the offer notwithstanding the fact that such requirements are not clearly or specifically indicated in this specification along with associated drawings. 1.4 The scope of work shall cover the following : 1.4.1 Collection of all additional data and site survey 1.4.1.1Collection of all necessary data in addition to those being supplied with this tender document which the contractor/contractors feel necessary to complete the design works. A visit to the site for collecting the present information is mandatory before submission of the quotations 1.4.1. Detailed survey of the existing CHP site including soil testing 1.4.2 Preparation of Action Programme in PERT/CPM net work Job No.107652 Page- 4 5 CMPDI 1.4.2.1All the activities of design, construction and commissioning etc. of the proposed coal handling plant should be placed in a logical sequence, scientifically in the form of PERT/CPM net work. The approximate period of completion of each activity including starting and finishing date should be mentioned in the PERT/CPM network and the same has to be approved by the customer. 1.4.3 Design of Coal Handling Plant & Preparation of Drawing and Design. 1.4.3.1The design of the Coal Handling Plant including electricals (power supply, illumination, earthing and lightning protection, centralized remote and sequence control) and documentation including system design and drawings, preparation of detailed Engineering and working drawings, calculations, specifications and estimates with bill of quantities shall be done by the contractor, on the basis of the layout including the supply of working and maintenance manual of all individual equipment. 1.4.3.2All the parameters/calculations/specifications of individual system/equipment forming a part of design have to be enclosed along with drawings, pamphlets and literatures for the scrutiny and approval of the customer. 1.4.3.3Design drawings shall be in metric scale covering the following category of drawings for the system. i) G.A. and detailed engineering design and drawings of all Civil & Structural works of the system including Stress Analysis calculations and data used for designing the same. ii) G.A. & detailed engineering design and drawings including working and maintenance manual of - a) All individual equipment, Mechanical & Electrical b) Chutes and liners c) Lifting tools and tackles. d) Dust Control system Job No.107652 Page- 5 6 CMPDI e) Fire fighting system f) Illumination g) Plant cleaning system 1.4.3.4Operation, maintenance and spare parts manual shall be supplied along with the equipment. 1.4.3.5The tenderers shall submit six copies of drawings/documents to the customer for scrutiny and approval. One print of such drawing will be returned to the contractor by the Engineer marked approved/approved with correction. Contractor shall thereupon furnish the owner with nine prints and one reproduceable original/soft copy of the drawing after incorporating all corrections. 1.4.4 Supply of equipment and accessories : 1.4.4.1The scope covers supply of all equipments and accessories, mandatory spares, tools and tackles, consumables and other items needed for successful commissioning and maintenance of the proposed arrangement. Separate lists of Mandatory spares, Standby spares, Optional spares and required tools and tackles shall have to be supplied by the bidder along with the offer indicating the consumable spares. The supplied materials shall strictly be in accordance with the approved design and drawing. 1.4.4.2The scope also covers transportation of all materials to the site, freight, insurance, all taxes and duties, storage at site and handling of material etc. 1.4.4.3The equipment specifications and drawings shall have to be approved before placement of order/procurement/start of fabrication. 1.4.5 The scope includes the erection of equipment of the proposed system including all sorts of civil and structural steel works as per latest relevant IS standards. Fabrication of all structures will be done in accordance with the drawings approved by the customer. Job No.107652 Page- 6 7 CMPDI 1.4.6 Commissioning of the System No-Load test, Load test, Guarantee test and commissioning of the proposed system shall have to be carried out after installation of the system. 1.4.7 Documentation After the plant has been installed and commissioned, the contractor shall furnish all the final design drawings, specifications etc. in properly documented form to the owner. Total nine prints of drawing and one reproduceable original/soft copy shall have to be furnished by the contractor to the owner. 1.4.8 Training of employer’s personnel For maintenance of the proposed system, training of the employer’s personnel shall have to be given by the successful bidder. 1.4.9 Miscellaneous works not specifically mentioned in the scope but required to make the system complete shall have to be furnished by the bidder for successful operation of the system. 1.5 The total scope under various services are broadly divided as follows : i) Mechanical ii) Electrical iii) Civil & Structural iv) Other utility services The detailed specification has been furnished. A list of approved vendors for mechanical and electrical equipment has been enclosed. Job No.107652 Page- 7 8 CMPDI 1.5.1 Mechanical A broad list of all the mechanical equipment of the CHP that is covered under the scope of this tender is given below : S.N Particulars 1 Belt Conveyor 1200 mm wide, 115m length, 600 tph (Avg.)/750 tph (Peak), 3 m/s speed, 10 m lift, 2X55 KW drive unit with 24 m Tripper travel 2 Nylon / Nylon Belting 1200 mm wide (km) 3 Chutes and Liners 4 Dust suppression system 5 Fire fighting system (Extinguisher type) 6 Lifting tools and tackles viz. chain pulley block, etc. Qty 1 no. As required As required As required As required As required 1.5.2 Electrical A broad list of all electrical equipment and accessories covered under the scope of the tender is as follows: Sl. No 1 2 3 4 5 6 7 8 9 10 11 12 13 Particulars 550V, 630A, Air Circuit Breaker 400 KVA, 550/433 V Transformer 25 KVA, 433/220V (L-L) Lighting Transformer 415 V, 630A, Air Circuit Breaker 415 V, Motor Control Center Power cables of various grades & sizes Lighting cables of various grades & sizes Control Desk, Control cable , 650 V grade of various cores etc. Earthing Illumination Lightning Protection system Miscellaneous items MLDB, BDB, Ceiling & Exhaust fans, Junction Boxes, DOL Starters, etc. Safety & Testing Equipment Job No.107652 Page- 8 Quantity 2 nos. 2 nos. 1 no. 2 nos. 1 no. LS LS LS LS As specified As specified LS LS 9 CMPDI 1.5.3 CIVIL AND STRUCTURAL The civil and structural work under its scope shall cover all aspects of works including design, execution and erection of complete civil and structural works including roads, pavements and drainage system required for the CHP. The scope of work also includes the dismantling of two nos. existing over ground hoppers. The execution of civil and structural work consists of providing all labour, supervision, materials, scaffolding, construction, fabrication and erection of structural steel work and all incidental items not specified but implied for successful completion of the work in accordance with approved drawings and specification. The nature of work shall generally involve leveling/grading within the battery limit of the CHP, earth work in filling and excavation including all type of soil and rocks, dewatering in foundation trenches, back filling around completed structures, disposal of spoil, concreting including reinforcement and form work, brick work, fabrication and erection of structural steel, anchor bolts, RCC works, roads, pavements and drainage system within the area and other ancillary items. Work has to be executed according to approved working drawings, fabrication drawings with addition/alteration and modifications made from time to time, as required by the Company. The design of RCC structures shall be carried out as per code of practice for plain and reinforced concrete for general building construction IS: 456-2000 including up-to-date amendments. Job No.107652 Page- 9 10 CMPDI CIVIL CONSTRUCTION: 1.5.3.1 Levelling The scope of work includes necessary levelling, dressing and grading required for the portion of the CHP. It is to be carried out keeping in view of the existing drainage system of the entire area and road network for proper drainage and connectivity. 1.5.3.2 Foundation: Construction of all foundations required for the system as per the enclosed drawing shall be included in the scope of work. 1.5.3.3 Dismantling: The dismantling of 2 nos. existing over ground hoppers is within the scope of work. 1.5.3.4 Fabrication & Erection of structural: All the fabrication of structural shall be done in accordance with the drawings approved by the company. The steel structural shall be designed and fabricated as per code of practice for use of structural steel in general building construction IS: 800 with up-to-date amendments and other relevant IS standards. 1.5.3.5 Elevated conveyor gallery: Conveyor shall be housed in suitably enclosed galleries of structural steel. Walkways of mild steel gratings shall be provided on either side of conveyor. The walkway shall be 1000 mm wide and catway shall be 600 mm wide. Job No.107652 Page- 10 11 CMPDI The roof of the gantries shall be fully covered with 22 gauge CGI sheeting. However, 10% of the roofing for galleries shall be covered with translucent sheeting. Side cladding with 24 gauge CGI sheeting shall be provided from the top of the gantry to a level of 300mm above the floor level. The side cladding of bottom 300mm shall be done by expanded metal. Hand railing shall be provided along the walkways. The Cantilever gantry for conveyor shall be of structural steel having the same specification as stated above. 1.5.3.6 Drive House and Transfer House: The construction of drive house is within the scope of work .The location of the drive unit of conveyor shall be as shown in the drawing no.100063. The super structure shall be of structural steel. The roof shall be covered with 22 gauge CGI sheet and side shall be covered wherever required with 24 gauge CGI sheet. Proper arrangement for fixing the head drum, tail drums and drive units shall have to be made. The dimensions of the structures should be fixed in such a way that there shall be adequate space (at least 1.5m) for movement around to facilitate maintenance of all equipments. Access stairs of adequate width and with hand railing shall have to be provided as per requirement. 1.5.3.7 Steel Hopper: Four nos. of 250Te Capacity steel hopper are to be constructed for unloading coal to the truck. The inside face of the hopper shall be provided with triscal/SAIL hard lining. Job No.107652 Page- 11 12 CMPDI 1.5.3.8 Tripper conveyor gallery: The tripper conveyor gallery shall be of structural steel as shown in the drawing. The roof shall be covered with 22 gauge C.G.I. sheeting and side shall be covered with 24 gauge CGI sheeting. The main walkway shall be 1000 mm and the cat way shall be 600 mm wide. 1.5.3.9 Service Building a) Integrated Sub-Station cum CHP Office Building: An integrated building for substation, control room and CHP office has been envisaged. The plinth area of substation building, control room and CHP office shall be 56 Sq.m, 12 Sq.m. & 12 Sq.m respectively and the height of the roof shall be 4m. The building may be constructed as load bearing wall structure with RCC roofing. The wall shall be of 1st class brick with (1:6) cement mortar. The entire wall shall be plastered with (1:6) cement mortar and the ceiling with (1:4) cement mortar. The external surfaces of the buildings shall be finished with cement base paints in 3 coats of approved made and shade and internal surfaces shall have 3 coats of white wash. Except for control room which has PVC vinyl flooring all other flooring shall be of 40mm thick IPS flooring. The doors in the substation building shall be of MS plates supported on MS frames and anchored properly to walls. Wherever necessary rolling shutter shall be provided. The windows to be provided in the ground floor shall be fully glazed steel windows with MS grills. The thickness of the glass shall not be less than 3mm. Job No.107652 Page- 12 13 CMPDI All doors in the control room and CHP office shall be of flush door shutter with commercial ply finish, with wooden door frames and all necessary anodized aluminium fittings and fixtures. Window type air conditioner will be provided in the control room. The roof of the building shall have six course of roof treatment with two layers of bitumen felt or any standard method of roof treatment. The Substation building shall have an attached toilet with urinal, W.C and washbasin. The sewage of the toilet shall be treated in a septic tank with a soak pit. The connection of the water pipe line from the overhead tank to the toilet is within the scope of this work. All necessary electrical wirings, fitting and fixtures including bulb points, tube light suspended from the ceiling up to the level below the ceiling fan level, ceiling fans, plug points, etc. are included in the scope of the building work. Plinth protection along with peripheral drain shall be provided. 1.5.3.10 Road: The entire production is to be despatched by road to the nearby railway siding. So necessary road network surrounding the ground stockpiles, for loading and despatching with proper parking area is to be provided. The network should be connected with the approach road and existing road network within the CHP area. 1.5.3.11 Drainage and Sewerage: The portion of CHP area shall be provided with a proper drainage system for rainwater and industrial waste keeping in view of the existing drainage system within the CHP area. Drains of suitable size shall be provided for these purposes and shall be finally discharged to a distance of 50m from the CHP area. The industrial waste after settlement shall be carried away from the CHP area. Job No.107652 Page- 13 14 CMPDI All drains for rain water/industrial effluent shall be of brick masonry construction and open top. Inside faces shall be plastered smooth, finished with neat cement. RCC slab cover shall be provided at road crossing and building entrance. 1.5.3.12 Water Supply : ECL will supply water at a single point within the boundary limit. Adequate arrangement for water supply for industrial, potable and dust suppression including the underground and overhead reservoirs shall be within the scope of work. 1.5.3.13 Pavement for ground stock: The ground stockpile area shall have a pavement with the following specifications: (i) Well prepared and compacted sub-grade. (ii) 250mm thick (rolled, compacted and finished thickness) stone boulder interlocked soling as sub base including blending of inter slices with stone spalls and moorum. (iii) 100mm thick (rolled, compacted and finished thickness) very good quality moorum with appropriate slope for good drainage towards the periphery of the dump. Job No.107652 Page- 14 15 CMPDI Section-8 TECHNICAL REQUIREMENT 1.0 MECHANICAL 1.1.0 EXISTING SYSTEM At present a 1200 mm wide Main Incline Belt Conveyor is feeding coal to the 2 nos. of overhead truck loading hoppers at surface at height of 12 m. This existing Main Incline Conveyor is handling present production of 0.76(approx) MTY of coal. The Contractor’s truck is being used for loading of coal from overhead truck loading hoppers & transporting the same up to the railway siding. 1.2.0 PRESENT PROPOSAL 1.2.1 The existing Coal Handling Arrangement at surface is insufficient for handling the coal production from the addition of the Continuous Miner introduced in the mine & therefore the total reorganization of surface coal handling arrangement shall have to be made for smooth operation of Continuous Miner unit at the underground. The entire production of 0.76 MTY ( 0.46 MTY from Continuous Miner + 0.30 MTY from existing B&P Panels) shall be routed through the Main Incline Belt conveyor and proposed Coal Handling Plant. The proposed Coal Handling Plant will easily handle 0.76 MTY of coal. However, while fixing the capacity of the proposed Coal Handling Plant, provision has also been kept to handle additional coal if one more continuous miner is added in circuit and the system capacity of the plant has been considered as 600 tph (average) or 750 tph (Peak). During construction of the proposed coal handling plant, all efforts will have to be made so that minimum disturbance takes place in the existing coal despatch system. Job No.107652 Page- 15 16 CMPDI 1.2.2 Based on peak production, considering 330 working days and 12 effective working hours per day, the system capacity has been kept as 600 tph. The proposed plant shall meet all the functional requirement with due regards to safety, operation and maintenance, environmental protection and despatch of coal by rail. Apart from these the plant shall be equipped with the facilities viz. fire fighting, water supply, road, drainage etc. 1.3 BASIC PARAMETERS A. i) ii) iii) B i) ii) C i) a) b) ii) Nature of construction Type Mode of construction Time of execution Coal Production Annual coal production Grade of coal Working schedule No. of working days for Capacity calculation Operation/maintenance No. of working shifts / day iii) No. of effective working hours per shift for capacity calculation D Input and output sizes of coal i) Output product ii) Percentage of oversized iii) Maxm. size of lump E System Capacity F) Feed material i) Bulk density (Te/m3) ii) Angle of repose G) Ambient conditions i) Maxm. Surface temperature a) Summer b) Winter ii) Min. surface temperature a) Summer b) Winter Job No.107652 Coal Handling Plant Turnkey execution 15 months 0.76 million tonnes B 330 365 3 of 8 hrs. each 4 (-) 250 mm 10% (assumed) 300 mm (assumed) 600 tph (average) or 750 tph (Peak) 0.8 for capacity calculation & 1.1 for load calculation 35 0. 50 0C 28 0C 19 0C 8 0C Page- 16 17 CMPDI iii) Maxm. Relative humidity H Storing of coal i) Type of storage I i) Loading and Despatch Type of loading ii) Mode of despatch iii) iv) J i) Loading schedule Customer Environmental control Dust concentration level in CHP area Noise level ii) 1.4 98% Overhead truck loading hoppers and ground stockpile Tipping trucks by opening gate of overhead truck loading hoppers and payloaders from ground stock By tipping trucks upto siding and by rail upto customer In all the three shifts and seven days a week Power Plant and others 3 mg/m3 of air for dust size upto 15 microns during worst/critical operating conditions 85 dB (A) SYSTEM DESCRIPTION The proposed coal handling plant broadly comprises of the following sections: i) Section-I ii) iv) Section-II Section-III Construction of 115m long belt conveyor with 4 nos. of overhead 250 Te Steel Hoppers Provision of 2000 Te Ground Stock Auxiliary facilities 1.4.1 Section-I : Construction of 115m long belt conveyor with 4 nos. of overhead 250 Te Steel Hoppers The proposed new belt conveyor will receive coal from the discharge end of main Incline belt conveyor & will deliver coal into 4 nos ,250 Te each mild steel overhead truck loading hoppers. The discharge end of Main Incline belt conveyor will be at 12.52 m from ground level. The tail end of the proposed new belt conveyor will be at 10.52 m level. This belt conveyor will remain horizontal at its tail end portion & thereafter will be elevated in 1 in 4.5 gradient upto 20 m level. This belt conveyor will be equipped with 24 m Tripper travel for continuous loading of Coal into 4 nos. of 250 Te overhead truck loading hoppers. Four nos. of 250 Te overhead truck loading hoppers will be installed below the tripper portion of proposed belt conveyor. Normally these overhead truck loading hoppers shall be used for storage of coal. Manually operated sector Job No.107652 Page- 17 18 CMPDI gates will be fitted below these truck loading hoppers. By opening the sector gates coal from the overhead truck loading hoppers can be delivered onto the tipping trucks for carrying coal up to the Railway siding. Transportation of coal from CHP area to siding has not been included in the scope of NIT. 1.4.2 Section-II : Provision of 2000 Te Ground Stock Ground stock pile can be formed by using the cantilever portion of the proposed belt conveyor. Normally overhead truck loading hoppers will be used for storage of coal. In case of non-availability of contractor’s trucks and when all the hoppers are full, the cantilever portion of the same belt conveyor shall have the facility to deliver coal onto the ground for formation of ground stock pile of nearly 2000 te. Pay loaders will be used for reclamation of coal from the ground stock for loading into the tipping trucks. However the supply of pay loaders & transportation of Coal from CHP area to Siding is not included in the scope of NIT. 1.4.3 Section-III : Auxiliary facilities The plant shall be complete with all auxiliary facilities for maintenance of the plant, plant cleaning, safety, fire fighting, water supply, noise control, dust control, road, drain etc. to ensure smooth and efficient plant operation. The transfer chutes and hoppers shall be provided with wear resistant carbon steel or high density polymer liners to ensure longer running life of chutes and hoppers and also reduce noise pollution. All sorts of hoisting equipment, tools and tackles and mandatory spares etc. required for the above purpose are to be selected suitably. 2.0 ELECTRICAL 2.1. POWER SUPPLY : 2.1.1 Sarpi project receives power from Ukhra substation (132/33/11KV) of WBSEB at 11KV by overhead line at Sarpi Project substation located near the main incline. Job No.107652 Page- 18 19 CMPDI 2.1.2 The proposed coal handling plant will receive power from existing 1 MVA, 11/0.55KV transformer at Sarpi project substation. It is proposed to install two 400KVA, 550/433V transformers along with 550V primary and 415V secondary circuit breakers at Sarpi Project substation to feed power at 415V by 240 sq.mm cable to the CHP control room building to be located adjacent to the CHP. The 2 nos. 400 KVA transformers will receive power at 550V by 240 sq.mm. cable from the existing 550V switch board panel through proposed two 550V Air Circuit Breakers. Power to the various load i.e. Belt Conveyor, Tripper, Dust suppression system, Lighting etc. will be supplied at 415V by respective cable feeders from 415V Motor Control Center to be located in the switch room of the CHP control room building. 2..2 ILLUMINATION : 2.2.1 It is proposed to install a 25 KVA, 433/220V (L-L) Lighting transformer in the switch room of the CHP control room building. The power for illumination of the plant and control room building will be fed from a Main Lighting Distribution Board (MLDB) to be installed in the switch room which will receive power at 220 V (L-L) from the 25 KVA Lighting Transformer. A no. of Branch Distribution Boards (BDB) shall be installed at convenient places of the plant for controlling different groups of lights fittings. These BDBs shall receive power from MLDB . 2.3. EARTHING : 2.3.1 The earthing system shall be Restricted Earth Neutral System. 2.4. LIGHTNING PROTECTION : 2.4.1 The lightning protection of the control room building, hopper/truck loading complex and the entire conveyor structure shall be provided by Air Job No.107652 Page- 19 20 CMPDI Termination Network brought to separate Grounding Electrodes by Down Conductors having suitable Test Points with minimum 25 x 6mm. GI strip. 2.5. CENTRALISED REMOTE & SEQUENCE CONTROL : 2.5.1 To ensure reliable and economical operation of equipment in a predetermined manner coupled with safety, centralized control of the Coal Handling Plant is proposed through conventional Relay Logic System from the control room. 2.5.2 The Centralised Control System envisages two possibilities of carrying out the control mechanism – Auto Sequence Control and Manual Control. This can be accomplished by means of a selector switch placed on the control desk. Auto sequence control shall be used normally to operate the Coal Handling Plant. If the auto sequence control fails to operate, the plant can be started manually from the control desk by placing the selector switch to manual position. 2.5.3 The Belt Conveyors ( main incline belt conveyor and CHP belt conveyor) shall be started/stopped either locally by their respective local control stations installed near their drives or by Remote Control from the Control Desk at the proposed CHP Control Room. During Remote Control start, the starting of the equipment shall be in sequence by depressing the start Push buttons in the Control Desk. There will be an interlock for starting the technological mechanism in the reverse direction of the coal flow line. Stopping shall be done by depressing the stop push buttons in the Control Desk. There shall also be an interlock in the stopping sequence of the technological mechanism so that if any equipment in the coal flow line stops, the preceding ones shall be stopped automatically. Job No.107652 Page- 20 21 CMPDI Section-9 TECHNICAL SPECIFICATION 1.0 MECHANICAL 1.1 DESIGN BASIS Sarpi is an underground mine. Coal from underground mines are generally small in size. Secondly continuous miner panel, proposed to be introduced in the mine, shall have its own crushing unit as an integral part of the system. Therefore the proposed coal handling plant shall have to handle uniform sized coal of (-) 250mm. The capacity of the plant has to be kept for 0.76 MT of coal per annum, for which all the equipments of this coal handling plant has to be designed for a capacity of 600 tph (Average) or 750 tph (Peak). It is presumed that uniform size coal of (-) 250mm shall be brought to the surface from underground by means of incline belt conveyors at a rated capacity of 600 tph (Average) or 750 tph (Peak), as the incline belt will receive coal from underground strata bunker via electromechanical vibratory feeder fitted below the strata bunker, for feeding coal to the proposed coal handling plant. In general the bulk density of 800 kg/cum shall be considered for capacity calculations and 1000 kg/cum for load calculations. The design, manufacture and quality control of the equipment, proposed to be used for the coal handling plant, shall conform to internationally accepted standard. The necessary proofs in respect of design, manufacture and quality control of the equipments, their satisfactory performance, achieved throughput etc. shall have to be submitted by the tenderers with their offer. 1.2 BELT CONVEYOR : 1.2.1 The bulk density shall be taken as 0.8 to 1.0 t/m3. Coal lump size shall be taken as 250mm. Slope of conveyors, wherever applicable shall not exceed 14 degree. The radius of curvature of concave/convex curve wherever applicable, shall be calculated as per International norms. The minimum Job No.107652 Page- 21 22 CMPDI radius for convex curve shall not be less than 25m. Belt sag between the idlers shall not exceed 2%. There shall not be more than one concave and one convex curve on a conveyor. The design capacity of conveyor shall have to be calculated as follows : Design capacity – 1.25 x average/rated capacity The drive motors, gear reduction unit, high speed and low speed couplings of all equipment shall be rated for at least 120% of actual requirement. This shall have to be demonstrated during load trial run. The conveyor belts shall be selected in such a way that the normal working tension at the specified design load shall not exceed 80% of the maximum allowable working tension. 1.2.2 SPECIFICATION FOR BELT CONVEYOR 1.2.2.1Scope of Supply : The scope of supply shall include the complete conveyor system with different required accessories in terms of the detailed specifications, enclosed drawing and conveyor schedule forming part of the tender specifications. It shall, interalia, include the following : a) b) c) d) e) f) g) h) i) J) k) l) m) n) Job No.107652 Motor with starter Gear Box Couplings Pulleys Take up devices Idlers-Carrying, return, impact, self aligning and transition, idler frame Bearing and Plummer block Conveyor frame Stools for supporting conveyors Decking plates Skirt plates Belt cleaning devices Holdback device Electro hydraulic thruster brakes Page- 22 23 CMPDI o) p) q) r) s) Pull chord switches Belt sway switches Zero Speed Switches Guards Any other accessories needed for successful operation of the conveyor to meet the system requirement 1.2.2.2 Duty Conditions : Conveyor shall operate on average for 15 hours a day over 330 days per year in general, but design should be such that it can be operated for 365 days in a year and 24 hours a day, if required. Conveyors may have to work in most adverse working conditions like too much dust, surface temperature upto 50 degree C, relative humidity upto 98%. The conveyor shall be able to start in full load conditions. 1.2.2.3Drive Unit : Drive unit consisting of Drive Assembly, gear reducer, motor and other components shall be mounted on a common rigid base frame. The unit shall be robust and compact. The design shall be modular so that individual components can be taken out and replaced for repair and overhaul, with minimum dislocation of other components. The unit shall be so built as to facilitate dismantling into sub-assemblies and re-assembly at site. The design should facilitate easy maintainability of all components. 1.2.2.4 Base Frame : The common base frame for the Drive Unit shall be made up of tested quality rolled steel joists, suitably braced or built in fabricated steel sections, so that the built in operation is vibration free. The motor, reduction gear box, couplings and drive pulleys shall be properly aligned in the works of the manufacturer, before the supply is affected. Dowel pins shall be provided with gear box, motor and plummer blocks for proper alignment . No. and size of fixing bolts provided for fixing to steel structure should be sufficient to ensure not only to permit a stable operation of the drive but also to withstand any untoward tension that may develop in the operation of the conveyor. The Job No.107652 Page- 23 24 CMPDI driving drum shall be reasonably clear off the base so that the bottom run of the belt shall not foul with any structure. Necessary access to clean the material falling at the bottom of drive drum shall be provided. The base frame shall be machined at necessary places to receive the motor, reducers, and bearing housings of the drum unit. 1.2.2.5 Drive Arrangement : Drive arrangement is indicated in the conveyor schedule 1.2.2.6 Motor : a) The motor shall be totally enclosed fan cooled squirrel cage Induction Motor having double cage for high starting torque. b) The motor is meant for continuous duty and direct-on-line start having a synchronous speed of 1500 rpm and minimum degree of protection IP-55. The motor shall have a class of insulation-F. c) The motor shall be horizontally foot mounted type with dimensions conforming to relevant Indian Standard Specification (amended upto date) d) The motor shall be designed to withstand a variation in voltage of ( + 10%) volt e) The motor shall be capable of starting and accelerating to the rated speed coupled with the fully loaded driven equipment without exceeding the acceptable winding temperature even when the supply voltage drops to 80% of the rated voltage throughout the starting period f) The starting torque of the motor shall not be less than twice the full load torque. Job No.107652 Page- 24 25 CMPDI g) The terminal box mounted on one side of the motor shall be suitable for accommodating 1100 volt grade suitable sized aluminium conductor, PVC insulated, PVC sheathed single wire Armoured cable. h) The motor shall be tested as per the requirement of the relevant Indian Standard Specification (amended up to date). 1.2.2.7Gear Reducer : a) The type of reduction gear box shall be as indicated in conveyor schedule conforming to relevant Indian Standard Specification completely enclosed in leak proof and dust proof chamber of standard size to allow natural cooling and running in oil bath (splash lubrication). b) Thermal rating of each gear reducer at 50 Deg.C ambient temperature shall not be less than the rating of its drive motor. c) The gear box shall be rated for service factor in accordance with relevant Indian Standard Specification and shall not be less than 1.5. d) The gear shall be of high precision, preferably machine building class, machine cut, hardened and lapped in accordance with the relevant Indian Standard Specification. The gear box shall have a minimum rated life of 50,000 working hours. The temperature of lubricating the gear box shall not exceed 65 deg. C when running continuously under full load conditions of maximum ambient temperature of 50 Deg. C in the shade. e) The high speed shaft shall be extended suitably for providing electro-hydraulic thruster brake. f) Suitable oil level indicator, magnetic drain plug and metallic breather shall be provided. Job No.107652 Page- 25 26 CMPDI g) The gear box housing shall be so split as to enable easy maintenance. h) The reducer unit body design shall be such that there is automatic alignment while fixing the reducer unit to the drum shaft. For the purpose of quick alignment and for easy installation, dowel pins shall have to be provided. Both shall be of split type and made of fabricated/cast steel as per relevant Indian Standard Specification. i) Gear shaft shall be supported on roller bearing of ample capacity and dimensionally conforming to relevant Indian Standard Specification. 1.2.2.8Coupling Flexible gear coupling shall be used for power transmission on low speed side i.e. between speed reducer and driving pulley. The hub and sleeves of the geared coupling shall be forged C-40 steel and bolts shall be of alloy steel. Constant filling type fluid coupling made of steel./aluminium body shall be used on high speed side i.e. between motor and speed reducer for all motors above 37KW. Flexible pin bush coupling shall be used for all the motors less than 37KW rating. The coupling shall be designed and manufactured as per relevant Indian Standard Specification to fulfill the following four essential functions in a mechanical drive system : a) By allowing the motor on off-load start. b) By enabling the starting torque to match drive requirements. c) By acting as a filter to torsional vibrations. d) By acting as torque limiters. 1.2.3 Take-up Unit : Automatic take-up of vertical gravity type (as per requirement) shall be provided with necessary take-up arrangement complete with bend pulley, take up pulley, counter weight and other accessories, suitable guards with marked Job No.107652 Page- 26 27 CMPDI up scale attached to the frame to monitor belt stretch. Access/maintenance platform with hand rails etc. shall be provided. Adequate access from conveyor gallery/transfer house/ground etc., as the case may be, shall be provided to inspect, repair and maintain the take-up arrangement. The prime consideration should be to locate the automatic take-up, at a place where these will work best, in relation to the drive, to keep belt tension at a minimum. For this, required amount of counter weight shall have to be provided. Other considerations such as available space, maintenance conditions and the economics of the location should also be taken into account while designing. Height of the take up guide structure shall be sufficient to allow the take up weight movement up and down for all operating conditions of conveyor and to allow minimum two ( 2 ) vulcanizing length margin in the belt of 25% conveyor length which ever is larger. Suitable guide shall be provided both for take up pulley and take up weight. Normally, the take up travel zone shall terminate at ground level. In that case more than man height safety fencing shall be provided all around. Manual screw take up may be used for smaller length of conveyor up to 30 m length. 1.2.4 Conveyor Frame : The conveyor frame shall consist of stringers of ISMC 125 (minimum) for belt width of 1200mm. The stringer shall be connected by “N” shaped cross bracings of ISA 50x50x6 (minimum). The length of individual sections shall not be more than 6000 mm. for easy transport and assembly. Top and bottom idler frames when assembled on the stringer, shall have their position at right angle to the longitudinal axis of the conveyor. Provision shall be made for joining of sections with permitted play in the vertical plane of the order 75-100mm. The conveyor frame shall be complete with stools for supporting the stringers. Stools for support of conveyor frame shall consist of adequately sized vertical supports, fabricated out of structural steel sections. Suitable bracings and base plates for fixing the stools on foundation or on conveyor gantries shall be Job No.107652 Page- 27 28 CMPDI provided. Proper fixing arrangement shall be provided for supporting the stringers on the stools and this shall be of easily dismantling type. Suitable gusset plates shall be provided between the conveyor stringers and stools to accommodate more number of bolts for structural stability. The height of the stools shall be such as to give clearance between return roller and ground of at least 500mm . The plates of the stools shall be suitable drilled for grouting. Expansion joints shall be provided at every 5th joint. Suitable allowance shall be provided to accommodate the expansion of steel. The intermediate structures shall be suitably welded at site. Conveyor frames at the transfer/loading points and also at curvature zone shall has to be fabricated and installed in such a way so that the conveyor belt shall touch all the impact and carrying idlers through out its length under all the operating conditions. 1.2.5 Idlers : The idlers, idler sets and lengths of individual roll shall conform to IS 9295 & IS-8598 and all idlers shall be drop in type. Staggered type carrying idler sets shall be preferred. 1.2.5.1Idler Tubes : Idler tube shall be made out of ERW (Heavy) steel tubes, conforming to relevant Indian Standard Specification. In no case shall the diameter of the idlers be less than 152.4mm for carrying side and 152.4mm for return side. Wall thickness shall be minimum 5mm. The diametral run out of the completed idler shall not exceed 0.8mm at any point along the length. Job No.107652 Page- 28 29 CMPDI Idlers shall be water proof against a high velocity water jet, dust proof and weather proof. 1.2.5.2Idler Shaft : Idler shaft shall be made of steel not inferior to EN8 or C-40 of relevant Indian Standard Specification. The bearing seatings on this shaft shall be machined and ground to protect seating and alignment. The bearing seatings on both ends of the shaft shall be absolutely co-axial. The rolls shall be supported from fabricated steel brackets. Fixing arrangement of roller with brackets shall be drop-in type. 1.2.5.3Bearing : The bearings shall be of seize resistant type having 30mm bore diameter for impact and 30mm bore dimension for carrying and return idlers to operate in hostile environment. The bearing should be C-3 clearance and dimensions conforming to relevant Indian Standard Specification. The bearing shall be adequately sealed and lubricated for life and life of the bearings shall in no case be less than 30000 operational hours. 1.2.5.4Bearing Housing : The bearing housings shall be pressed from cold rolled annealed sheets, extra deep drawing quality. The thickness of the sheet shall be minimum 5mm. The thickness of housing at any cross-section should not be less than 3mm.The bearing housings shall be press fitted and welded at both ends of the idler tubes. 1.2.5.5Lubrication and Sealing : The idler shall be grease packed for its rated life. The grease shall be of good quality and capable of remaining free from hardening and separation. The grease cavity at each housing shall be of sufficient capacity (not less than 16CC). Idlers shall be provided with graphite impregnated resilient contact seal to be press fitted into roll head. Outer dust shield shall be corrosion- Job No.107652 Page- 29 30 CMPDI resistant, deep close fitting, multi lip labyrinth, which shall function as a positive barrier against ingress of dust and moisture for design life of idler rolls. There shall also be high pressure lip back seal for the retention of grease in bearing cavity. 1.2.5.6Idler Arrangement : I) Carrying Idler : A) The carrying idler set shall consist of three rollers of equal lengths. The troughing angle shall be 35 Deg. Carrying idlers shall be placed at 1000mm (maximum) interval along the length of the conveyor. B) The angle of Tilt (in case of in-line type idler sets) i) The angle of tilt of side idlers shall be towards the material flow and the angle of tilt shall be marked on the frame. Arrow mark will be given indicating the tilting direction. ii) The angle of tilt of side idlers shall be 2 deg. in the direction of belt run. iii) The side rollers for the purpose of training shall not be accepted except when these form part of self alignment on swivelling base. C) The direction of belt travel shall be marked on the frame by an arrow head. II) Return Idler : The return idlers shall be of single roll type and placed at 3000mm (maximum) interval along the conveyor length. III) Impact Idler : Impact idlers used at the loading and transfer points shall be so designed as to avoid direct loading impact, belt damage to the carrier. The material used in construction of this type of idler shall be of resilient type and having sufficient Job No.107652 thickness not less than 35mm. The spacing of the impact idler Page- 30 31 CMPDI shall not be more than 500mm and a minimum of six ( 6 ) nos. of impact idler shall be provided per loading/transfer point. The idlers shall be supported in a bracket, welded to a base, making a neat compact unit and arrangement similar to carrying idlers. IV) Self Aligning Idler : On the carrying side two sets of self aligning troughing idlers shall be placed at 5 metres spacing from head and tail pulley and the spacing of intermediate self aligning troughing idlers shall be 15 metres. On the return side two sets of self aligning return idlers shall be placed at 10 metres spacing from the head and tail pulleys and the spacing of intermediate self aligning return idlers shall be 30 metres. Self aligning idlers shall also be provided near the drive and take-up pulleys. The self aligning troughing idlers and self aligning return idlers shall be direct acting type, complete with wing rollers fitted with the ball bearings and mounted inclined towards the belt. The idler frame shall be suitably cradled about a vertical pivot, supported in bearings over a fixed plate. Separate grease fittings shall be provided for the vertical pivot and actuating bearing. Adequate sealing arrangement shall be provided to prevent contamination of lubricant by dirt and moisture. V) Transition Idler : Transition Idlers shall be used adjacent to head and tail pulleys to gradual transition from fully troughed section of belt to a flat faced pulley eliminating high stress concentration in belt. The transition idlers shall be designed with adjustable concentrator (end) rolls and long center rolls to suit the troughed belt conveyor between last regular troughing idler and the adjacent pulley. The transition length and the number of transition idlers shall be selected depending upon the tension, type and size of belt, number of plies and other necessary governing factor. VI) Self Cleaning Idler : The conveyor shall be provided at least with one no. self cleaning type rubber disc return idler located near the head pulley for cleaning the return belt. Job No.107652 Page- 31 32 CMPDI VII) Friction Factor shall not exceed 0.015 for 1% of the idlers selected at random for testing. VIII) End cap thickness (minimum), shell thickness, spindle diameter at bearing shall be clearly spelt out with the offer. IX) Shore –A hardness of rubber used for impact idlers shall be 50 to 60. X) Idler Bracket : a) The brackets for the carrying idlers shall be of rigid frame construction to withstand shock loads resulting from large lumps. b) The fixing arrangement of carrying and return idlers shall be such as to permit adjustment of the idler sets for purposes of Belt Training. Allowance for such adjustments shall be provided on both sides of the conveyor and the play shall not be less than 10mm on either side. c) The idlers shall be of drop in type to enable easy replacement. 1.2.6 Pulley (Driving, Delivery, Tail, Take-up, Snub & Bend) : 1.2.6.1 The pulleys shall conform to IS-8531 (latest) and welded as per IS-9595 and drum shell should be stress relieved. 1.2.6.2The minimum face width of pulleys shall be 1400mm for 1200mm wide belt. 1.2.6.3The pulley diameter shall be one of the following (no account shall be taken of the pulley lagging) 400,500,630,800,1000,1250,1400 and 1600mm depending upon belt tension and type of belting. While selecting diameters of low tension pulleys, care should be taken so that ply separation and in extreme cases the actual fracture of the fabric of belting should not take place. 1.2.6.4Pulley shell and diaphragm material shall conform to IS-2062, Fe-410WA and shaft material as per C-40, En 8. Job No.107652 Page- 32 33 CMPDI 1.2.6.5Tolerance on diameter shall be +12mm/(-)3mm Tolerance on finished pulley face shall be +/- 6mm. Design life of bearings shall be 50,000 hrs (min). 1.2.6.6Out of roundness of pulley shall not exceed 0.5% of Nominal Diameter prior to lagging. 1.2.6.7Pulley Lagging : All the pulleys shall be lagged with rubber. The lagging shall be bounded on the pulley by hot vulcanizing. The lagging on drive pulley discharge pulley shall be in chlevion V-type herring bone or diamond pattern whatever required. The depth and width of groove shall be 6mm. minimum with 6mm thickness of material under the bottom of the groove. Alternatively, herring bone profiled wear resistant rubber bars moulded with aluminium reinforcement shall be used. The non-drive pulley i.e. tail, take-up, bend and snub pulleys shall be vulcanized natural rubber lagged with 10mm thickness plain lagging. The snub pulleys on each conveyor shall be located to provide a belt wrap on the drive pulley of not less than 220 degrees. Crowning of the pulleys are not required. The rubber to be used for lagging of pulleys shall conform to following specifications of natural rubber blended with styrene butadiene : a) Hardness 55 to 65 durometer b) Strength 160-200 kg/sq.cm. c) Elongation Over 300% d) Abrasion Under 120 CC/HPHR e) Specific gravity 1.4 to 1.5 1.2.6.8Bearing & Plummer Block : Self-aligning ball bearing or spherical roller bearing dimensionally conforming to relevant Indian Standard Specification and selected for adequate capacity depending on the load per bearing shall be used. The minimum designed Job No.107652 Page- 33 34 CMPDI rated life of bearing shall not be less than 50,000 hours. For heavy duty condition, where shaft diameter exceeds 70mm, spherical roller bearings shall be used. Cast Steel Gr.20-52 quality as per relevant Indian Standard Specification and precision plummer blocks with provision of easily accessible grease nipples for lubrication shall be used. Bearings shall be protected against ingress of dust and moisture by multi labyrinth seal and other effective dust sealing devices. Conical head grease nipples conforming to relevant Indian Standard Specification shall be provided. Suitable drain plug and eye bolt shall be provided. The plummer block shall be horizontally split with four bolt type for fixing. Out of 4 holes, two holes shall be used for dowel pins for exact locations. 1.2.7 Decking Plate : Formed steel sheet decking plates to protect the bottom belt against spillage should be provided throughout the length of the conveyor. The thickness of decking plates shall not be less than 3mm. The corrugation should be provided in the deck plates parallel to the width of the conveyor for providing strength. 1.2.8 Skirt Plate : Suitably located skirt plate shall be provided at the loading point for a distance of 5 metres to prevent spillage. At their commencement, these plates shall be placed about two thirds of belt width apart and they shall widen out in the direction of belt travel. These plates shall be mounted onto the stringers to give a clearance of at least 50mm from the belt surface and this gap shall be closed by a soft specialized wear resistant rubber with hardness of 58 +/- 50 A. This shall be able to operate in a higher temperature range of at least 65 0 C. The rubber strip shall be fixed to the skirt plates by means of either slotted holes or slide on to separate guide clamps to permit adjustment necessitated by wear. The rubber strips shall be of approx. 12mm. thickness and 100mm. wide. Piece of conveyor belting shall not be used for this purpose. The skirts should flare slightly upwards from the chute to prevent the materials from wedging. Job No.107652 Page- 34 35 CMPDI The design of skirt plates should be such that i) These can be easily fitted on the new conveyor system ii) It will be very simple to adjust without much use of tools iii) Contact shall be soft but firm which will give complete sealing at the transfer/loading points. iv) The wear resistant skirt rubber will ensure longer belt life and eliminate chance of cutting of belting. 1.2.9 Belting cleaning arrangement : 1.2.9.1To prevent carry back problems, actual belt cleaning system is to be provided for each belt conveyor. This conveyor belt scraper system shall consist of a front scraper with individual elastic polyerethene front blades and a secondary scraper (main scraper) with individual torsion spring arms carrying twistable, overlapping stainless steel or tungsten carbide scraper blades. Both the primary and secondary cleaners shall be installed with in the chute with suitable access doors, so that the cleaner blades shall be easily accessible and individual blade carrier assembly should be able to slide out quickly for replacement or repair while the belt is in motion. The blade contact with the belt shall be such as to provide precise cleaning while protecting the belt surface. The design of the cleaner shall be such that individual blades are in alignment for maximum cleaning even on uneven belt surfaces. The blades are mounted on arms of a high impact material to give the blade arm high degree of flexibility so that the blades can withstand the impact of splices and other irregularities on high speed belts and also maintain a constant pressure as blade wears. 1.2.9.2A “V” type plough scraper (600 angle) shall be provided on the return belt near the tail drum. Additional V-type plough scraper shall also be provided before take up on return belt. Job No.107652 Page- 35 36 CMPDI 1.2.10 Hold Back Device : Suitable hold back device for preventing running back of the conveyor, in case of conveyor being stopped in loaded conditions due to power failure or during normal operational delays shall be provided to give positive protection. The hold back shall instantaneously engage without shock and be capable of protecting the equipment and personnel. It shall be released instantly when “power” resumes or the “delay” is removed. Suitable manual by-pass facility shall be available in the hold back device, so that the belt can be run in the opposite direction, if required. The holdback device shall be roller type complete with hold back drum, self aligning counter – balanced supporting brackets, etc. Separate hold back device unit not being integral with gear box shall be provided. 1.2.11 Electro Hydraulic Thruster Brakes : Necessary brakes shall be provided with the conveyor after calculating the coasting time while finalizing the stopping time of conveyor. Bidders must ensure that there is no hold up of coal in the chute. A.C. thruster operated fail safe brakes of totally enclosed type shall be provided wherever required as per coasting time calculations duly approved. Braking torque shall be adjustable from 0 to 100% of rated braking torque. The electro hydraulic thruster shall be fitted with the brake. The windings shall be provided with class-B insulation suitable for 415V at 50 cycles/sec. Brake lining shall be capable of withstanding 2000 C temperatures. 1.2.12 Belt Protection : 1.2.12.1Pull Cord Switch : For emergency stopping of conveyor from any point along the conveyor length, pull cord switches (manually reset type) shall be provided on both sides of the whole conveyor length. This shall be totally enclosed, dust and vermin proof, with trip and reset levers mounted along the main walkway side Job No.107652 Page- 36 37 CMPDI at regular interval of minimum 30 metre. The pull cord rope shall be of PVC sheathed GI wire. In case any sequential operation is intended, the conveyor in sequence shall also be stopped. Pull cord switches shall be of heavy duty type. 1.2.12.2Belt Sway Switch : Totally enclosed dust and vermin proof belt sway switch shall be provided on both sides along the conveyor length at a regular interval of 50 metres. Belt sway switches shall also be provided near head drum/drive drum. These switches shall be to reset double contact type, one for advance indication of excessive belt sway and the other for tripping the conveyor. Belt sway switches shall be of heavy duty type. These switches shall be provided with by-pass arrangement. 1.2.12.3Zero Speed Switch : One number electronic type belt speed monitoring switch per conveyor shall be provided which will stop the conveyor in case the belt speed falls below 80% of the rated speed. Zero speed switches shall be suitable for working in dusty area and suitable sealing shall be provided. 1.2.13 Angle of Inclination & Curves on Conveyors : 1.2.13.1The inclination of any conveyor will not be more than 140 wherever applicable. 1.2.13.2 Convex Curve : a) The transition of the belts from inclined to horizontal or less inclined shall be done with the help of group of troughed idlers to maintain suitable curve, to be found out by calculation. b) The spacing of the carrying and return idlers sets on curve shall be 500 mm and 1000 mm respectively. Job No.107652 Page- 37 38 CMPDI c) The radius of curvature shall be sufficient not to create over stretch in various sections of the belt. In any case, it should not be less than 25m. 1.2.13.3 Concave Curve : The minimum radius of curvature of concave curve shall have to be selected in such a way so that the belt should not lift off the carrying or return idlers even under worst conditions when the belt is fully loaded upto the start of the curve and empty thereafter. It should not be less than 150 m in any case. Carrying and return idlers in the curvature portion shall have to be placed in such a way so that the belt should rest on the idlers under all the working conditions. 1.2.14 Walkway : The side catway and walkways for single conveyor shall be 600 mm and 1000 mm wide respectively. The walkways shall be of chequered plate construction provided with suitable anti-skid arrangement. 1.2.15 Safety Requirement : 1.2.15.1All safety requirements as specified in latest relevant Indian Standard Specification shall be followed in the selection, design and operation of conveyors. 1.2.15.2 Guarding : a) Moving parts of conveyor shall be suitably guarded by expanded metal conforming to ISS b) Guards shall totally enclose all parts as far as practicable, prevent access to the part i.e. for in-running belt tips, the guards around which an operator can put his arm shall extend at least 900mm from the belt. Job No.107652 Page- 38 39 CMPDI 1.2.15.3 Hand Rails : Hand rail shall be provided all along the sloping walkway and cat-way. The top rail shall be 1m. above the level of walkway/catway. 1.2.16 Compliance with standards : 1.2.16.1The troughed belt conveyor shall comply with the relevant latest Indian Standards Specifications. All components, materials and equipment used shall also comply with relevant latest Indian Standard Specifications and Codes of Practices or in their absence, the equipment BS/DIN/USA or equivalent International Standards. 1.2.17 Inspection & Quality Control before despatch : 1.2.17.1 Special materials : In addition to the prescribed inspection and quality control measures adopted by the conveyor manufacturers/suppliers during raw materials, sub-assembly and final assembly stages the manufacturer/supplier should be prepared to furnish without extra charge, test certificate covering mechanical properties and chemical composition for special raw materials used (e.g. materials for Idler or Drum shaft). This certificate should be from approved testing laboratories or CMERI Durgapur or NPL, New Delhi etc. Samples for such special materials are to be selected as per relevant latest Indian Standards, Code of purchaser’s representative from manufactured components of the equipment. 1.2.17.2 Test Rig for Idlers after assembly : The idlers based on approved drawing after assembly should be tested for no load run on a suitable test rig capable of running idlers at a suitable speed higher than rated speed for a given time. This test rig speed shall not exceed 3 to 4 times the rated speed. Job No.107652 Page- 39 40 CMPDI 1.2.17.3 Bearings : A certain percentage of anti-friction bearings, to be selected at random, will be checked for boundary dimensions keeping in view the permissible tolerances as per A.F.B.M.A., USA standards or equivalent. Further the selected bearings shall be rotated at about 1600 RPM and checked for abnormal noise. 1.2.17.4 No load test run of conveyor drive head : The conveyor drive comprising of motor, reduction gear, coupling, driving drum, etc. mounted on a composite rigid base frame shall be subjected to a no-load test run for few hours to check for abnormally high temperatures or abnormal condition including too much noise. The conveyor manufacturer shall furnish a test certificate in duplicate for the above no-load tests. 1.2.17.5 The following additional tests may also be carried out at the option of the purchaser, and all facilities for carrying out such tests shall be extended by the supplier at their own cost. a) Dimensional checking of all items b) Material test certificates for material of construction c) For idlers the following tests shall be carried out : i) Friction factor test ii) Idler running test at high speed iii Test for dust proof & water proof iv) Quality test of finish idler v) Alignment and co-axiality test of idler set after assembly d) For pulleys following tests shall be carried out : i) Checking of out of roundness ii) Static balancing test e) Test of bought out items All tests shall be carried out in terms of relevant standards and upto date engineering practices. Job No.107652 Page- 40 41 CMPDI 1.3 SPECIFICATION OF CONVEYOR BELTING : 1.3.1 Scope : This specification covers the supply of nylon-nylon/all synthetic carcass conveyor belting for surface use. Broad parameters of conveyors have been given in paragraph 1.4 and 1.5. 1.3.2 Duty : The belting shall be of heavy duty type and suitable for round the clock continuous operation. The belting shall be suitable for extra environmental conditions i.e. exposure to open sun and rain, temperature variations from 15 0C to 50 0C and relative humidity upto 98%. 1.3.3 Construction : 1.3.3.1The belting shall have nylon-nylon all synthetic carcass. The fabric shall be evenly and firmly woven and shall be free from foreign matter and such defects as knots, lumps and irregularities of twist. 1.3.3.2The belting shall be of straight ply (full width ply) cut edge construction with skim coated plies. 1.3.3.3Belting shall conform to IS latest edition 1.3.3.4The belt shall have sufficient lateral flexibility for adequate troughing of empty belt on troughing idlers of specified troughing angle. 1.3.3.5The belt shall have sufficient longitudinal flexibility so that it can easily flex around different pulleys of conveyor and shall provide necessary load support without excessive sagging between idler sets. Job No.107652 Page- 41 42 CMPDI 1.3.3.6The belt shall have sufficient impact resistance to withstand impact at loading points. 1.3.3.7The minimum factor of safety for selecting the rating of the belt shall be 10. 1.3.3.8The total belt length for individual conveyor shall not be less than 2.2 times the conveyor length or to allow minimum two vulcanizing length margin in the belt whichever is larger. 1.3.4 Compliance with Standard & Testing : i) Tensile strength & elongation at break of rubber cover & resistance to ageing. ii) Tensile strength and elongation of finished belt in longitudinal and transverse direction. iii) Adhesion between cover and plies and between individual plies iv) Adhesion between the edge strip and the edge of the belt v) Troughability of the belting vi) Dimensions such as width, cover thickness, belt thickness, length, etc. 1.3.5 Testing facilities, Re-test & Rejection : 1.3.5.1The vendor shall, at his own cost, supply all labour and appliance for the tests. In the absence of facilities at his own premises for carrying out the testing, the tests shall be carried out by an approved authority at the cost of vendor. 1.3.5.2Re-test & Rejection : Should any sample drawn in accordance with IS (latest) fail to comply with tests requirements, two additional samples shall be drawn and tested at the cost of the vendor. In the event of either of these two samples failing to comply with test requirement, the supply shall be rejected. Job No.107652 Page- 42 43 CMPDI 1.3.6 Marking : The type of belting shall be marked at intervals of 5 to 10M on the surface with maker’s name, the trade mark if any and the manufacturer’s identification code including quarter and year of manufacturing. 1.3.7 Guarantee : The tenderer shall guarantee that the belting offered shall meet the ratings and performance requirements stipulated in this specification. This guarantee shall be for minimum period of 36 months from the date of commissioning. 1.3.8 Code Certificates, inspection and test reports shall be submitted before the delivery. The supply shall be rejected if reports are not satisfactory. 1.3.9 Instructions manual for storage, installation, jointing, operation maintenance of belting shall be given along with supply. 1.4 CONVEYOR & BELTING SCHEDULE OF PROPOSED CONVEYOR S.N. Particulars Unit Specification 1 Quantity Nos. 1 2 Width mm 1200 3 Length (Estimated) M 115 4 Capacity (Rated) tph 600 (Average) or 750 (Peak) 5 Speed m/s 3 .0 6 Lift (Estimated) M 10 7 Troughing angle Deg 35 8 Power of Drive Motor kW 2X55 (Estimated) 9 Type of Drive Dual 10 Synchronous speed of rpm 1500 motor 11 Reduction gear type Helical 12 Coupling : Fluid On low speed side Fluid On high speed side Job No.107652 13 Brake type 14 Anti Roll back device Page- 43 --Electro Hyd. Brake---To be provided and 44 CMPDI 15 Material to be conveyed 16 17 18 Size of largest lump Bulk Density Condition of material 19 Type of take up 20 No. of loading point 21 Belting 21.1 Type of carcass 21.2 Cover grade 21.3 Top cover thk. 21.4 Bottom cover thk. 1.5 Nos. (-) 250 mm size coal 300 0.8 to 1.1 --wet and abrasive -Vertical Gravity 1 mm mm All synthetic Nylon-Nylon M-24 ---5-----3--- mm Te/cum CHUTES & LINERS : The chutes will be fabricated from 10 mm thick mild steel plate with 10 mm abrasion resistant steel plate liners (carbon steel/HD Polymer or equivalent). The inside cross-section of the chutes shall not be smaller than 1m x 1m. The chutes shall be provided with necessary stiffeners and brackets for supporting from the adjacent structures. 1.6 HOISTING MECHANISM : Suitable hoisting mechanism shall have to be provided for lifting various equipments for their maintenance purpose. The major equipments covered for lifting purposes are different parts of the belt conveyor system. In general the hoisting equipment shall be selected upto maxm. 5 Te. capacity depending upon the single heaviest machine part. However, the capacity, lifting height, traversing distance, lifting speed and other technical parameters will be selected to suit the system requirement. CHAIN PULLEY BLOCKS : Chain Pulley Blocks will have chain and wheel facility to move in horizontal and vertical locations. The effort required will not be more than 25 kg. at full load and speed. Job No.107652 Page- 44 45 CMPDI 1.7 DUST SUPPRESSION SYSTEM The objective of the Dust Suppression System is to eliminate the air borne coal dust by suppressing at its sources. The dust suppression system will come into force at all the transfer points and at ground stock piles. The system involves confinement of the dust with the dust producing area by a curtain of moisture thereby wetting the dust particles by direct contact of dust particles and droplet of moisture with chemical suppressant. Suitable no. of precision anticlog nozzles will be installed at different transfer points mentioned above for suppression of coal dust by spraying water mist. Suitable control for dust suppression will be provided and the system will be so interlocked that it starts functioning only when the conveyor is operating. The objective of the dust suppression system is to achieve dust concentration level within the permissible limit. The size up to 15 micron in the vicinity of all dust generating location within the plant can be suppressed during the critical operating condition to achieve the desired limiting value. The system shall comprise of one water header of required size and capacity provided with adequate no. of nozzles to spray water at the discharge stream of coal at the transfer point. The nozzles should be made of Brass/stainless steel and shall be able to provide high pressure atomised spray of water. Pumps and pipe lines should be adequately designed to suit the duty condition and they shall conform to relevant Indian Standard. 1.8 Fire Fighting System For protecting the electrical equipment and other accessories against fire chemical extinguisher will be provided along with the sand buckets. The numbers and the location of extinguisher and sand buckets shall have to be determined as per rule. Job No.107652 Page- 45 46 CMPDI The fire fighting system shall have to be provided as per the recommendations of FIRE PROTECTION MANUAL issued by TARIFF ADVISORY COMMITTEE to the extent applicable to coal handling plant. This shall include hydrants, fire fighting pumps, water pipeline and hand appliances. Fire hydrant system : Fire hydrants system is to be provided to control accidental fire that might occur in any of the installation of the Coal Handling Plant. Fire hydrant mains shall be provided at the intervals all round the plant. The main riser branch will be at suitable location. The system consist of pipeline to feed pressurized water to a number of single headed hydrant valves. These hydrant valves will be located through out the risk at strategic location. Hose pipes of suitable length fitted with standard accessories viz. nozzles, branch pipe are to be kept in Hose box alongside of each hydrant valves. The fire fighting water header will be of minimum 150mm N.B. hydrant pipe line and shall remain charged with water at sufficient pressure. In the event of drop of water pressure in pipeline, the Jockey pump shall start immediately to maintain the pressure in the pipeline. Fire hydrant will be spaced at 30m interval. For protecting the electrical equipment and other accessories against fire, chemical fire extinguisher will be provided along with the sand buckets. The numbers and the location of extinguisher and sand buckets shall have to be determined as per rule. Portable fire extinguisher shall also have to be provided in suitable numbers at the strategic location as per TAC. Job No.107652 Page- 46 47 CMPDI 1.9 Noise Control The noise pollution may cause fatigue to the operating personnel. Every effort should be made to keep down the noise level with the permissible limit. All machine mounting shall have in their foundation energy absorbing antivibration pads/sheets for reducing the vibration and thereby noise. 1.10 Misc. Accessories As it is a turnkey job, all necessary minor equipment and accessories are to be arranged in required number for successful commissioning and smooth operation of the plant. These shall interalia include the following : 1. General tools & tackles (list to be provided) : As required 2. Special tools and tackles : As required 3. Consumables for start up including first and second fill of lubricant : As required 4. Mechanical belt fasteners suitable for the belt width : 1 no. 5. Portable welding set : 2 nos. 6. Portable compressor : 1 1.11 Make of Equipment : The major equipment will be from the manufacturers indicated below. Make other than mentioned below may be accepted for which prior approval of the purchaser will have to be taken giving due justification for the same and necessary documentary evidences in support of manufacturers past experience capability and reputation in manufacturing such equipment. Equivalent/Reputed make shall not be accepted. S.N. Item Description 1 Conveyor Idler 2 Conveyor Pulley Job No.107652 Name of approved manufacturers ELECON/TRF/KALI/MBE/KRUPP INDUSTRIES / HINDUSTAN SHEET METALS / BTL ELECON/TRF/KALI/MBE/KRUPP INDUSTRIES/ HINDUSTAN SHEET METALS / BTL Page- 47 48 CMPDI 3 4 5 6 7 8 1.12 Gear Box ELECON/GREAVES COTTON/FLENDER/GEARS INDIA/ALLEN BERRY/MACNEILL EARS/DAVID BROWN /ALLENRANK/RADICON Flexible/geared ELECON/NAW/ROMA/FENNER/HI-CLIEF coupling Fluid Coupling FEMBRIL/FLUID DRIVE/FLUTDOMAT/ ELECON/ VOITH INDIA Belt conveyor ELECON/MBE/TRF/L&T/HINDUSTAN SHEET METAL/RADIANT/APHMEL/KRUPP INDUSTRIES Belting NIRLON/DUNLOP/ANDREW YULE/ HILTON/ FENNER/ NORTHLAND RUBBER MILLS/MERCURY RUBBER MILLS/ORIENTAL RUBBER INDUSTRIES Chain pulley ELMECH HOIST/GRIP ENGINEERS/INDEF/TRACTELTIRFOR/GREAVES COTTON/REVA ENGG/KANU BHAI/ Block/Hoist BATLIBOI. etc. Compliance with Standards : All mechanical design, installation and commissioning shall conform with relevant Indian Standard and Code of Practice including the following : IS : 4240-1967 Relevant IS : : IS :2365-1963 : IS :1570 : IS :823 : IS :813-1961 : IS :1239 : IS :3601 : IS :1592-1985 : IS :6687-1972 : IS :7155-1974 IS :1691-1968 IS :2693-1964 IS :1891-1968 : : : IS :1926-1961 : IS :1364 : Job No.107652 Glossary of conveyor terms and definitions Selection of standard worm and helical gear boxes Steel wire suspension ropes for lifts and hoists Carrying and return idler shells conform to length of individual roll Code of procedure for manual metal and arc welding Symbol for welding on plans and shop drawings M.S. Tubes and M.S. Tubular and other wrought steel pipe fittings Specification for steel tubes for mechanical and general engineering purpose Code of Practice for Selection and Drawing of belt conveyors Selection, storage, installation, etc. of conveyor belting Conveyor safety Cast iron and mild steel flat pulleys Cast iron flexible coupling Rubber conveyors and elevator belting (Part1) Equivalent metric units for quantities in mechanical engineering Specification for precision and semi-precision Page- 48 49 CMPDI IS :2709 IS :9295 IS :919 IS :3823-1966 IS :3824-1966 : : : : : hexagon bolts, nuts and screws Guide for selection of fits Specification of seamless tube/ERW tube Fits, tolerances, etc. Bearings Bearings (Part-I & II) 1.13 GUARANTEE The equipment supplied shall be guaranteed for trouble free operation for a minimum period of 12 months from the date of successful commissioning and handing over the equipment. 1.14 AVAILABILITY The equipment shall give a guaranteed availability of 85%. The availability shall be calculated as follows : % availability = Production hour – Downtime hour x 100 Production hour – Maintenance hour Production hours = 24 hours per day Maintenance hour = 4 hours per day Downtime hours = Maintenance + Breakdown hours For every 1% fall in availability below 85%, 1% of the ex-works price of that equipment shall be deducted as penalty. In case, the availability falls below 80%, the equipment shall be rejected out-right and the supplier has to return the full value of the equipment. 1.15 PERFORMANCE GUARANTEE After completion of erection, the tenderer shall guarantee that the equipment supplied fulfills the performance guarantee on hourly, daily and annual basis as specified. Employer, the prime consultant and the contractor will participate in the performance test runs. In case the plant fails to fulfill the performance guarantee due to contractor’s fault within the period as agreed to in the contract, the following penalty clauses will be imposed for non fulfillment of performance guarantee Job No.107652 Page- 49 50 CMPDI i) If the plant performance is below 95% of rated capacity, contractor shall take all necessary steps for rectification/replacement at the cost of the contractor to achieve the rated performance. Even after rectification/modification/replacement, the capacity achieved is in between 90% to 95% of the rated capacity, the contractor will pay a penalty at the rate of 1% of the total contract value for each 1% fall in capacity ii) If the capacity is below 90% of the rated capacity the plant will be rejected by employer. 1.16 PRELIMINARY ACCEPTANCE TEST After completion of erection work, the employer, the prime consultant and the contractor shall jointly inspect the plant to determine that the plant has been erected as per design meeting the duty requirements and is capable of taking coal for start up. Preliminary Acceptance Test runs at no-load condition shall be conducted as under : i) Individual mechanical equipment will run for one hour for one week without load for determining teething trouble, proper balancing, vibration, noise etc. suitable adjustments for rectification of tested troubles will be done for smooth running of the equipment. ii) Temperature rise of its bearing and other associated parts will also be tested. Records of power requirement i.e. Amp, voltage are to be noted. iii) Group running of the plant for testing sequence of operation. 1.17 FINAL ACCEPTANCE TEST Final Acceptance Test runs will be carried out jointly by the employer, the prime consultant and the contractor at different load conditions in the manner described below : Job No.107652 Page- 50 51 CMPDI i) Each major equipment will be tested by 24 hours operation test runs at rated capacity. This 24 hours shall consist six consecutive tests runs of 4 hours non-stop performance at rated capacity. ii) Each major equipment will be tested by 12 hours test run at ½ load and at ¾ load spread over period of three consecutive test with non-stop performance of 4 hours each. iii) In all the above test runs quantity of the coal carried will be measured along with consumption of power and lubricant. During the test runs, interruptions occurred, adjustment and repair made are to be recorded. If the interruption exceeds 2 hours due to any cause, the test run will be discontinued and fresh run will be conducted as agreed by all the parties. iv) If the guarantee of operational parameters are not fulfilled, the contractor will be given an opportunity to rectify or remove the causes of such failures at their cost within 60 days. In the event of cause not being removed within specified time, the contractor shall have to pay penalty as per performance guarantee clause or employer may reject the equipment. v) On completion of test runs, the employer may issue Final Acceptance Test Certificate and work completion certificate to the contractor. However, the contractor shall continue to be liable for other obligations under provision of the contract. 1.18 INSTRUCTION MANUAL & DOCUMENTS 1. The contractor shall submit six sets of final drawing to the employer before the plant is finally handed over. 2. Instruction books of maintenance and assembly of all equipment shall have to be submitted prior to handover of the plant Job No.107652 Page- 51 52 CMPDI 3. Instruction sheets of proper balancing, alignment, adjustment, checking and calibration are also to be submitted before handover of the plant to the employer. 2.0 ELECTRICAL 2.1 SPECIFICATION OF AIR CIRCUIT BREAKERS FOR PRIMARY CONTROL OF 400 KVA, 550V/433V TRANSFORMERS : i) ii) iii) No. of units required Nominal rated current Label reading : : : iv) v) vi) Purpose CT Ratio Protection to be provided : : : vii) Measuring instrument to be provided 2.2 : 2 nos. 630 Amp. Primary control of 400 KVA, 550/433V Transformer. Power supply to 400 KVA Transformer 500/5 a) Combined IDMT and high set instantaneous relay consisting of two over load units (Range 50-200 %), one earth fault unit and three high set instantaneous units (Range 400-1600%). The relay range for earth fault relay shall be indicated and shall be decided on the basis of system requirement. Ammeter with selector switch SPECIFICATION OF AIR CIRCUIT BREAKERS FOR SECONDARY CONTROL OF 400 KVA, 550/433V TRANSFORMERS : i) ii) iii) No. of units required Nominal rated current Label reading : : : iv) v) vi) Purpose CT Ratio Protection to be provided : : : vii) Measuring instrument to be provided Job No.107652 : 2 nos. 630 Amp. Secondary control of 400 KVA, 550/433 V Transformer Power supply to CHP 600/5 a) Combined IDMT and high set instantaneous relay consisting of two over load units (Range 50-200%) one earth fault unit and three high set instantaneous units (Range 400-1600%). The relay range for earth fault relay shall be indicated and shall be decided on the basis of system requirement. Ammeter with selector switch Page- 52 53 CMPDI 2.3 SPECIFICATION OF 400 KVA , 550/433 V TRANSFORMER Requirement is for double copper wound core type mineral oil filled air naturally cooled, stepped down power transformer complete with all accessories and conforming to IS 2026 (amended upto date). The transformer shall conform to the following specifications. 1 2 3 a.1 a.2 a.3 No. of unit required Rated Capacity Rated voltage: HV Normal Highest System Power frequency withstand voltage b.1 L.V. Normal b.2 Highest system b.3 Power frequency withstand voltage 4 No. of phases 4 Frequency 5 Place of Installation 6 Type of cooling Method of system Earthing 7 7.1 HV 7.2 LV 8 Vector Group Insulation of Winding 9 9.1 HV 9.2 LV 10 Power frequency and Impulse Test voltage 11 Tap changer to be provided in HT winding 11.1 Type 11.2 No. of Tapping 12 Terminal arrangement 12.1 HV 12.2 LV 13 Neutral Point Job No.107652 2 400 KVA 550 V As per IS As per IS 433V As per IS As per IS 3 50Hz Indoor ON AN Restricted Earthed Neutral Restricted Earthed Neutral DY II Uniformly Insulated -doShall correspond to IS 2026 OFF circuit +/-5%,+/-7 ½% Cable box suitable for 1.1 KV grade PVC Aluminium conductor single wire armoured cable of required size. Cable box suitable for 1.1KV grade PVC insulated PVC sheathed Alumnium conductor single wire armoured cable of required nos. & size. Restricted Earthed Neutral Page- 53 54 CMPDI 14 Temperature rise The temperature rise in the transformer above the cooling temperature when tested at the rated KVA shall not exceed the following limits as per IS:2026 (amended upto date). Average temperature rise as measured by increase in resistance of winding connected between terminals 55 0C. Temperature riser as measured by thermometer in oil 45 0C over maxm. Ambient temperature of 50 0C The temperature rise or any part of the external surface shall not exceed that permitted for the adjacent part of the winding 4% (Maxm.) 14.1 Winding 14.2 Oil 14.3 Core 15 Percentage Impedence 2.4.The transformer under this specifications shall be required with fittings and accessories as per IS:2026 (amended upto date) 2.5 The transformer shall be supplied with first filling of oil with 10% excess oil, deairated, dehydrated and duly tested as per requirement of IS:335 and IS:1886 amended upto date. 2.6 The transformer shall be tested as per IS:2026 (amended upto date). ACCESSORIES : 1. Oil filling hole with cover 2. Conservator with sump and drain valve with plug/cover plate. 3. Oil level indicator with minimum and filling level markings. 4. Thermometer pockets without thermometer. 5. Inspection cover 6. Air release plug on tank cover 7. Lifting lugs 8. Top filter valve 9. Dehydrating breather with silica gel and oil seal. 10. Off circuit tap changing switch on tank cover with tap positions. 11. Rating and terminal marking plate 12. Earthing terminals without lugs 13. Base channel with towing holes/lugs Job No.107652 Page- 54 55 CMPDI 14. Double diaphram explosion vent with sight glass 15. Jacking lugs 16. Manufacturer’s name plate 17. Bi-directional flat rollers 18. Non-detachable radiators 19. Oil and winding temp. indicator 20. H.V and L.V. cable end box 21. Drain valve with plug 22. Sampling valves Job No.107652 Page- 55 56 CMPDI 2.7 TECHNICAL PARTICULARS TO BE FURNISHED BY THE TENDERER 400 KVA, 550/433 V TRANSFORMER 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Name of manufacturer Governing standard KVA rating Rated Full Load Current a)HV b)LV Rated voltage a)HV winding b)LV winding Rated frequency Number of phases Connections a)HV winding b)LV winding Connection symbol HV – LV Tappings a)Range b)Number of steps Whether Double copper wound Reference Ambient temperatures a)Maxm. Ambient air temperature b)Minimum ambient air temperature Type of cooling Temperature Rise a)Winding b)Top oil Total loss at rated voltage at principal tapping and rated frequency Component losses a)No load loss at rated voltage on principal tapping and at rated frequency b)Full load loss at rated current at principal tapping at 75 Deg.C Impedance voltage at rated current for the principal tapping Reactance at rated current and rated frequency No load current at rated voltage and rated frequency Insulation level a)Separate source power frequency voltage withstand i)HV winding Job No.107652 Page- 56 : : : : KVA Amp. Amp. : : : : KV KV Hz. : : : : 0 0 : : C C 0 C C KW 0 : : KW KW : Percent : Percent : Ampere : kV rms 57 CMPDI kV rms 21 22 23 24 25 26 27 28 29 30 31 32 2.8 ii)LV winding b)Induced over voltage withstand i)HV winding ii)LV winding c)Switching/Lightning impulse withstand voltage i)HV winding ii)LV winding 150% over voltage withstand time Efficiencies at 75 Deg.C at unity power factor a)At full load b)At ¾ full load c)At ½ full load Regulation at full load at 75 Deg.C a)At unity power factor b)At 0.8 power factor lagging Tap changer in HT winding a)Type b)Range Terminal arrangement a)High voltage b)Low voltage c)Neutral Fittings to be provided Approximate masses a)Core and windings b)Fittings and accessories c)Total mass Approximate overall dimensions a)Length b)Breadth c)Height Reference standard Approx. quantity of oil required for first filling (Ltrs) Whether the winding are uniformly insulated Percentage Impedence : kV rms kV rms : kV peak kV peak Sec : : Percent Percent Percent : Percent Percent : : : : Kg Kg Kg : Mm Mm Mm : : : : SPECIFICATION OF 25 KVA, 433/220 V (L-L) TRANSFORMER Requirement is for copper wound, core type, mineral oil filled, air naturally cooled step down transformer, complete with accessories and conforming to IS:2026 (amended upto date). The transformer shall conform to the following specifications. : Job No.107652 Page- 57 58 CMPDI 1 2 3 4 5 6 7 8 9 10 11 12 13 Rated power Rated voltage H.V. L.V. Highest system voltage H.V. L.V. No. of phases Frequency Place of installation Type of cooling Method of earthing Vector Group Insulation of winding H.V. L.V. Power Frequency and impulse test voltage Tap changer to be provided in HT winding Type No. of tapping Terminal Arrangement H.V. : : 25 KVA 433 KV 220 volt (L-L) : : : : : : : : : As per IS As per IS 3 50 Hz. Indoor ONAN Uniformly insulated - do Shall correspond to IS:2026 : Off circuit +/- 2 ½ %, +/- 5% : Cable end box suitable for 1100 V grade, PVC Aluminium conductor single wire armoured cable of required size. L.V. Cable end box suitable for 1100 volt grade, PVC insulated Aluminium conductor single wire armoured cables of required size 14 15 16 17 18 i) ii) Temperature Rise a)In oil b)In winding Site condition : a)Max. ambient temperature b)Atmosphere Neutral should be separately brought out for earthing The transformer shall be supplied with the first filling of oil Accessories : Oil filling hole with cover Conservator with sump and drain valve with plane oil level gauge Job No.107652 : 45 Deg.C 55 Deg.C : 50 Deg.C Heavily polluted : : : : : Page- 58 1 no. 1 set 59 CMPDI iii) iv) v) vi) vii) viii) ix) x) xi) xii) xiii) xiv) xv) xvi) xvii) xviii) Thermometer pocket Air release plug on tank cover Lifting lugs Top filter valve Dehydraing silicagel breather Rating/diagram plate Earthing terminal Drain valve and filter valve Explosion vent. Inspection cover Bottom roller Roller locking device Oil temperature indicator Sampling valves HV and LV cable end boxes Oil level indicator with minimum mark : : 1 no. 1 set : : : 1 no. 1 no. 1 no. : : : : : : : : 2 nos. 1 set 1 no. 1 no. 1 set 1 no. 1 set 4 inch Dial type with potential free alarm and trip contact : : : The transformer shall be furnished with standard enamel/epoxy paints of shade corresponding to no.602 of IS:5/1961 The transformer shall be tested as per the relevant Indian Standard Specification. Job No.107652 Page- 59 60 CMPDI 2.9 TECHNICAL PARTICULARS TO BE FURNISHED BY THE TENDERER 25 KVA, 433/220 V (L-L) TRANSFORMER 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 Job No.107652 Name of the manufacturer Governing standard Rated output (KVA) Rated voltage (KV) H.V. L.V. Vector Group Tappings Type of cooling Temperature Rise (Deg.C) i)Top oil ii)Winding Percentage Impedance Power frequency withstand voltage H/V. Winding (KV) L.V. Winding (KV) Efficiency at n75 Deg.C and unity P.F. i)at full load (%) ii)at ¾ load (%) iii)at ½ load (%) Losses i)No load loss at rated voltage (KW) ii)Full load loss at rated current &75 Deg.C (KW) Terminal Arrangement i)H.V. ii)L.V. Approximate quantity of oil required for first filling (Lts.) Whether the transformer is of copper wound Whether the winding are uniformly insulated Accessories Page- 60 : : : : : : : : : : : : : : : : : 61 CMPDI 2.10 SPECIFICATION OF MOTOR CONTROL CENTRE : The Motor Control Centre (MCC) is to be installed in the switch room of the proposed CHP Control Room building and shall receive power from the 400 KVA, 550/433 V Transformers. The main features of the MCC are as follows : 2.10.1 The Motor Control Centre (MCC) shall be located indoor and shall be suitable for operation in a 415 volt 3 phase, 50 Hz. Restricted earthed neutral system with a fault level of 25 MVA. The MCC shall comprise of the following: Incoming, 630 Amp. ACB – 2 nos. Sectionaliser, 630 Amp. Switch Fuse unit – 1 no. Outgoing, 160/63/32 Amp. Switch Fuse unit – 10 nos. ( with additional protection in 5 units as indicated in the enclosed schematic Electrical layout) 2.10.2 Spare outlets shall be provided in the MCC for each size/group of sizes of motor feeder and other feeders respectively with a minimum of one no. for each size/group of sizes. Each motor feeder shall have Isolator, Contactor, Over Load Relay and Single phasing preventer backed by HRC fuse. All other feeders shall be provided with isolator and HRC fuse. Each motor feeder shall also be provided with Ammeter. 2.10.3 The MCC shall be of sheet steel enclosure, cubicle type dust and vermin proof, floor mounting, single front construction. It shall have fully drawout type units over chasis arranged in suitable multitier formation. The MCC shall be fabricated from sheet steel of thickness not less than 14 SWG for load bearing members, shaped and reinforced to form rigid free standing structure and having suitable degree of protection for hazardous condition in coal field (suitable IP grade).. It shall be provided with removable bolted hinge covers at the rear. The covers shall be provided with danger labels. For drawout type equipment pertaining to a circuit shall be mounted in a withdrawable chasis, which can be drawn out without having to unscrew only wire or to the equipment mounted on the fully withdrawable chasis. Job No.107652 Page- 61 62 CMPDI 2.10.4 The air circuit breakers shall be 3 pole, air break draw out type suitable for a fault level of 25 MVA and shall conform to the following : i) Operating mechanism : Manually operated with trip-free mechanism for closing, and push button for tripping. The operating handle shall have the facility for locking in OFF position. ii) Protection : a) The circuit breakers shall have the following protections : Combined IDMT and high set instantaneous relay consisting of overload units (range 50200%), one earth fault unit (range 10-40%) and high set instantaneous units (range 400-1000%). b) CBCT operated earth leakage protection with appropriate setting. iii) Instrument : The incoming circuit breaker shall have ammeter with selector switch and volt meter with selector switch. iv) Indication : Electrical and mechanical ON, OFF and FAULT TRIP indications shall be provided. Besides, indication for TRIP CIRCUIT HEALTHY shall also be provided. v) Tripping :: Shunt trip by 240 V A.C. 2.10.5 The isolator shall be of heavy duty, single throw, group operated, load break, fault make type and suitable for motor duty operation. The insulator shall be adequately rated so as to be fully protected by the associated fuse during all Job No.107652 Page- 62 63 CMPDI abnormal operating conditions such as overload, short circuit, etc. Interlocks shall be provided such that it is possible to open the cubicle door only when the switch is in OFF position and to close the switch only when the door is closed. 2.10.6 Contactor shall be of air break electro-magnetic type rated for uninterrupted duty as per IS-2959 amended up to date. It shall be of double-break, nongravity type and the main contacts shall be of silver faced. Direct on line starter contactors shall be of utilization category AC3 and reversing starter shall comprise forward and reverse contactors mechanically and electrically interlocked with each other. These contactors shall be of utilization category AC4 as per IS 1822 amended up to date. Each contactor shall be provided with required number of normally open and normally closed auxiliary contacts. 2.10.7 The fuse shall be of HRC cartridge fuse link type and shall be suitably time lagged for motor duty application. Fuse ratings shall be chosen depending upon the circuit requirements. 2.10.8 Overload relay shall be of three element, ambient temperature compensated, time lagged, hand reset type with adjustable settings. 2.10.9.Suitable rated, quick acting single phase protection for tripping the supply in the event of single phasing shall be complete with annunciation system. 2.10.10The current transformers shall be completely in capsulated and suitable for continuous operation and shall be able to withstand the thermal and mechanical stresses. The current transformer shall be case resin type for Air Circuit Breaker and tape wound type for others. Job No.107652 Page- 63 64 CMPDI The current transformer shall be of suitable VA rating and having the following accuracy class : For Protection - 5 P 10 For Metering - Class I 2.10.11All busbars shall be of high conductivity electrical grade aluminium of adequate size. The busbars, shall be adequate rated and shall be of uniform cross-section throughout the length. Busbars shall be adequately supported and braced to withstand the stress due to short circuit currents. All busbars shall be colour coated as per IS:375 amended upto date. 2.10.12A galvanized steel earthing bus shall be provided and shall extend throughout the length. The earth bus shall have sufficient cross-section to carry momentary the system short circuit and short time fault current to earth. 2.10.13Indicating instrument shall be of flush mounting type and shall have an accuracy class of not less than 1.5. 2.10.14 All control and selector switches shall be of rotary type having escutcheon plates clearly marked to show the function and positions. 2.10.15Push button shall be of spring return push to actuate type having escutcheon plate to mark the function shall be provided with escutcheon to indicate the function. 2.10.16All cubicles shall have name plate for feeder designation. The name plate shall be of non-rusting metal with white engraved letter on Black Background. 2.10.17The MCC shall have a finishing paint of shade 692 (smoke grey) of IS:5 amended upto date unless otherwise specified by the customer/consultant. 2.10.18The motor control centre with all its components shall be tested as per the requirement of the applicable standards. Job No.107652 Page- 64 65 CMPDI 2.10.19 TECHNICAL PARTICULARS TO BE FURNISHED BY THE TENDERER MOTOR CONTROL CENTRE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 2.11 Name of the manufacturer Governing Standard Thickness of sheet steel (MM) Rating of Busbar (Amp) Rating of Air Circuit Breaker (Amps.) Breaking Capacity of Air Circuit Breaker (MVA) Instruments provided Protections provided Indications provided Constructional details Fault Level Degree of enclosure protection Whether fully drawout type Components provided for feeder control : : : : : : : : : : : : : : SPECIFICATION OF ILLUMINATION : The illumination of the plant shall be done as follows : 2.11.1 The control room and CHP office room shall be illuminated by 8 nos. of 2x40 watt fluorescent lamps. These lights shall hang from the ceiling with the help of down rods. One no. of exhaust fan shall be provided in the control room. Three (3) nos. of 48” sweep ceiling fans, 6 nos. of 15/5 Amp. plug points shall also be provided in the rooms. 2.11.2 The switch room (adjoining the control room) comprising of Lighting Transformer, Motor Control Centre and Main Lighting Distribution Board shall be illuminated by 6 nos. of 2x40 Watt Fluorescent lamps which will hang from the ceiling with the help of down rods. Two nos. of exhaust fans shall be provided. Four nos. of 48” sweep ceiling fans and six nos. of 15/5 Amp plug points shall also be provided. 2.11.3 2x40 watt Fluorescent lamps shall be with commercial lighting fixtures complete with down rod and all accessories. Job No.107652 Page- 65 66 CMPDI 2.11.4Power for illumination of all above shall be made available from BDB-1 to be installed in the switch room through adequate sizes of lighting cables. 2.11.5 The entire conveyor gantry of belt conveyor shall be illuminated by 25 nos. of integral type vapour proof well glass luminaries suitable for 70/80 watt HPSV lamps and complete with lamp, glass cover with gasket, wire guard and all other accessories. The luminaries shall be placed in a zig zag fashion along conveyor line at equal interval. 2.11.6 The maintenance road on both side of the Belt conveyor will be illuminated by 8 nos. 150 W HPSV lamps with street light fixtures at optimum intervals. 2.11.7 Power for illumination of all above (2.11.5 & 2.11.6) shall be made available from BDB-2 to be installed at a convenient location on the conveyor gantry through adequate sizes of lighting cables. 2.11.8 The 4x250 tonne steel hopper complex will be illuminated by 2 nos. of 250 watt High Pressure Sodium Vapour lamps with flood light fixtures complete with all accessories and lamps. 2.11.9 The Coal ground stock area and the surrounding at the discharge end of conveyor shall be illuminated by 4 nos. 250 watt High Pressure Sodium Vapour lamps with flood lighting fixtures complete with all accessories and lamps. The lighting fixtures shall be erected on the conveyor gantry at discharge end. 2.11.10The outside area of truck loading complex shall be illuminated by 2 nos. of 250 watt HPSV lamps with flood lighting fixtures to be placed at convenient points. 2.11.11 Power supply to the luminaries above ( 2.11.8 to 2.11.10 ) shall be made available by BDB-3 and BDB-4 to be installed at convenient place on the conveyor gantry near truck loading/hopper complex area by adequate size lighting cables. Job No.107652 Page- 66 67 CMPDI The control room outdoor yard will be illuminated by 2 nos. 150 W HPSV lamps with all accessories and will be fed power from BDB-1. 2.11.12 Main Lighting Distribution Board – The Main Lighting Distribution Board (MLDB) located in the switch room shall receive power from the 25 KVA, 433/220 V (L-L) Lighting Transformer through a 220 volt Miniature Circuit Breaker (MCB). The MLDB shall be of sheet steel enclosure, cubicle type, dust and vermin proof, floor mounted single front construction having hinged lockable door. It shall be fabricated from sheet steel of thickness not less than 14 SWG and suitable for future extension. Each outgoing feeder shall be provided with Miniature Circuit Breaker (MCB). Each feeder shall have the name plate. The rating of incoming and outgoing MCBs shall be as follows : Incoming : MCB, 63 Amps DP – 2 nos.(1 spare) Outgoing : MCB, 32 Amps DP – 6 nos. 2.11.13Branch Distribution Board – The Branch Distribution Boards (BDB) comprising of Miniature Circuit Breakers (MCB) and located at suitable locations as detailed in pre paras, shall receive power from the Main Lighting Distribution Board. It shall be of sheet steel enclosure, cabinet type, dust and vermin proof, wall mounted by suitable bracket, single front construction having hinged lockable door. It shall be fabricated from sheet steel of thickness not less than 14 SWG . Each feeder shall have name plate. The ratings of incoming and outgoing MCBs shall be as follows: Incoming : MCB, 32 Amps DP – 2 nos.(1 spare) Outgoing : MCB, 16 Amps DP – 6 nos. 2.11.14The voltage drop in the lighting circuits from the bus bar of MLDB to the individual light point shall not exceed three (3) percent. 2.11.15The lighting fixtures shall be designed for use in 220 volt +/- 10% 50 Hz. AC system. Job No.107652 Page- 67 68 CMPDI 2.11.16The temperature rise in different components shall be limited to the specified values as per relevant standard over the specified ambient temperature. 2.11.17All lighting fixtures and fittings shall be completely wired with PVC insulated fixture wire copper conductor up to the inbuilt supply termination connection chamber which shall be suitable for inspection and testing without interference of the other components of the fittings. 2.11.18 All fittings and accessories specified shall be suitable for continuous operation. 2.11.19The lighting fixture, to be used in the control room building, shall be commercial lighting fixtures. All the lighting fixtures shall be suitable for 2x40 watt fluorescent lamps, and shall hang from the ceiling with the help of down rods. 2.11.20Fluorescent tube lamps shall be white (4300 Deg.K) type and shall conform to IS:2418 of 1977 (amended up to date). The fluorescent tubes shall be pin type suitable for spring loaded rotor type lamp holder and these shall be 40W and 1200mm long. 2.11.21The high pressure Sodium Vapour Lamps shall conform to IS:2149 of 1970 (amended up to date). These should be without internal snap switch and shall be operated using external ignitor. The inner side of glass bulb of HPSV lamp shall be coated with fluorescent powder. 2.11.22Fluorescent fixture shall be complete with necessary control gear such as polyester filled ballast, starters, etc. 2.11.23Sodium Vapour Lamp shall be complete with necessary control gear such as polyester filled ballast, capacitor, etc. Job No.107652 Page- 68 69 CMPDI 2.11.24The luminaries and lamps shall be suitable for trouble free performance and shall conform in addition to the above standards to IS:1913 – 1978 (amended up to date). 2.11.25 TECHNICAL PARTICULARS TO BE FURNISHED BY THE ILLUMINATION : A. 1 2 B 1 2 3 4 5 C 1 2 3 D 1 2 3 E 1 2 3 F 1 2 3 G 1 2 3 H Job No.107652 LIGHTING FIXTURE : Name of the manufacturer Governing standard LAMPS : Name of the manufacturer Governing standard Minimum Luminous flux Rated Voltage, volts Rated Power, watts BALLAST : Name of the manufacturer Governing standard Type CAPACITOR : Name of the manufacturer Governing standard Type STARTER Name of the manufacturer Governing standard Type MAIN LIGHTING DISTRIBUTION BOARDS Name of the manufacturer Thickness of sheet steel (mm) Type (DP), Rating (Amp) and No. of Miniature Circuit Breaker. BRANCH DISTRIBUTION BOARD Name of the manufacturer Thickness of sheet steel (mm) Type, Rating (Amp) and no. of Miniature Circuit Breaker TYPE OF LIGHTING LUMINARIES AND LAMPS AT VARIOUS LOCATIONS Page- 69 : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : TENDERER- 70 CMPDI 2.12 SPECIFICATION OF CABLES & CABLINGS 2.12.1 The contractor shall indicate the length of cables to be necessary to tie-up all equipment/light fittings under their scope of supply. However, during erection, if it is found that the quoted lengths are not adequate ,the contractor shall have to supply the additional quantities to complete their erection at no extra cost to the customer irrespective of the reason. 2.12.2 550 V power cable shall be of 1.1 KV grade Aluminium conductor ,PVC insulated, PVC sheathed single wire armoured cable and suitable for restricted earth neutral system. 2.12.3 415 volt Power cable shall be of 1100 volt grade, aluminium conductor, PVC insulated, PVC sheathed, single wire armoured and suitable for restricted earth neutral system. 2.12.4 220 V (L-L) Lighting cable shall be of 650 V grade, Aluminium conductor, PVC insulated, PVC sheathed. 2.12.5 Control cable shall be of 1100/650 volt grade, copper conductor, PVC insulated, PVC sheathed, single wire armoured having a minimum size of 2.5 sq.mm. 2.12.6 Size of 1.1KV power cable shall be based on the following considerations : i) Derating factor. ii) Voltage drop – The maximum allowable voltage drop at the terminal of the motor shall not exceed 15% under starting condition. 2.12.7 Derating factors selected shall be based on factors recommended by reputed cable manufacturers. The factors considered shall be clearly brought out in the offer. If it is found that the derating factors considered are not adequate, Job No.107652 Page- 70 71 CMPDI the contractor shall have to revise his cable size at no extra cost to the customer. The overall derating factor shall not exceed 0.60 in any case. 2.12.8 Length of cables shall be ascertained from the layout drawing so that straight through cable joints are totally avoided. 2.12.9 All cables, unless buried in ground, shall be neatly clamped over cable trays or over structures, as cable clamps shall be provided at an interval of 3000 mm and 1200mm for horizontal and vertical cable runs respectively. 2.12.10 Power cables shall be laid touching each other in single layer. Control cables may be laid in two layers. Power and control cables shall normally be carried on separate trays. In special cases, they may be laid in the same tray with a minimum of 150mm gap between power and control cables. 2.12.11Clamps for armoured cables shall be fabricated from 25mm x 1.5mm aluminium strips. 2.12.12Cables outside buildings shall be buried in ground over a bed of sand. These cables shall be covered with sand and protected by loose brick barriers at sides and on top. Location of cables, so laid shall be indicated clearly by cable marker made of GI and spaced at an interval of ten 10 metres and at every change in direction. Cables laid under metal road shall be protected by hume/CI pipe through which group of cables shall be installed. 2.12.13Cables inside building shall be laid in cable trenches and covered by chequred plates. 2.12.14For all exposed cable runs, cable tags made of aluminium with number punched on it shall be provided at each point of termination of equipment/junction box. Job No.107652 Page- 71 72 CMPDI 2.12.15Multicore control cables for longer run shall have spare cores as follows : S.N. i) ii) iii) iv) v) vi) No. of cores in control cable 2,3,4,5,6,7 10,12,14 16,19,24 27,30 37 44,52,61 Spare core 1 2 3 4 5 6 2.12.16All cables shall be tested as per the relevant Indian Standard Specification (amended upto date). 2.12.17 TECHNICAL PARTICULARS TO BE FURNISHED BY THE TENDERER CABLES & CABLING 2.13 1 Name of manufacturer : 2 Power cables (specification) : 3 Lighting cables (specification) : 4 Control Cable (specification) : 5 Cabling arrangement : 6 No. of spare cores provided for control cables : SPECIFICATION OF EARTHING 2.13.1 Earthing of 400 KVA, 550/433 V Transformers, primary and secondary control circuit breakers to be installed at Sarpi project substation and earthing of CHP Control room building shall conform to the requirements of the Indian Electricity Rules 1956 (amended upto date) and IS:3043-1966 (amended upto date) and latest amended circular by DGMS. The earthing of 400 KVA Transformers , 550 V and 415 V Circuit Breakers shall be connected with the existing earthing network of Sarpi Project substation. Job No.107652 Page- 72 73 CMPDI 2.13.2 Each transformer, motor, switchgear, MCC, Control & relay panels, lighting panels, receptacles, push button stations, junction boxes and other electrical equipment should be earthed by two separate earthing strips. Size of earthing strip and electrodes shall be as per requirement of relevant IS. 2.13.3 The neutral point of transformer shall be connected to two nos. of independent earth electrodes each which in turn shall be inter-connected with the control room building grounding mat. 2.13.4 All apparatus framework and other non-current carrying metal work associated with the system shall be effectively connected to the grounding mat. 2.13.5 The CHP control room building shall have an earthing grid comprising of earth electrodes connected by GI strips. The overall resistance of the earthing grid shall not exceed one ohm. The electrodes shall be made of heavy duty galvanized iron pipes. The internal diameter of the pipes shall not be less than 50MM and the length shall not be less than 3 metre. The pipe shall be of one piece. The grounding electrode shall be formed as per IS:3043 (amended upto date) 2.13.6 The earth grid shall be done by 50 x 6MM GI strip. The earth grid shall be buried at a depth not less than 600MM below the ground level. 2.13.7 In the CHP control room building, two main earth bus of size 50 x 6MM shall run sufficiently clear of the floor along the wall of the building to facilitate connections of equipment/framework to the same easily at two points of the bodies of each apparatus. The two main earth bus in turn shall be connected to the control room building earthing grid. 2.13.8 The earth grid of existing Sarpi Project substation and proposed CHP control room building shall be connected by 50 x 6 mm. GI strip at two separate points. Job No.107652 Page- 73 74 CMPDI 2.13.9 Adequate nos. of earth electrode as per IS 3043, shall be formed near the Belt Conveyor Motor and their respective LCS/DOL starter by 50x6MM GI strip at two points of the body of each equipment. The earth electrode shall be interconnected and will in turn be connected to the control room building earth mat by 50x6MM GI strip. 2.13.10 The light fittings, BDBs and the safety switches etc. shall be earthed by means of auxiliary connections to the earth bus of size 25 x 6MM GI strip. The earth bus of size 25x6MM GI strip shall run along the entire conveyor lane and shall be connected with the earth mat at the control room building. 2.13.11 Conveyor structure, cable tray supports, cable trays etc. shall not be considered as earthing conductors. Metallic sheath, screens/shields and armour of all cables shall be earthed at both the ends at the equipment where the cables are terminated. Suitable earthing clips shall be provided as required. 2.13.12 Cable trays shall be earthed at every 10m intervals. Adequate care shall be taken towards earthing of light fittings, welding sockets, etc. 2.13.13 Separate earth pits for earthing of neutral of transformers and lightning arrestors shall be provided. All joints and connections of earth lead shall be welded/bolted securely. 2.13.14 The resistance to earth as measured shall not exceed 1 ohm. Test pits shall be provided at all interconnecting grid connections. Interconnection with employer’s earth grid, if any, shall be made at least at two points by using test electrodes. 2.13.15 The earthing system shall be tested as per the relevant Indian Standard Specification (amended upto date). Job No.107652 Page- 74 75 CMPDI 2.13.16 TECHNICAL PARTICULARS TO BE FURNISHED BY THE TENDERER EARTHING 2.14 1 Governing standard : 2 Type of earth electrodes provide : 3 : 4 Internal diameter of pipes for earth electrode (MM) Whether the pipes are of heavy duty 5 No. of earth electrodes provided : 6 Size of GI Strip provided (MM) : 7 Depth of earthing grid below the ground level(MM) : : LIGHTNING PROTECTION : 2.14.1 The lightning protection of the Switch/control room and the entire conveyor structure shall be provided by Air Termination Network brought to separate ground electrodes by down conductors having suitable test points. 2.14.2 The lightning protection by Air Termination Network shall be as per IS and with a minimum of 25x6mm GI strip. 2.14.3 The service building shall be protected against lightning by air termination network as per IS. 2.15 REMOTE & SEQUENCE CONTROL : 2.15.1 To ensure reliable and economical operation of equipment in a predetermined manner coupled with safety, centralized control of the Coal Handling Plant is proposed through conventional relay logic system from the CHP control room to be located on the ground floor of the substation. 2.15.2 The centralized control system envisages two possibilities of carrying out the control mechanism – AUTO SEQUENCE CONTROL and MANUAL Job No.107652 Page- 75 76 CMPDI CONTROL. This can be accomplished by means of a selector switch placed on the control desk. Auto sequence control shall be used normally to operate the coal handling plant. If the auto sequence control fails to operate, the plant can be started manually from the control desk by placing the selector switch on manual position. 2.15.3 The sequence control envisages a series of the following operations : 2.15.3.1Inspection : In case of sequence control, an inspection system shall be provided in the circuit to check before actual starting that all the technological mechanisms in a particular mode are interlocked at the starting moment. 2.15.3.2Signalling : The strategic points of the plant shall be equipped with two way audio-visual signaling. This ensures rapid and reliable communication between thstrategic points and the operator in the control room for safe working, starting as well as during emergency. 2.15.3.3Ready : The plant is made ready to start by the depression of SYSTEM START push button. 2.15.3.4Alarm : With the pressing of SYSTEM START push button, the ALARM system starts operation. The hooter connected with the ALARM system should be suitably located in the plant above the control room to provide adequate warning to the persons at site. Job No.107652 Page- 76 77 CMPDI 2.15.3.5Start : After preset time, the hooter stops and then some time is allowed for clearance of operating personnel from the site. At the end of this clearance time, control is established and the equipment in the technological mechanism under a particular mode are started one after another. The sequence for starting of various machines is in reverse direction of coal flow to avoid spillage of material in any part of the plant. Each machine, next to be started is to be put in operation at a definite time lag so that the preceding one can pick up the motion. If within a specified time, all the equipment in the sequence do not start, then control is withdrawn, diagnosis is made and the whole cycle is repeated. 2.15.3.6 Stop : 2.15.3.6.1Normal Stop : Under normal conditions of sequence control the stopping of the plant is effected by depressing the SYSTEM STOP push button. The stopping shall be made in sequence in the direction of coal flow. Necessary timings shall also be incorporated in the stopping sequence to avoid spillage of material. 2.15.3.6.2 Emergency Stop : Emergency stoppage may be caused by the depression of EMERGENCY push button the operation of protective devices the depression of LOCAL STOP push button in LCS near each machine the operation of safety switches An emergency stoppage of any of the equipment, causes an immediate switching off of all the preceding equipment in the coal flow line. Emergency Job No.107652 Page- 77 78 CMPDI Stoppage due to any of the above reasons shall be indicated on the ANNUNCIATION PANEL. 2.15.3.7 Local Control : Local control shall be effected by means of a selector switch at site near every equipment and therefore no interlocking of mechanisms is provided. Local control shall be used during testing the equipment and carrying out repair work of technological mechanisms. 2.15.4.Equipment not linked with the technological mechanism : The dust suppression pump motors shall not be linked with technological mechanism. This will have local controls only. However, its operations can be monitored from the central control room. 2.15.5.CONTROL DESK & ANNUNCIATION PANEL : 2.15.5.1 Control Desk shall be used for centralized remote control of the plant. 2.15.5.2 It shall be complete with all the operating devices of the control system like selector switch, start/stop/signaling push buttons, indicating lamps, mimic panel etc. 2.15.5.3 It shall be sheet steel clad dust and vermin proof, free standing, floor mounting and shall be designed to give a pleasing appearance. It shall have two faces – one vertical face having mimic panel representing the coal flow of the plant. The other is the inclined face and shall have all the control devices located in the order in which they are normally operated and shall be grouped together functionwise. 2.15.5.4 Control and selector switch shall be of rotary type with escutcheon plate clearly marked to show the function and position. Job No.107652 Page- 78 79 CMPDI 2.15.5.5Push Button shall be spring return bush to actuate with silver contacts. All push buttons shall be provided with integral excutcheon plates marked with its function. 2.15.5.6Indicating lamps shall be filament type of low watt consumption with series safety resistance. The lamps shall have escutcheon plates marked with its function. 2.15.5.7 All control wiring shall be done with PVC insulated cable of size not less than 2.5 sq.mm. copper. Wiring shall be grouped and bunched so that tracing of connection will be easy. Terminals of all the components in the control desk shall be done only at terminal block. 2.15.6.ANNUNCIATION PANEL : 2.15.6.1 The Annuncation Panel shall be placed with the control desk with the ACKNOWLEDGE, RESET & TEST push buttons mounted on the control desk. 2.15.6.2 Indication shall be engraved on translucent glass or plastic windows with black letters on white background. It shall be clearly visible when the indication lamp glows. 2.15.6.3 Whenever there is a fault, the lamp starts blinking with an audible alarm. The lamp keeps on blinking and the alarm keeps on blaring until the fault ACKNOWLEDGE push button is pressed. 2.15.6.4 After the acknowledge push button is pressed the blinking as well as the alarm stop. The window continues to remain illuminated until the fault is rectified. 2.15.6.5With the pressing of the TEST PUSH BUTTON all the lamps blink and the alarm gives audible sound showing that the system is in order. 2.15.6.6 10% spare windows shall be provided. Job No.107652 Page- 79 80 CMPDI 2.15.6.7TECHNICAL PARTICULARS TO BE FURNISHED BY THE TENDERER REMOTE & SEQUENCE CONTROL 1. Write up for the system conceived for centralized remote and sequence control to be furnished. Job No.107652 Page- 80 81 CMPDI 2.16 SPECIFICATION OF DIRECT ON LINE STARTERS FOR EQUIPMENT NOT LINKED WITH THE INTERLOCKING MECHANISM (OTHER THAN COAL FLOW SYSTEM). 2.16.1 This specification covers the requirement of starter for 3 phase, squirrel cage induction motor. 2.16.2 The voltage rating of the starter shall be same as that of the motor with which it is used. 2.16.3 The KW rating of the starter shall not be less than that of the motor which is controlled and shall be continuous rating. 2.16.4 The starter shall be Air-break, magnetic contactor, push button operated, Direct on-line starting type with atleast 2mm. thick sheet steel enclousure with the following major accessories : a) Tripple pole off load, heavy duty reversing isolator complete with earthing arrangement such that when the isolator is put to OFF position, the motor terminals are automatically earthed. It shall be so designed that unless the contactor is OFF, it shall not be possible to operate the isolator to OFF position. The isolator shall never be required to make or break load/fault current. b) Ambient temperature compensated thermal overload relay with single phasing protection. The continuously variable relay setting range shall be suitable for the motor rating. c) Provision for local Start/Stop d) Interlocking between the cover and isolator e) No-volt-close system f) Control coil voltage shall be 230V, single phase, 50 Hz with control circuit connections brought out of enclosure suitably. g) Cable entry boxes/glands for PVC sheathed armoured cable with Aluminium conductor Job No.107652 Page- 81 82 CMPDI h) Suitably scaled ammeter. i) Starter shall conform to IS:2959 amended upto date. j) Suitable indicator lamps shall be provided for the following purposes : RED - To indicate that the starter is ON GREEN - To indicate that the starter is OFF AMBER - To indicate that the starter has tripped on fault. 2.16.5 The starter shall be tested as per the requirement of the applicable standards. 2.17 SPECIFICATION OF LOCAL CONTROL STATION The Local Control Stations (LCS) shall be metal enclosed, suitable for outdoor/indoor mounting on wall or sheet structures. The enclosure shall be die-cast aluminium or cold rolled sheet steel of at least 1.6mm thickness. LCS shall be painted to shade No.692 of IS:5 in accordance with relevant Code. The LCS shall be dust and vermin proof and shall have a degree of protection of IP-53 as per relevant Code. The LCS shall be suitable for both top and bottom cable entry (either of which may be used depending on cabling convenience) and shall be provided with removable undrilled gland plattes or knockouts. The interlocking and Remote Local Selector Switch, stop/push and emergency buttons and indication lamps on the LCS shall be mounted on the front face of the enclosure. They shall be so disposed that operation is convenient. 2.18 SAFETY & TESTING EQUIPMENT : 2.18.1 2 (Two) pairs of Tested quality electrician’s Rubber Gloves intended for electrical purposes where the working potential does not exceed 36KV (for operating substation equipment) 2.18.2. 2 (two) nos. of standard discharging rod for discharging and earthing of the apparatus Bushings Bus bars etc. The rod shall be made of treated teak Job No.107652 Page- 82 83 CMPDI wood with a copper or copper clad hook at the top fixed on insulation rod. This shall be complete with earthing chain. 2.18.3.4 (four) nos. portable carbon dioxide type fire extinguisher of capacity 3 kg. complete with bracket and other accessories and complying with IS:2878 (amended upto date). 2.18.4.2(two) nos. sand buckets complete with M.S. bracket as per IS:276 (amended upto date). 2.18.5.1 no. H.V. insulation tester having range 5000 volt with insulation range upto 10,000 megohms complete with testing lead and carrying case. 2.18.6.1 no. Insulation tester hand operated having range 1000 volt with insulation range upto 300 meg ohm. 2.18.7.1 one no. Aluminium Telescopic ladder (brief description should be furnished) 2.18.8.800mm width Rubber Insulating Mat along the entire length of 6.6KV switch board. Job No.107652 Page- 83 84 CMPDI 2.19 MAKE OF EQUIPMENT : The major equipment will be from the manufacturer indicated below. Make other than mentioned below may be accepted for which prior approval of the purchaser will have to be taken giving due justification for the same and necessary documentary evidences in support of manufacturer’s past experience, capability and reputation in manufacturing such equipment. Equivalent/Reputed make shall not be acceptable. S.N. Item Description 1 Power Transformer 2 Lighting Transformer 3 Motor(LT) 4 Power Cable 5 Control Cable 6 Light Fitting 7 Limit Switch/ Pull Cord Switch /Belt Sway Switch/zero speed switch Motor Control Centre/Air circuit Breaker/MCCB/MCB/ RCCB Push Button, Indicating Lamp 8 9 Job No.107652 Name of approved manufacturers KIRLOSKAR/BHEL/BHARAT BIJLEE/GEC ALSTHOM/ CROMPTON GREAVES/ANDREW YULE/SIEMENS KIRLOSKAR/VOLTAS/NGEF/GEC/ANDREW YULE/ ALSTHOM/SIEMENS/CROMPTON GREAVES/L&T/ABB KIRLOSKAR/BHEL/SIEMENS/GEC ALSTHOM /JYOTI/ NGEF/ABB/CROMPTON GREAVES /BHARAT BIJLEE/ INTEGRATED ELECTRIC CO.LTD. CABLE CORPORATION/FORT GLOSTER/ NICCO/ UNIVERSAL CABLES/PREMIER CABLES/INCAB/ASEAN/HINDUSTAN CABLES CABLE CORPORATION/FORT GLOSTER/ NICCO/ UNISTAR/KDK/ASEAN/HINDUSTAN CABLES/RAJNIGANDHA CABLES PHILIPS/CROMPTON GREVES/GEC ALSTHOM/ BAJAJ / ECE/GLOLITE R.K.ELECTRICALS/ESSEN/SIEMENS/TECHNOCRATE/PROTO CENTRAL INSTRUMENTS PVT. LTD. NGEF/L&T/ANDREW YULE/GEC ALSTHOM /JYOTI/ SIEMENS/GEC/BCH/ ABB/EASUN ENGG /CROMPTON GREAVES/KIRLOSKAR SYSTEMS / CONTROL ENGG. CO./CONTROL & SWITCH GEAR CO./HAVELL’S INDIA LTD.. L&T/SIEMENS/ESSEN/BCH Page- 84 85 CMPDI 2.20 COMPLIANCE WITH STANDARDS : All electrical design, installation and commissioning shall comply with relevant Indian Standard and Code of Practice including the following : IS:125 IS:1231 IS:3043 IS:1029 IS:1691 IS:900 IS:8623 IS:4237 IS:3072 IS:8514 IS:722 IS:9224 IS:6375 IS:1554 IS:5831 IS:1753 IS:3961 IS:3975 IS:5 IS:694 IS:2959 IS:2208 IS:732 IS:5216 IS:2309 IS:3231 IS:1248 IS:2419 IS:1886 IS:2516 IS:2705 IS:3156 IS:2026 IS:3639 IS:335 IS:2099 IS:3427 Induction Motors three phases Dimensions of three phase foot mounted induction motors Code of Practice for earthing Guide for testing three phase induction motors Degrees of protection provided by enclosures for rotating electrical machinery Code of Practice for installation and maintenance of induction motors Specification for factory built assemblies of switchgear and control gear for voltage upto and including 1000V AC/1200V DC General requirements for switchgear and control gear for voltage not exceeding 1000V Code of Practice for installation and maintenance of switchgear A.C. Motor starters of voltage not exceeding 1000V A.C. Electricity Meters HRC cartridge fuses Switches and push buttons PVC insulated (Heavy Duty) electric cables PVC insulation and sheath of electric cables Specification for aluminium conductors for insulated cables Recommended current ratings for PVC insulated and PVC sheathed heavy duty cables Mild steel wires, strips and tapes for armoured cables Colours for ready mix paints PVC insulated cables Contactors HRC Fuses Electrical wiring installation Guide for safety procedure and practices in electrical work Code of practice for protection against lightning Electrical Relays for Power System Protection Electrical indicating Instruments Indicating Instruments Code of practice for installation and maintenance of transformers A.C. Circuit Breakers Current Transformer Voltage Transformer Power Transformer Fittings and Accessories of Power Transformers New Insulating Oil for Transformer and switchgear Bushing Metal enclosed switch gear Job No.107652 Page- 85 86 CMPDI 3.0 CIVIL & STRUCTURAL 3.1 Specification for Civil and Structural Works: The specifications are intended for the general description of quality, workmanship etc. desired for the items covered in the Scope of Works. The specifications are not, however, intended to cover minute details. The work shall be executed according to the spirit of the specifications and in absence thereof, according to the relevant latest Indian Standard Codes, in absence of the latter, the work shall be executed according to the best prevailing local Public Works Department practice. The specification shall have precedence in case anything contrary to this is stated anywhere in this Tender Document. The enclosed drawing is preliminary for tendering purpose only and by no means final drawings or to show the full range of work under the scope of contract. All materials shall be of the best quality conforming to relevant I.S. Specifications and as approved by the Engineer. It is desired that all materials shall be from approved sources only. Contractor shall take proper care of any materials issued by the employer/s and protect the same from weathering and damage. Any such materials rendered unserviceable or damaged while in the contractor’s custody shall be replaced or repaired by the contractor at his own cost as determined by the Engineer. The layout and levels of all structures etc. shall be made by the contractor at his own cost from the general grid of the plot and bench marks given by the Engineer. He will give all help in instruments, materials and men to the Engineer for checking the detailed layout and correctness of the layout and levels. But the contractor shall be solely responsible for correctness of layout and levels. Making bench marks, pillars and reference line pillars and other identification marks and maintaining them up to the completion of the work shall be responsibility of the contractor. The design of the RCC structures shall be carried Job No.107652 Page- 86 87 CMPDI out as per code of practice for plain and reinforced concrete for general building construction IS 456 –2000 The steel structures shall be designed and fabricated as per code of practice for use of structural steel in general building construction I.S.800 with up to date amendments and other relevant I.S. Standards. 3.2 Cement concrete works. Scope of specification This specification deals with cement concrete plain or reinforced for general use and covers the requirements for concrete materials, their storage, grading, mix design, strength and quality requirements, pouring at levels, reinforcements, protection, curing, form work, finishing, painting, admixtures, inserts and other miscellaneous works. 3.2.1 Materials: Cement Cement used shall be ordinary Portland conforming to IS: 269/1976 latest revision and/or Portland slag cement conforming to IS: 455/1976. Other types of cement shall be used only with the prior approval of the Engineer. All consignments of cement brought shall be tested for its strength reliability and then only used. Coarse Aggregates Coarse aggregates shall conform to all provisions with tests of I.S. 383/1970. Sample aggregates, proposed to be used shall be submitted to the Engineer-inCharge free of charge in sufficient quantity with sieve analysis date for his approval. The approved samples will be preserved by him for future reference. The coarse aggregates shall consist of uncoated, hard, strong, dense and durable pieces of crushed stone and shall be free from undesirable matters viz. Job No.107652 Page- 87 88 CMPDI disintegrated stones, soft, flat or elongated pieces, salt, alkali, vegetable or other deleterious substances. Washing of aggregates by approved means shall be carried out, if desired by the Engineer at the cost of the contractor. For reinforced cement concrete works, aggregates of 20 mm nominal size are generally acceptable. Fine aggregates – sand Sand shall consist of siliceous material, having hard, strong, durable uncoated particles, free from undesirable amounts of dust, lumps or other deleterious substances. Coarse and fine sand shall be well-graded and fineness modulus shall not vary by more than plus or minus 0.20 from that of the approved sample. Water Water for mixing and curing shall be clean and free from injurious amounts of oils, acids, alkalis, sugar, organic materials or other substances that may impair the strength and durability of concrete. Potable water is generally satisfactory. Admixtures Admixture may be used with the approval of the Engineer. The admixtures shall conform to I.S.: 9103/1979. Reinforcement steel The reinforcement shall be free from loose mill scales, loose rust and coats of paints, oil, mud or other coatings which may destroy or reduce bond. The reinforcement shall conform to the following I.S. Specifications: Cold-twisted bars conforming to IS: 1786/1979. The steel reinforcements shall necessarily be of tested quality. All bars shall be cold bent by machines or other approved means. Rods, hooks and shapes shall conform strictly to the dimensions as per on drawings and unless otherwise mentioned, the bending dimensions shall conform to I.S. 2502. Job No.107652 Page- 88 89 CMPDI All binding shall be done by 20 gauge annealed soft iron wire. Otherwise when shown on drawing or instructed by the Engineer reinforcements shall be welded. Approved type concrete blocks at designated spacing shall maintain the cover for reinforcement as shown on drawings and / or directed by the Engineer. Sufficient number of chairs and hangers shall be used to keep the reinforcement in position. Placing of reinforcement shall be inspected and approved for accuracy of placing, binding and cleanliness by the Engineer. No placing of concrete shall be done before approval of the reinforcement. 3.2.2 Grades of concrete Concrete shall be done by weigh batching in grades designated as M-20 and M25 as specified in I.S.: 456. Nominal mixes of 1:3:6: and 1:4:8 by volume or any other mix without any strength requirement shall be used where specified. Lean concrete shall be 1:3:6 or 1:4:8 mix with aggregate of nominal size 40 mm maximum or as per drawing. 3.2.3 Mixing of concrete The adopted mix shall not be varied without the approval of the Engineer. If for any particular location, the water content has to be increased or plasticising additive added to the concrete, prior approval shall be taken from the Engineer. All concrete shall be mixed in mechanically operated approved type of mixtures. Mixing procedure shall be to the satisfaction of the Engineer. If hand mixing is permitted by the Engineer in extra ordinary case, 10% extra cement shall be added to each batch at no extra cost to the employer. 3.2.4 Placing of concrete Concrete shall be conveyed and placed in final position in such a manner as to prevent segregation and loss of any of the ingredients. The maximum height of drop and method of placing concrete shall be approved by the Engineer. The interval between adding water to the dry ingredients and completion of placing of concrete shall not be disturbed once the setting of cement has commenced. The rate of placement of concrete shall be such that no cold joint is Job No.107652 Page- 89 formed 90 CMPDI and fresh concrete is placed always against green concrete which is still plastic and workable. Concrete shall be laid in even layers of 150 mm thickness and each layer shall be properly compacted by means of approved mechanical vibrators operated by experienced hands and thoroughly worked round the reinforcements in to the correct form and shape. All special arrangements shall be made to keep true profile to unshuttered surfaces of concrete. Care shall be taken to see that reinforcements are not disturbed or displaced during concreting. Concreting shall be carried out continuously until the completion of the work or part of the conditions without proper precautions as approved by the Engineer. 3.2.5 Finishing of concrete All concrete surfaces either cast-in-situ or precast shall have even clean finish, free from honeycombs, air bubbles, fins or other blemishes. The formwork joint marks for concrete work exposed to view shall be rubbed out with carborundum stone and defects patches up with a paste of 1 part sand : 1 part cement and cured. The finish shall be made to the satisfaction of the Engineer. Concrete surface to be subsequently plastered or lined or where brick work shall be built against it shall be adequately hacked as soon as the form is stripped off so that proper bond can develop. 3.2.6 Curing and protection of concrete All fresh concrete shall be covered with a layer of hessian or similar absorbant materials and kept constantly wet for a period of seven days or more from the date of placing concrete as per directions of the Engineer. Steps shall also be taken to protect immature concrete, from damage by debris, excessive loading, vibrations, abrasion, deletion, ground water, mixing with earth or foreign materials, floatation etc. that may impair the strength and durability of the concrete. 3.2.7 Form work Formwork shall be composed of steel and for best quality shuttering wood of nonabsorbent type. Timber shall be free from knots and shall be of medium grain as Job No.107652 Page- 90 91 CMPDI far as possible. Hard wood shall be used as caps and wedges under or over posts. Ply wood or equivalent shall be used where specified to obtain smooth surfaces for exposed concrete work. Struts shall generally be mild steel tubes and strong sal-ballies 150 mm. in diameter or above. Bamboos, small diameter ballies etc. shall not be used unless approved by the Engineer-in-charge. The form work shall be erected true to line, level and shapes required and proper bracings, props etc. shall be provided by the contractor to ensure safety against bulging, deformation or sagging due to the load of wet concrete or any incidental loads and vibration. Joints shall be tight enough to prevent any leakage of water. Provisions shall be kept for fixing of anchor bolts, sleeves or any insert as per drawings or as directed by Engineer. The formwork shall be cleaned of scales, patches of concrete or any foreign material, washed thoroughly and coated with two coats of standard mould oil. If desired by the Engineer polythene sheets shall be used as liner to achieve smooth finish requiring no subsequent rendering. Reproping of beams shall not be allowed. The formwork shall be inspected and approved by the Engineer before concreting. The minimum period for stripping off the formwork shall be as directed by the Engineer. The Engineer may delay the removal of formwork, in which cases the tenderer shall not claim any extra payment on this account. The formwork required for the job shall be properly designed and detailed drawings showing the shuttering, centering and support works shall be submitted to and got approved by the Engineer-in-charge before the formwork is started. The formwork done shall be inspected, checked and approved by the Engineer-incharge before the concreting is done and the contractor shall not start the concreting job without the approval 3.2.8 Opening, grooves, rebates, block outs etc. The tenderer shall leave all openings, grooves etc. in concrete works as per the drawings or as specified by the Engineer. 3.2.9 Anchor bolts, sleeves, inserts and other embedded fixtures Job No.107652 Page- 91 92 CMPDI The tenderer shall build into concrete work all the materials noted below and shall embed and secure the same as and when required. The materials, if required to be supplied by the tenderer shall be of best quality available of approved manufacture and shall be up to the satisfaction of the Engineer. 3.2.10 Material to be embedded Inserts, hangers, anchors, conduits, pipes etc. Anchor bolts and plates for machinery equipment, structural steel work. Dowel bars etc. for work falling under scope of other contractors. Flasing and jointing in concrete work. Any other built-in fixtures as may be required. Correct location and exact alignment of all these shall be entire responsibility of the tenderer. Necessary protection to inserts etc. to prevent damage shall be the Tenderer’s responsibility. Corrosion resistant anchor bolts wherever specified. 3.2.11 Testing and quality control The materials of construction like cement, steel etc. and concrete of various grades to be used in RCC construction should be sampled and tested according to the provisions of the corresponding I.S. codes at contractor’s own cost in any approved laboratory and results submitted to the Engineer-in-charge soon after testing for his scrutiny. If results of tests conducted on samples of any particular consignment of material either procured by contractor or supplied by Employer do not conform to the values as specified in corresponding I.S. codes, the whole consignment of the material will be rejected. Sampling and testing of cement concrete of various grades to be used in RCC construction shall be sampled and tested according to the provisions of I.S. codes for strength etc. and test results submitted to the Engineer-in-charge. If the test results do not conform to the values as specified in I.S. codes the portion of RCC construction where the concrete has been used shall be got Job No.107652 Page- 92 93 CMPDI tested for full load according to relevant I.S. codes at the expenses of the contractor. In case of failure of the structure for the full load is noticed., the same shall be treated as rejected and removed at the cost of the contractor. In case of such rejection the damage, claims etc. shall be borne by the contractor. 3.2.12 Acceptance of reinforcements Reinforcements shall be checked for cleanliness, proper bending, cutting, placing and securing in position with provision for proper cover. Only tested quality of reinforcement shall be used. 3.2.13 Acceptance of form work and finished concrete Finished concrete shall be true to shape, lines, levels, plumbs and dimensions as per drawings. All embedded fixtures shall be of correct type and in correct position as per drawings. Finished concrete surfaces shall be free from blemishes like honeycomb, air bubbles, fins etc. Exposed concrete surfaces shall be free from rust stains, grease and mould oil stains etc. and shall have uniform pleasing appearance to the satisfaction of the Engineer. If desired, the finished concrete shall conform in all respects to be accepted sample. . 3.3. Fabrication of structural steel The steel sections as specified or required shall be cut, square and to correct lengths as per drawing and design. The cut ends exposed to view shall be finished smooth. No two pieces shall be welded or otherwise jointed to make up the required length of a member except as indicated in the drawing or directed by the Engineer-in-charge. All strengthening and shaping to form shall be done by application of pressure and not by hammering. Any bending or cutting shall be carried out in such a manner as not to impair the strength of the metal. All operations shall be done in cold state unless otherwise directed/permitted. Job No.107652 Page- 93 94 CMPDI a) Layout The steel structure as shown in the drawing or as per directions of Engineer –incharge, shall be laid out on a level platform to full scale and to full size or in parts. A steel tape shall be used for measurement to ensure maximum accuracy. b) Fabrication i) The steel sections as specified shall be straightened and cut, square accurately to correct lengths. The cut ends exposed to view shall be finished smooth. No two pieces shall be welded or otherwise jointed to make up required length of a member except as indicated in the drawing or otherwise, specifically permitted by the Engineer-in-charge. All straightening and shaping to form shall be done by application of pressure and not by hammering. Any bending or cutting shall be carried out in cold condition (unless otherwise directed) in such a manner as not be impair the strength of the metal. ii) Great accuracy shall be observed in the fabrication of various members so that these can be assembled without being unduly packed, strained or forced in to position and when built up shall be true and free from twists, binks, bunkles or open joints. iii) Before making holes in individual members for fabrication on the steelwork intended to be bolted together shall be assembled or clamped properly and tightly so as to ensure close abutting or lapping of the surfaces of the different members. All stiffeners shall bear tightly both at top and bottom without being drawn or cauled. The butt joints shall be cut or dressed true and straight and fitted close together. iv) Web splice plates and fillers under stiffeners shall be cut to fit within 3 mm of flange angles. Web plates of girders which have no cover plates shall have their ends flush with the top of angles forming the flanges Job No.107652 Page- 94 95 CMPDI unless otherwise required. The web plates, when spliced shall have clearance of not more than 6mm. v) The erection clearance for cleated ends of members connecting steel to steel shall preferably be not greater than 1.5 mm. The erection clearance at the ends of beams without web cleats shall not be more than 3 mm at each end and where for practical reasons greater clearance is necessary, suitably designed setting shall be provided. vi) Pins and rollers shall be accurately turned to gauge. These shall be straight and smooth and free from flaws. The roller bearing shall be provided with adequate arrangement for holding the girders or truss resting on it from lateral displacement vii) Expansion bed plates shall be planned true and smooth. The planning of bed plates shall be done in the direction of the movement of the girder or truss resting on it. viii)Column splices and butt joints of struts and compression members depending on contact for stress transmission shall be accurately machined and close butted over the whole section. In column caps and bases, the ends of shafts together with the attached gussets, angles, channels etc, after welding together shall be accurately machined so that the parts connected butt against each other over the entire surface of contact. Connecting angles or channels shall be fabricated and placed in position with great accuracy so that they are not unduly reduced in thickness by machining. ix) The bends of all bearing stiffeners shall be machined or ground to fit tightly both at the top and bottom. Job No.107652 Page- 95 96 CMPDI x) Holes shall have their axis perpendicular to the surface bored through. The drilling or reaming shall be free from burrs and the holes should be clean and accurate. xi) Holes for counter-sunk bolts shall be made in such a manner that their heads fit flush with the surface after fixing. xii) The work of fabrication shall be completed in the workshop as far as it is practicable to do so. Site joining shall be done with turned and fitted bolts or black bolts or welding as per drawings or as directed by the Engineer-in-charge. Generally, the following principles shall govern the use of turned and fitted bolts and black bolts; xiii) Turned and fitted bolts shall be used where the connection is such that slip under load has to be avoided. Black bolts may be used very sparingly where a force is carried through a connection without impact, vibration or reversal of stresses (unless such reversal is due solely to wind forces). xiii) In case of welding holes shall only be made for the bolts used for temporary fastening as shown in drawings. c) Bolting All bolt heads and nuts shall be hexagonal and of equal size unless specified otherwise. The screwed threads shall conform to IS: 1363:1960 and the threaded surface shall not be tapered. The bolts shall be of such length as to project two clear threads beyond the nuts when fixed in position and these shall fit in the holes without any shake. The nuts shall fit in the threaded ends of bolts properly. Where there is risk of the nuts being removed or becoming loose due to vibration or reversal of stresses, those shall be secured from slackening by Job No.107652 Page- 96 97 CMPDI the use of lock-nuts, spring washers, crossing-cutting or hammering down of threads as directed by the Engineer-in-charge. Bolts, nuts and washers shall be thoroughly cleaned and dipped in double boiled linseed oil before use. d) Welding Welding shall generally be done by electric process. The electric arc method being economical is usually adopted. Where public electricity is not available, a suitable generator shall be arranged. Gas welding shall be resorted to using oxy-acetylene flame with specific prior approval of the Engineer-in-charge. Gas welding shall not be permitted for structural steel work. Gas welding required heating of the members to be welded along with the welding rods and is likely to create temperature stresses in the welded members. Precautions shall, therefore, be taken to avoid distortion of the members due to these temperature stresses. The work shall be done as shown in the shop drawings which should clearly indicate various details of the joints to be welded, type of welds, shop and site welds as well as the types of electrodes to be used. Symbol for welding on plans and shop drawings shall be according to IS 813/1961. As far as possible, every effort shall be made to limit the welding that must be done after the structure is erected so as to avoid the improper welding that is likely to be done due to heights and difficult positions on scaffolding etc. apart from the aspect of economy. Type of welding Welding used for joining structural members are generally of the following types as under: Job No.107652 Fillet weld Page- 97 98 CMPDI The cross section of fillet weld is triangular and it is used to join two surfaces normally at right angles to each other. This type of weld is used more frequently in structural connection than any other type and is usually in the form of isosceles triangle. The fillet welds shall be continuous or in intermittent as specified in the design. - Butt welds These are classified according to the method of grooving or preparing of the base metal. The metal pieces shall be filled or chiselled to the required shape for butt welding at the throat for which no extra payment shall be made. e) Operation of Plant and Equipment Either direct or alternating current (but not both types) may be used throughout the whole work. An ammeter shall be provided to each arc and so situated that the Engineer-in-charge can easily check the current being used by the operator. Each welder shall be supplied with a portable current regulator to enable him to adjust the welding current within the approved limits without leaving his work. Only qualified operators shall be employed for welding and they shall have been trained and shall be tested after every three months as per provisions of IS: 817:1966 for Code of Practice of Training and Testing Manual Arc Welders. f) Preparation of surface for welding Surface, which is to be welded together, shall be free from loose mill-scale, rust, paint, grease or other foreign material. A coating of boiled linseed oil shall be permitted. Job No.107652 Page- 98 99 CMPDI g) Assembly for welding Before welding is commenced, the plates shall first be brought together and firmly clamped or spot welded at specified distance. This temporary connection has to be strong enough to hold the parts accurately in place without displacement. i) Precautions All operations connected with welding and cutting equipment shall conform to the safety requirement given in IS: 818:1968 for “Safety and Health Requirements in electric and gas welding and cutting operations.” The following points shall be borne in mind during the process of welding: Welds shall be made in the flat position wherever practicable. Arc length, voltage and amperage shall be suited to the thickness of material, type of groove and other circumstances of the work. The sequence of welding shall be such that where possible the members which offer the greatest resistance to compression are welded first. j) Inspection and testing of welds The method of inspection and testing shall be as under. The following factors shall be considered during the visual inspection. - Dimension of Weld Deposit The size of the weld shall be as specified and it may be slightly over but not under. - Shape of Profile Job No.107652 Page- 99 100 CMPDI The profile of the weld is affected by the position of the joints but it shall be uniform. In the case of butt and corner welds, the profile shall be slightly concave and in the case of fillet welds it shall be usually slightly convex. - Uniformity of Surface The height and spacing of the ripples shall be uniform as these being indicative of the workmanship. - Degree of Undercut Under-cutting is undesirable. The weld joint shall be free from undercut but slight intermittent occurrence may be disregarded. - Smoothness of Joints The joints in the weld run where welding has been adopted shall be as uniform and smooth as possible and shall show no pronounced hump or crater in the weld surface. - Freedom from Surface Defects The surface of the weld shall be free from porosity, cavities and burnt on scale. - Penetration bead in butt welds A slight penetration bead shall be present and it should be reasonably uniform in width and appearance. Intermittent occurrences of lack of penetration bead may be disregarded. - Degree of Fusion Fusion shall be complete over the whole area of the joint surface. - Degree of root penetration The defects are most likely to occur at the root of the weld and in this position they are liable to have the maximum effects in reducing the strength of the weld. Job No.107652 Page-100 101 CMPDI A close examination of the root shall, therefore, be made. In butt welds, the penetration should extend to the under side of the plates producing a penetration bead of the right size. In fillet welds with good root penetration, the weld metal should reach the corner. - Bend testing (for ductility) - The elongation shall be not less than 30 percent for stress-relieved welds and not less than 25 percent for non-stress relieved welds. - Tensile Testing (Reduced section tensile testing) The tensile strength shall be not less than minimum of the specified tensile range of the parent metal. - Radiographic examination Only at the important joints as directed by Engineer-in-Charge (but not more than 10% of joints) may have radiographic testing. This shall be done as given in IS: 6227-1971. 3.3.1 Materials Structural Steel Standard quality mild steel of various varieties and designations shall be used for different works conforming to specifications given in IS Codes listed below. They may be used for bolted steel work and steel work where welding is employed for fabrication provided that the thickness of material does not exceed 20 mm thick. When material conforming to this standard is more than 20 mm thick, special precaution may be taken in case the material is to be welded. Job No.107652 Page-101 102 CMPDI Black Bolts Also known as machine bolts, these bolts shall be made from rods and they come from the rolling mills and are not finished to exact size. A lower working stress is taken for these types of bolts than those of turned and fitted bolts. High Tensile Bolts The material used for the manufacture of structural quality high tensile steel bolts shall have a minimum tensile strength of 58 kg/sq.mm. Other mechanical properties shall conform to grade ST-58-HT of IS:961. Bolts, nuts and washers and other fastening materials shall be stored in racks on the ground with coating of suitable protective oil. 3.3.2 Applicable Indian Standard Codes a) IS: 226-1975 Specification of structural steel (ordinary quality) b) IS:808 (Current) Rolled steel beams, channels and angle sections. c) IS: 2062-1969 Specification for structural steel (fusion welding quality) d) IS: 1977-1969 Specification for structural steel (ordinary quality) e) IS: 1148-1964 Specification for Rivet bars for structural purpose. f) Black Hexagon bolts, nuts & lock nuts and black hexagon screws . IS: 1363 g) IS: 1083 (Current) Precision hexagonal bolts screws and nuts (BSW and BS Threads) h)IS: 814-1974 (Part I & II) Specification for covered Electrodes for Metal Arch welding for mild steel. i) IS: 816 Code of practice for use of Metal Arch welding for general building. j) IS:800 Code of practice for use of structural steel in general building construction. k) IS:1477 (Current) Job No.107652 Code of practice for painting of ferrous metals in buildings and allied finishes. Page-102 103 CMPDI 3.3.3. Erection of Structural Steel Scope This specification covers general requirement for erection of structural steel and miscellaneous steel works. Site Operations An experienced and qualified Superintendent shall be in full time charge of the job. The contractor shall describe the methods proposed to be employed for handling, assembling, hoisting and erection of the structural and miscellaneous steel components and the type, capacity and quantity of equipment that the contractor proposes to bring to site for all these operations. Contractor shall furnish at his own expenses, the necessary non-inflammable staging and hoisting materials or equipment required for the erection work and shall remove and take them away after completion of the job. Contractor shall also provide necessary passage ways, fences, safety bolts, helmets, lights and other fittings to the satisfaction of Engineer and to meet the rules of local authorities and for protection to his men and materials. Contractor shall protect all existing plant structures, piping, conduit, equipment and damage caused by contractor be rectified entirely at contractor’s cost to the satisfaction of Employer/Engineer. If work has to be carried out adjacent to existing switchyards or electrical installations, which are live, contractor must ensure suitable safety precaution in consultation with Engineer. If a portion of the work or project cannot be made available to contractor for his activities due to operations being carried out by other agencies, he shall suitably modify his sequence of operations so as to continue work without interruption. Contractor shall work in co-ordination with other agencies Job No.107652 Page-103 104 CMPDI working on the project site and plan his work suitably so as not to hinder the progress of construction at site. Handling and Storage No dragging of steel shall be permitted. All steel shall be stored 300mm above ground on suitable packing to avoid damage, in the order required for erection and with erection marks visible. All storage areas shall be prepared and maintained by contractor. Steel shall not be stored in the vicinity of areas where excavation or grading will be done and if stored temporarily these shall be removed by contractor well before such excavation and or grading commences to a safe distance to avoid burial under debris. Anchor bolts and foundation Contractor shall carefully check the locations and layout of anchor bolts before the foundations are constructed to ensure that the structures can be properly erected as shown on the drawings. Anchor bolts may be provided with three nuts on upper threads portion, one which may be used for leveling the columns base to the required elevation and one will be a lock nut. All shim stock required for erection be of good MS plates and shall be supplied by the contractor at his cost. A certain amount of cleaning of foundations and preparing the area is considered normal and shall be carried out by the contractor at no extra cost. Where beams are in pockets or on walls, bearing plates shall be set and leveled as part of the work. All grouting under column base plates or beam bearing plates will be carried out by the contractor only after getting prior approval of the Engineer. Job No.107652 Page-104 105 CMPDI Assembly and connections Field connections may be effected by bolting, welding or by use of high strength bolts as per the design and erection drawings. All welding shall be in accordance with IS: 816- Code of Practice for use of metal arc welding for general construction in mild steel and IS: 823 – Code of Procedure for manual arc welding of mild steel. All assembling shall be carried on a level platform. Drifts shall be used only for drawing the work to proper position and must not be used to such an extent as to damage the holes. Size of drifts larger than the nominal diameter of hole shall not be used. Any damaged holes or burns must be rectified to the satisfaction of the Engineer. Corrections of minor misfits and reasonable amounts of reaming and cutting of excess stock shall be considered as a part of erection. Any error in shop which prevents proper fit on a moderate amount of reaming and slight chipping or cutting shall be immediately reported to the Engineer. Erection All structural steel shall be erected as per the drawings. Proper size steel cable slings etc. shall be used for hoisting. Guys shall not be anchored to existing structures, foundations etc. unless permitted by the Engineer in writing. Structural steel frames shall be erected plumb and true. All steel columns and beams shall be checked for plumb and level individually before and after connections are made. Temporary bracings shall be introduced wherever necessary to take care of all loads to which the structure may be subjected Job No.107652 Page-105 106 CMPDI including erection equipment and the operation thereof. Such bracings shall be left in place as long as may be required for safety and stability. As erection progresses, the work shall be securely bolted to take care of all dead load, wind, seismic and erection stresses. No riveting or welding or final bolting shall be done until the structure has been properly aligned and approved by the Engineer. No cutting, heating or enlarging of the holes shall be carried out without the prior approval of the Engineer. Inspection The employer, the Engineer or their authorized representatives shall have free access to all parts of the job during erection and all erection shall be subject to their approval. In case of faulty erection, all such dismantling and reerection required will be at contractor’s cost. No paint shall be applied to field welds or bolts until these have been approved by the Engineer. Grouting of column bases and machineries Grouting under column bases constitute a special kind of work requiring judicious selection of materials and careful execution of work. Grouting should ensure complete filling of the space and perfect bond. The grouting shall be done under expert supervision. Care must be taken to ensure that there is no locked air in the grouting. Materials Cement – Only fresh Portland cement conforming to IS:269 ii) Sand - Fine aggregate shall comply in general with requirements of concrete aggregate (IS:383) and shall have a fineness modulus of 2.5 to 3.0 Job No.107652 Page-106 107 CMPDI Anti Shrinkage materials Aluminium powder or anti shrinkage admixture like Groutex CRS-NS ATCH ( by Cement Research Institute of India ) or its equivalent shall be of standard brand from reputed manufacturers and shall be approved by the Engineer prior to use in work. Water cement ratio should not exceed 0.5. Mortar shall be made up of cement and sand in the proportion 1:1 by weight and blended with aluminium powder (about 0.005% by weight of the cement or with anti shrinkage admixture) in a suitable proportion to cement mortar in accordance with the recommendation of the manufacturer and subject to the approval of the Engineer. If directed by the Engineer, 6mm down stone chips may have to be added in the mix. Powder ( about 0.005% by wt. of cement). Concrete surfaces receiving the grout shall be properly roughened removing laitance and exposing good concrete. The preparation of the surface may be accomplished through the use of a chipping hammer or a hand bush hammer and wire brush. The surface shall be thoroughly cleaned removing all the free water from the surface but keeping it wet before the grouting begins. The steel surfaces coming in contact with the grout should be cleaned of rust, mill scales, paint, oil present and be wet before setting into place for grouting. Grouting should be mixed with mortar to fill all the voids respectively. Provisions of grout holes and reclaim arrangements should be checked before commencement of grouting. If necessary, pressure grouting with grout pump shall be resorted to. Job No.107652 Page-107 108 CMPDI j) Method of grouting. i) The widely used method of obtaining satisfactory grout is based on principle of using lowest water cement ratio reducing the shrinkage to a minimum. Pozzolana cement having less shrinkage than ordinary Portland cement is preferred for this grouting. Only enough water shall be added to produce a grout. The proper amount of mixing water and proper consistency are those which will produce a grout which is at the point of becoming rubbery when the material is solidly packed. Any mortar which has been mixed for a period longer than an hour shall not be used. To reduce the shrinkage, anti shrinkage materials as specified earlier to be added. The work covers all operation connected with grouting including all labour and materials. Any damage to the concrete foundation works caused during such operations due to the carelessness or negligence shall be made good by the contractor in a manner to be decided by the Engineer whose decision shall be final and binding. Presently anti shrinkage grout mortar in ready-to-use form like “SHRIMKKOMP” of ACC are being widely used for grouting and this may be used for this purpose. Dismantling and alternations of steel works. Incase it is found that alternations are to be done for certain portions of steel work already erected for any reasons whatsoever, this shall be done only on the written order of the Engineer. Complete scheme of alternations shall be detailed and got approved by the Engineer before work is taken up at site. The sections requiring modifications which cannot be done in the erected position shall be dismantled carefully without damaging other structures, lowered and transported to the workshop. These operations may include Job No.107652 Page-108 109 CMPDI temporary dismantling , cutting, re-welding or supporting, realigning of other adjacent connected member as well. 3.4 Earth Work a) Scope This shall include all work involved in excavation, dressing of soil, shoring, filling around foundation and disposal of residual earth at a place as directed by the Engineer. Boring and sub-surface data regarding nature of soil, sub-soil water etc. shown on drawings or otherwise furnished to the contractor shall be taken as guidance only and variation there from shall not affect the terms of the contract. The contractor must satisfy himself of the character and volume of sub soil water to be encountered. He must also satisfy himself about general conditions of site and ascertain the existing and future obstructions likely to come up during the execution of the contract to carry out the work under this scope. b) Clearing The area to be excavated shall be cleaned of fences, trees, plants, logs, stumps, bush, vegetation, rubbish, slush etc. and other objectionable matter and is to be properly graded. If any roots or stumps of trees are met during excavation, they shall also be removed shall be disposed off as directed by the Engineer. 3.4.1 Classification All earth work shall be classified under the following categories: Job No.107652 Page-109 110 CMPDI Ordinary Soil This shall include all kinds of soil, dry or wet which can generally be excavated with spades except soil containing 50 percent or more of kankar, moorum and/or single. Hard Soil The soil, dry or wet containing 50 percent or more of Kankar, moorum and/or single boulders upto 150mm size without being mixed or other types of hard soil that usually required of pick axes shall be classified under this item. This clause shall also include excavation in consolidated brick ballast mud concrete. In case of any dispute regarding classification, the decision of the Engineer-in-charge shall be final and binding on the contractor. i) Excavation in ordinary soil and hard soil for foundation and trenches. All excavation shall be done to the minimum dimension as required for safety and working facility. Prior approval of Engineer-in-charge shall be obtained by the contractor in each individual case, for the method he proposes to adopt for the excavations including dimension, side slope, shoring , dewatering, disposal etc. This approval, however, shall not in any way make the Engineer responsible for any consequent loss or damage. The excavation must be carried out in the most expeditious efficient manner. Prior to starting the excavation, the ground level at the location shall be checked jointly with the Engineer. The rough excavation may be carried up to a maximum depth of 300 mm above the final level. The balance shall be excavated with special care. If directed by the Engineer, soft and undesirable spots shall be removed even below the final level. The extra excavation shall be filled up as instructed by the Engineer. The Engineer shall be notified by the contractor as soon as the excavation is expected to be completed in 24 hours time so that it may be inspected by him at the earliest. In no case the Job No.107652 Page-110 111 CMPDI excavation shall be deemed to be completed before approval by the Engineer. Excavated materials shall be placed beyond 1.5m from the edge of the pit or trench or half of the depth of the pit or trench whichever is more or further away, if directed by the Engineer. Excavation shall not be carried out below the foundation level of structures close by until required precautions have been taken. Adequate fencing to be made enclosing the excavation. ii) Dewatering All excavations for construction of R.C foundations, sumps, trenches etc shall be kept free of water during excavation and till completion of foundations and substructure. The contractor shall remove by well point installation or any other method approved by the Engineer, any water inclusive of sub-soil water and main water from the excavations. Dewatering system shall be designed to avoid any loss of solids, piping, boiling or bursting of the foundation strata and there shall be no ground movement associated with continued dewatering. The dewatering system shall be stopped in a gradual and controlled manner after completion of the sub-structure to ensure adequate factor of safety of the sub structure against hydrostatic uplift. iii) Timber shoring Timber shoring shall be “close or open” type depending on the nature of soil and the depth of pit or trench and shall be as per IS: 3764 – safety code for excavation work or as directed by the Engineer. It shall be the responsibility of the contractor to take all necessary steps to prevent the sides of trenches and pits from collapsing. Job No.107652 Page-111 112 CMPDI Excavation in rock (hard, soft or decomposed ) i) Excavation The specifications for excavation above shall apply to excavation work in rock also except for the bottom of excavation where depending on the type of rock even peaks up to a maximum depth of 0.3m below the required level may be allowed by the Engineer at his discretion. The extra excavation below the final level shall be filled with cement concrete not leaner than 1:4:8 at no extra cost to the company. Blasting material required for excavation work included in this tender shall be arranged by the contractor from any authorized dealer of such approved material. Necessary assistance in the form of approval for procurement of the material will be given by the Company. The contractor shall be fully responsible for entering in to agreement with any authorized magazine contractor in respect of rates, regularity of supply etc. ii) Blasting All rules under the Explosive Act or other local rules in force shall be fully observed. All blasting works shall be done in accordance with the stipulations contained in the Indian Standards Specifications No. IS:4081 ( latest edition). Blasting shall be done by employing qualified personnel and under careful supervision. Blasting shall not be carried out at certain specified times as directed by the Engineer. Proper precautions for safety of persons and property shall be taken. Where blasting is to be carried out in the proximity of other structures, sand bags etc. shall be used on top of the blast holes to prevent the rock fragments from causing damage to adjacent structures and other property. Scope for excavation involving blasting shall be inclusive of the cost of providing all necessary material, labour and arranging for such precautions. Unexploded charges The number of blasts to be fired and the actual number of shots heard shall be compared and the person responsible shall satisfy himself by examination Job No.107652 Page-112 113 CMPDI that all blasts have exploded before any person working in the area is permitted to approach the work site. The withdrawal of the unexploded charges shall not be permitted under any circumstances. The tempting and the unexploded charges shall be flooded with water and the hole marked in the distinguishable manner. Another hole shall be jammed at a distance of about 450 mm of the old hole and fired in the usual way. This process shall be continued till the original blast is exploded. iv) Chiseling in hard rock Where blasting is prohibited or not practicable, excavation shall be carried out by chiseling. The decision of the Engineer in this regard shall be final. 3.4.2 Back filling around foundations and trenches Earth used for filling shall be free from salts, organic or other foreign matter. All clods of earth shall be broken or removed. Material for back-filling shall generally be obtained from the soil of excavation. But the Engineer shall have the option in case of shortage of goods selected earth obtained from the excavation to direct the contractor to get the filling materials from the approved burrow pits. As soon as the work in foundation has been accepted the spaces around the foundation structures in pits and trenches shall be cleared of all debris, brick bats mortar dropping etc. and filled with earth in layers not exceeding 20 cm each. Layer being watered, rammed and properly consolidated before the next layer is laid. Each layer shall be rammed preferably with the approved compaction machine. Usually no manual compaction shall be allowed unless specifically permitted by the Engineer. The final surface shall be trimmed and leveled to proper profile as desired by the Engineer. 3.5 Brick work Bricks Bricks shall conform to IS:1077 specification for common burnt clay building bricks and shall be of first class quality. The bricks should be molded and kiln Job No.107652 Page-113 114 CMPDI burnt and shall be manufactured from best loamy soil containing suitable proportions of clay and fine sand. The bricks shall be sound hard, tough, well burnt of uniform colour, free from cracks of good shape with sharp and square sides and edges. They shall emit a high pitched ringing sound when struck. The absorption of well bunt bricks after 24 hours immersion in water shall not exceed 15% of its dry weight. The size of bricks shall be as per relevant IS specification. The crushing strength of bricks shall not be less than 75 kg/sq.cm. Cement mortar The materials shall conform to IS: 269 specifications. Water shall be clean and free from oil, acid, alkali, earthy or organic matter or other deleterious substances. The proportioning of cement and sand for mortar shall be as specified by volume. Measurement of sand shall be based on its dry volume. Suitable allowance for bulkage shall be made if it is wet. Cement mortar mixing shall be in a mixer machine or by hand mixing as directed. The mortar shall be used within half an hour of mixing. The mortar remaining unused for more than half an hour shall be rejected and removed from the site of the work. Laying The bricks shall be thoroughly soaked in clean water before use and kept under water till they are completely soaked and used in the works thereafter. Brick work shall be laid in English bond unless otherwise specified. Half bricks shall not be used except where necessary to complete the bond. The walls shall be taken up truly plumb. All courses shall be laid truly horizontal and vertical joints shall be truly vertical. Thickness of brick layers shall be kept uniform. All connected brick work shall be carried up nearly at one level and no portion of the work shall be left below 1m. than the rest of the work. Where this is not possible, work shall be raked back accordingly to bend (and not left teethed) at an angle not exceeding 450. Job No.107652 Page-114 115 CMPDI Joints Bricks shall be so laid that all joints are quite full of mortar. The thickness of joints shall not exceed 6mm and shall be struck and finished at the time of laying. Curing Green work shall be protected from rain by suitable covering. Masonry work shall be kept constantly moist on all the faces for a minimum period of seven days. Half brick work The brick work shall b e done exactly in the same manner as specified above except that the courses shall be laid with stretchers. Where brick work is to be reinforced, two bars of 6 mm dia. shall be embedded in every fourth course or as specified. Cement Plastering a) Cement mortar of mix not leaner than 1:6 shall be used. The surface to be plastered shall be cleaned of all extraneous material and rubbish. The joints in brick work shall be raked to a minimum depth of 12.5 mm and concrete surface shall be roughened with chisel by pricks. Neat cement finish Immediately after achieving a true plastered surface with the help of a wooden straight edge, the entire area shall be uniformally treated with a paste of neat cement at the rate of 1 kg / sq m and rubbed smooth with trowel. 3.6 Painting The materials required for the painting work shall be obtained direct from the approved manufacturers and brought to site in maker’s drums with seals unbroken. All paints shall not be inferior to relevant Indian Standards. All material not in actual use shall be kept properly protected. The paint shall be stirred thoroughly in its containers before pouring into small containers for use. While applying also, the paint shall be continuously stirred in the smaller container. No left over paint shall be put back into stock tins. If for any reason, thinning is Job No.107652 Page-115 116 CMPDI necessary in case of ready mixed paint, the brand of thinner recommended by the manufacturer shall be used. Painting except the priming coat shall generally be taken in hand after all the works are practically finished. The surface to be painted shall be thoroughly cleaned and dusted. All rust, dirt, scales, smoke and grease shall be thoroughly removed before painting is started. No painting on exterior or other exposed surfaces shall be carried out in wet, humid or otherwise unfavourable weather and all the surfaces must be thoroughly dry before applying paint. Shop Painting After inspection and issue of test acceptance certificate, all steel surfaces which are to be painted shall be dried and thoroughly cleaned by effective means of all loose mill scales, rust and foreign matters as IS:1477 (Part-I). Surfaces not in contact but inaccessible after shop assembly shall receive two coats of shop paints positively of different colour of such materials to prove use of two coats before assemble. This does not apply to interior of sealed hollow section. In case of surface to be welded, the steel shall not be painted within minimum 56 mm. distance of any edges to be welded. Welds and adjacent parent metal shall not be painted prior to de-slagging, inspection and acceptance. Red Oxide shall be used as shop painting. Where two coats are specified to be applied to inaccessible parts, the second coat shall be red oxide zinc chromate paint (primer) conforming to IS:2075 (Current). Each coat shall be allowed to dry completely and lightly rubbed with very fine grade sand paper and loose particles brushed off before next coat is applied. Each coat shall vary slightly in shade and shall be got approved from Engineerin-Charge before next coat is started. No hair marks from the brush or clogging of paint puddles in the corner panels, angles of mouldings etc. shall be left on the work. The painting may be done either by brush or by spraying. Job No.107652 Page-116 117 CMPDI The scope of work includes a primer and two coats of painting of approved shade/colour as per drawings for all steel structures. The make and shades of the paints to be used shall be got approved by the Engineer before they are brought to work site. 3.7 C.G.I. roof and side sheeting and accessories This specification covers the requirements for supply, delivery and erection of all corrugated galvanized iron for roofing and siding including corner and ridge pieces, eaves filler pieces, apron pieces, flashing, gutters, eaves board and all necessary screws, bolts, nuts and washers for a complete installation inaccordance with the drawings and specification. The CGI sheets for roofing shall be 22 gauge thick while that of side cladding and louvers shall be 24 gauge thick. Material and erection procedure Corrugated galvanized iron sheets shall conform to IS:277. The scope of work includes fixing sheets on roof and sides complete with opening of doors, roof lights etc. on steel frame work. Any staging or other temporary structures required for the purpose of installing the roof and side sheeting shall be deemed to have been included in the scope of the work. The sheets shall be laid with a side lap of 2 corrugations for roof and one corrugation for side sheeting. End laps shall be minimum 150 mm for roof and 100 mm for side sheeting. Holes for fixing shall always be drilled and not punched. For side sheeting corrugations shall be vertical. The workmanship shall be of high order. It is needless to emphasize that the contractor should exercise great care in handling the sheets and accessories and in case of damage, contractor will have to make good the same at no cost to owner. Sheeting shall be fastened to the structural steel by G.I. hook bolts or G.I. cranked hook bolt of 6mm dia minimum and shall bear on G.I. flat washer which in turn is bedded on a 36 mm dia bitumen washer 1.5 mm thick. Job No.107652 Page-117 118 CMPDI Sheeting shall be laid by either the staggered joint method or the straight mitred corner method. Finish of all sheets shall be standard. Sheeting shall be fastened to supporting structural steel members with fasteners placed approximately 730 mm centers. Side laps of roofing and siding shell be laid away from the prevailing winds and fastened together with G.I. seam bolts, G.I. flat washers and bitumen washers placed midway between supports on spans of more than 1 m. and less than 1.2 m and two fasteners evenly spaced when span exceeds 1.2m. Corners shall be properly closed with standard corner roll, butt jointed and battened. Corner roll shall be fastened directly to the siding with fasteners spaced 600 mm centers maximum. Translucent sheeting This sheeting will be used in conjunction with CGI sheeting as mentioned,. The end and side laps and fixing device shall be same as used for general sheeting. In all cases, the installation shall be completely water tight and able to withstand the designed wind pressure. Job No.107652 Page-118 119 CMPDI ADDITIONAL SAFETY MEASURFESS TO BE TAKEN BY THE CONTRACTORS 4. SAFETY CODE Suitable scaffolds should be provided for workmen for all works that cannot safely be done from the ground or from solid construction except such short period can be done safely from ladders. When a ladder is used an extra Mazdoor shall be engaged for holding the ladder and if the ladder is used, for carrying materials as well, suitable footholds and handholds shall be provided on the ladder on the inclination not steeper than ¼ to 1 (1/4 horizontal & 1 vertical). Scaffolding of staging more than 4.0 m above the ground or floor swing or suspended from an overhead support or erected with stationery support shall have a guard rail properly attached, bolted, braced and otherwise secured at least 1 m high above the floor or platform of such scaffolding or staging and ends thereof with only such openings as may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it from swaying from the building or structure. Working platform, gangways and stairways should be so constructed that they should not sag unduly or unequally and if the height of the platform or the Gangway of the Stairway is more than 4 m above ground level or floor level they should be closely boarded, should have adequate width and should be suitable fenced. Every opening in the floor of a building or in working platform be provided with suitable means to prevent the fall of persons or materials by providing suitable fencing or railing whose minimum height shall be 1.0m. Safe means of access shall be provided to all working platforms and other working places. Every ladder shall be securely fixed. No portable single ladder shall be over 9 m in length, while the width between side rails in ladder shall in no case be less than 30 cm for ladder upto 3 m in length. For longer ladders this width should be increased at least 6 mm for each additional 30 cm of length. Uniform step spacing shall not exceed 30 cm. Adequate precautions shall be Job No.107652 Page-119 120 CMPDI taken to prevent danger from electrical equipment. No materials on any of the sites of work shall be so stacked or placed as to cause danger or inconvenience to any person or the public. The contractor/ contractors shall also provide all necessary fencing and lights to protect the public from accident and shall be bound to bear the expenses of defense of every suit, action or other proceedings at all that may be brought by any person for injury sustained owing to neglect of the above precautions and to pay any damages and cost which may be awarded in any such suit, action or proceedings to any such person or “which may with the consent of the contractor(s) be paid to compromise any claim by any such persons’’. Excavation and Trenching : All trenches, 1.5 m or more in depth, shall at all times be supplied with at least one ladder for each 2 m in length or fraction thereof. Ladder shall be extended from bottom of the trench to at least 1 m above the surface of the ground. The side of the trenches which are 1.5 m or more in depth shall be stepped back to give suitable slope or security held by timber bracing so as to avoid the danger of sides to collapse. The excavated materials shall not be placed within 1.5 m of the edge of the trench or half of the trench whichever is more. Cutting shall be done from top or bottom. Under no circumstances undermining or under cutting shall be done. Demolition : Before any demolition work is commenced and also during the process of the work : A) All roads and open areas adjacent to the work site shall either be closed or suitably protected. B) No electric cable or apparatus which is liable to be a source of danger shall remain electrically charged. Job No.107652 Page-120 121 CMPDI C) All practical steps shall be taken to prevent danger to persons employee from the risk of fire or explosion or flooding. No floor, roof or other part of the building shall be so overloaded with debris or materials as to render it unsafe. All necessary personal safety equipment as considered adequate by the Engineer In-Charge should be kept available for the use of the persons employed on the site and maintained in a condition suitable for immediate use and the contractor should take adequate steps to ensure proper use of equipment by those concerned. Workers employed on mixing asphalting materials, cement and lime mortar shall be provided with protective foot ware and protective goggles. Those engaged in white washing and mixing or stacking of cement bags or any materials which in injurious to the eyes shall be provided with protective goggles. Those engaged in welding works shall be provided with welders glass. Stone breakers shall be provided with protective goggles and protective clothing and seated at sufficiently safe intervals. When workers are employed in sewers and manholes, which are in use, the contractor(s) shall ensure that the manhole covers are opened and are ventilated at least for an hour before the workers are allowed to get into the manholes. Suitable railing and with warning signals or boards should be provided to prevent accident to the public. The Contractor(s) shall not employ men below the age of 18 and women on the work of painting with products containing lead in any form. Whenever man above the age of 18 are employed for the work of lead painting, the following precautions should be taken. Job No.107652 Page-121 122 CMPDI No paint containing lead or lead products should be used except in the form of paste or ready made paint. Suitable face masks should be supplied for use by the workers when paint is applied in the form of spray or a surface having lead paint dry rubbed and scrapped. Overalls shall be supplied by the contractor(s) to the workmen and adequate facilities shall be provided to enable the working painter to wash during the process of work. When the work is done near any place where there is risk of drowning, all necessary equipments should be provided and kept ready. For prompt rescue of any person in danger adequate provision should be made for prompt first aid treatment of all injuries likely to be sustained during the course of work. Use of Hoisting machines and tackle including their attachments, anchorage and supports shall conform to the following standards or conditions. 1) (a) These shall be of good mechanical construction, sound material and adequate strength and free from patent defect and shall be kept in good repair and in good working order. (b) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable quality and adequate strength and free from patent defects. Every crane driver of hoisting appliance operator shall be properly qualified and no person under the age of 21 years should be in-charge of hoisting machine including any scaffold winch or give signals to the operator. Job No.107652 Page-122 123 CMPDI In case of every hoisting machine and of every chain ring hook, shackle, swivel and pulley block used in hoisting or lowering or as means of suspension, the safe working load shall be ascertained by adequate means. Every hoisting machine and all gear referred to above shall be plainly marked with the safe working load. In case of hoisting machine having variable safe working load, each safe working load of the condition under which it is applicable shall be clearly indicated. No part of any machine or any gear referred to above in this paragraph shall be loaded beyond the safe working load except for purpose of testing. In case of departmental machines, safe working load shall be notified by the Electrical Engineer In-charge. As regards contractor’s machines the contractor(s) shall notify the safe working load of machine to the Engineer Incharge. Whenever he brings any machinery to site of work, he should get it verified by the Electrical Engineer concerned. Motors, Gearing, Transmission, Electric Wiring and other dangerous parts of hoisting appliances should be provided with such means as will reduce to minimum risk of accidental descent of the load. Adequate precaution should be take to reduce to the minimum, the risk of any part of suspended load becoming accidentally displaced. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in safe condition and no scaffold, ladder or equipment shall be altered or removed while it is in use. Adequate washing facilities shall be provided at or near places of work. These safety provisions shall be brought to the notice of all concerned by display on a Notice Board at a prominent place at the work-spot. The persons responsible for compliance of the safety code shall be named there in by the contractor(s). Job No.107652 Page-123 124 CMPDI To ensure effective enforcement of the rules, regulations relating to safety precautions, the arrangements made by the contractor(s) shall be open to inspection by the Labour Officers, Engineer In-charge of the Department or their representatives. Notwithstanding the above clauses there is these to exempt the contractor(s) from the operations of any other act or rules in force in the Republic of India. Job No.107652 Page-124 125 CMPDI Section-10 The _______________ ___________________ ___________________ ___________________ Dear Sir, Sub: Scope of supply Ref: ECL Tender Enquiry No……………. We are hereby submitting the particulars of various items being offered by us and all the items are within our scope of supply. Any other items required during execution of contract will be supplied without additional price S.N. A 1 a) b) c) d) e) f) g) h) i) j) k) l) m) n) o) p) q) r) 3 Item Description MECHANICAL Belt Conveyor Drive Motor Starter Conveyor Belting Gear Box Pulley Pull Chord Switch Belt Sway Switch Zero speed switch Couplings Carrying idler Return Idler Impact Idler Self Aligning Idler Transition Idler Self cleaning idler Hydraulic Thruster brakes Take up devices Bearing & Plummer block Hoisting mechanism Job No.107652 Page-125 Make/Model 126 CMPDI B 1 2 3 4 5 6 7 8 9 10 11 12 13 ELECTRICAL 550 V, 630 A Air Circuit Breaker 400 KVA, 550/433 V Transformer 25 KVA, 433/220 V (L-L) lighting Transformer 415 V, 630A Air Circuit Breaker 415 V Motor Control Center Power cables of various grades & sizes Lighting cables of various grades & sizes Control Desk, Control cable, 650V grade of various cores, etc. Earthing Illumination Lightning Protection system Miscellaneous items i.e. MLDB, BDB, Ceiling & Exhaust fans, Junction Boxes, DOL Starters etc. Safety & Testing Equipment Yours faithfully, ( Signature ) Name : Designation : Firm’s Seal : Date : Job No.107652 Page-126 127 CMPDI The _______________ ___________________ ___________________ ___________________ Dear Sir, Sub: Detailed Break-up of price of equipment, service & spares for tenderer Ref: ECL Tender Enquiry No……………. We are furnishing hereunder the summary of break-up prices of supply of equipment, system engineering, installation, commissioning, training etc. as per Proforma for Price Bid. Yours faithfully, ( Signature ) Name : Designation : Firm’s Seal : Date : Job No.107652 Page-127 128 CMPDI PROFORMA FOR PRICE BID PRICE BREAK-UP OF EQUIPMENT COST ESTIMATE FOR COAL HANDLING PLANT AT SARPI U/G A SURVEY,SOIL TESTING & DESIGN ENGINEERING COST Item Item Description Quantum of No. works 1 Detailed survey of the area within the battery limit Complete & submission of reports works as per Tender document 2 Sub-soil exploration, field & laboratory testing of samples & submission of report 3 Design Engineering Cost : a GA & detailed engineering design & drawings of all civil & structural works in the system including system engineering b GA & detailed engineering design & drawings including working and maintenance manuals of Complete works for system i) all individual equipment (Mechanical & Electrical) ii) Chutes & Liners iii) Communication system iv) Illumination system 4 Documentation as per tender specification 4 sets Hard copies 4 sets soft copies Sub-Total of A Job No.107652 Page-128 Unit Price Amount (Rs. in lakh) 129 CMPDI B CIVIL AND STRUCTURAL WORKS Item Item Description Quantity Unit Amount No. Price (Rs. in lakh) 1 Earth work in cutting in all types of soil & rock (Cu.M) 2 Earth work in filling in foundation trenches (Cu.M) 3 PCC at all level and as per system requirement :In 1:4:8 (Cu.M) 4 RCC (excluding reinforcement and shuttering) at all levels and as per system requirement: in M-20 (Cu.M) 5 Supply, bending, binding & placing of Tor-steel in position (Te) 6 Shuttering (Sq.M) 7 Brick flat soling (Sq.M) 8 22/24 Gauge CGI Sheeting at all level including supply & Ridge (Sq.M) 9 Supply, fabrication & erection of structural steel at all level and as per tender specification (Te) 10 Triscal/SAIL hard lining on inside steel hopper (Te) 11 MS Grating as per Tender specification (Te) Sub-Total of B C QUANTITY AND PRICE BREAK-UP OF DEVELOPMENT WORK AND INFRASTRUCTURES Item Item Description Quantity Unit Amount No. Price (Rs. in lakh) 1 Internal road of 3.75m width (M) 2 Internal road of 7.5m width (M) 3 Drains (M) 4 Leveling & dressing of vacant area within battery limit (Sq.M) 5 Integrated Sub-station Building cum Control Room and CHP Office including soak pit for transformer (Sq.M) 6 Pavement for ground stock (Sq.M) 7 Pavement for parking space (Sq.M) 8 Ground reservoir (Ltr) Sub-Total of C Job No.107652 Page-129 130 CMPDI D PRICE BREAK-UP OF PLANT & MACHINERY (Amt. in Rs. Lacs) Sl. No. D.1 1 Description Qty Price per unit Excise duty SUPPLY : MECHANICAL (List of Equipments) i) Belt Conveyor 1 no. 1200mm wide, 115m length,600 tph(avg.)/ 750 tph (Peak), 3 m/s speed, 10 m lift, 2X55 kW drive unit with 24 m tripper travel 2. ii)Nylon/Nylon belting 1200 mm wide iii)Lifting tools iv)Chute gates below truck loading hopper Sub-Total of 1 ELECTRICALS (List of Equipments) i)550V,630A, Air Circuit Breaker ii)400KVA, 550/433 V Transformer iii)25KVA, 433/220 V Transformer (L-L) iv)415 V, 630 A, Air Circuit Breaker v)415 Volt Motor Control Centre vi) Illumination : a)MLDB, incomer 2 nos.(1spare) 63A MCB (DP) , outgoing 6 nos. 32A, MCB (DP) b)BDB, Incomer 2 nos. (1spare) 32A MCB ( DP) , outgoing 6 nos. 16A MCB (DP) Job No.107652 As reqd. LS 4nos . 2 nos 2 nos 1 no. 2 nos 1 no. 1 no. 4 nos. Page-130 Sale s tax Pack ing & Insuranc e Trans portation Any other duty Total 131 CMPDI c)250W HPSV lamps with flood lighting fixtures complete with all accessories d)150W HPSV lamps with street lighting fixtures complete with all accessories e)Integral type vapour proof well glass luminaries complete with 70/80 Watt High Pressure Sodium Vapour Lamp complete with wire guard and other accessories f)2x40W Fluorescent Lamp with commercial lighting fixture complete with down rod and all other accessories g)1200mm sweep ceiling fan h)300mm Exhaust Fan vii) Cable : a) 1100 Volt grade PVC insulated PVC sheathed Aluminium conductor single wire armoured cable of various sizes b) 1100/650 Volt grade PVC insulated PVC sheathed Aluminium conductor single wire armoured cable of various sizes for lighting viii) Earthing : a) Earth pit as per IS:3043 (amended upto date) of reqd. nos. b) Earth strip/GI strip ix) Lightning protection by Air Termination Network of service building, for entire conveyor gantry as per IS x) Remote & Job No.107652 8 nos. 10 nos. 25 nos. 14 nos. 7 nos. 3 nos. LS LS LS LS LS LS Page-131 132 CMPDI sequence control including control cables & Control Desk, etc. xi)Safety and testing LS items xii) Miscellaneous LS items like junction boxes, cable tray, cable trench, clamps, DOL starter, LCS, Joint boxes, painting of poles etc. Sub-Total of 2 3 4 5 D.2 1 2. AUXILIARY i)Chutes & Liners LS ii)Dust suppression LS system iii)Fire fighting LS system (Extinguisher type/Hydrant type) Sub total of 3 SPARE PARTS (list of spares) i) Spares for belt LS conveyor ii)Electrical spares LS Sub-Total of 4 Total of D.1 ERECTION, INSTALLATION, TESTING AND COMMISSIONING OF PLANT & MACHINERY MECHANICAL (List of Equipments) i) Belt Conveyor 1 no. 1200mm wide, 115m length,600 tph(avg.)/ 750 tph (Peak), 3 m/s speed, 10 m lift, 2X55 kW drive unit with 24 m tripper travel ii)Nylon/Nylon belting As 1200 mm wide reqd. iii)Lifting tools LS iv)Chute gates below 4nos truck loading hopper . Sub-Total of 1 ELECTRICALS (List of Equipments) i)550 V, 630A, Air Circuit Breaker Job No.107652 2 nos Page-132 133 CMPDI ii)400 KVA, 550/433V Transformer 2 nos iii)25KVA, 433/220V (L-L) Transformer iv) 415 Volt, 630A , Air Circuit Breaker v)415 volt, Motor Control Centre vi) Illumination : 1 no. 2 nos 1 no. a) MLDB, incomer 2 1 no. nos.(1spare) 63 A MCB (DP) , outgoing 6 nos. 32A MCB (DP) b) BDB, Incomer 2 4 nos. (1spare) 32A nos. MCB ( DP) , Outgoing 6 nos. 16A MCB (DP) c) 250W HPSV lamps with flood lighting fixtures complete with all accessories d) 150W HPSV lamps with street lighting fixtures complete with all accessories e) Integral type vapour proof well glass luminaries complete with 70/80 Watt High Pressure Sodium Vapour Lamp complete with wire guard and other accessories f) 2x40W Fluorescent Lamp with commercial lighting fixture complete with down rod and all other accessories g) 1200mm sweep ceiling fan h) 300mm Exhaust Fan vii) Cable : Job No.107652 8 nos. 10 nos. 25 nos. 14 nos. 7 nos. 3nos . Page-133 134 CMPDI a) 1100 Volt grade LS PVC insulated PVC sheathed Aluminium conductor single wire armoured cable of various sizes b) 1100/650 Volt LS grade PVC insulated PVC sheathed Aluminium conductor single wire armoured cable of various sizes for lighting viii) Earthing : a) Earth pit as per LS IS:3043 (amended upto date) of reqd. nos. LS b) Earth strip/GI strip ix) Lightning LS protection by Air Termination Network for service building , entire conveyor gantry, etc. as per IS LS x) Remote and sequence control including control cables & Control Desk, etc. LS xi)Safety and testing items. xii) Miscellaneous LS items like junction boxes, cable tray, cable trench, clamps, DOL starter, LCS, Joint boxes, painting of poles, etc. Sub-Total of 2 3 AUXILIARY LS i)Chutes & Liners LS ii)Dust suppression system LS iii)Fire fighting system (Extinguisher Job No.107652 Page-134 135 CMPDI type/Hydrant type) 4 Sub Total of 3 Total of D.2 Total of D i.e. (D.1+D.2) E 1 F G H MAINTENANCE AND TRAINING Maintenance of whole plant & training of employer personnel during one year warranty maintenance period as per description given in tender documents SUB TOTAL OF E CONTINGENCY WORKS CONTRACT TAX GRAND TOTAL i.e.(A+B+C+D+E+ F+G) WEIGHT AND VOLUME FOR CIVIL AND STRUCTURAL WORKS Item No. Sub-head/Item Description Quantity E.1 Civil and Structural Works (Broad quantities within a limit of +/- 10% of actuals on completion) 1 Earth work in cutting in all types of soil & Rock Cu.M 2 Earth work in filling Cu.M i)Controlled filling Cu.M ii)Uncontrolled filling 3 PCC at all level and as per system requirement Cu.M i)in 1:2:4 Cu.M ii) in 1:4:8 4 R.C.C (Excluding reinforcement) Cu.M i)M-15 Cu.M ii)M-20 Cu.M iii)M-25 at all level and as per system requirement 5 6 7 8 9 10 11 Reinforcing steel in all RCC in the System Structural steel works at all level and as per scope of work and system requirement excluding equipment framework, chutes and liners. 22/24 Gauge CGI sheeting at all level Masonry work MS Grating Triscal / SAIL hard Lining Shuttering Job No.107652 Page-135 M.Te M..Te Sq.M Cu.M Te Te Sq.M 136 CMPDI E.2 Development Works and Infrastructure (Broad quantities within a limit of +/- 10% of actuals on completion)-- 1 2 3 Internal road of 7.5m with Internal road of 3.75m with Different type of drains i)Type –A ii)Type-B iii)Type-C Levelling & dressing of vacant area within battery limit Integrated Sub-station Building cum Control Room and CHP Office including soak pit for transformer Substation building in floor area Pavement for ground stock Pavement for parking space 4 5 6 7 M M Km Km Km Sq.M Sq.M Sq.M Sq.M Instructions : 1 Bidders are required to quote the quantity, unit price, amount and taxes etc. in the respective column. Unit price should be in word as well as in figure. 2. Quantity should be as per scope defined in the tender document and should cover all the requirement of the system. 3. Weight and Volume Variation Clause Based on civil and structural quantities of works as given by the bidder in sub head A,B & C of this proforma, the shortfall in total quantity of all civil & structural works shall be allowed up to 10% only to every individual items. For shortfall of quantities exceeding 10% , there shall be proportional reduction in the price of the individual items resulting in the reduction in the award value by the same amount. Upward variation in quantity of individual items for civil & structural works should be absorbed by the contractor unless specifically stated otherwise in the document. 4. The above items of work are to be executed strictly as per IS provisions. Job No.107652 Page-136 137 CMPDI PROFORMA FOR PRICE BID-III OVERALL PRICE BREAK-UP S.N. DESCRIPTION A SURVEY, SOIL TESTING AND DESIGN ENGINEERING B CIVIL & STRUCTURALS C DEVELOPMENT WORK AND INFRASTRUCTURE D SUPPLY, ERECTION, INSTALLATION, (D1+D2) TESTING AND COMMISSIONING OF PLANT & MACHINERY INCLUDING SUPPLY OF SPARES E MAINTENANCE AND TRAINING OF EMPLOYER’S PERSONNEL F CONTINGENCY G WORKS CONTRACT TAX H GRAND TOTAL i.e.[A+B+C+D+E+F+G] Job No.107652 Page-137 PRICE Amt. in Rs. Lacs 138 CMPDI Section-11 GENERAL TECHNICAL CONDITIONS 1.0 GENERAL This part covers technical conditions pursuant to the contract and will form an integral part of the contract. The following provisions shall supplement all the detailed technical specifications and requirements brought out in the accompanying technical specifications. The contractor’s proposal shall be based on the use of equipment and materials complying fully with the requirements, specified herein. It is recognized that the contractor may have standardized on the use of certain components, materials, processes or procedures different that those specified herein. Alternate proposals offering similar equipment based on the manufacturer’s standard practice will also be considered provided such proposals meet the specified designs, standard and performance requirements and are acceptable to the owner. 2.0 LIMIT OF CONTRACT Equipment furnished shall be complete in every respect with all mountings, fittings, fixtures and standard accessories normally provided with such equipment and/or needed for erection, completion and safe operation of the equipment as required by applicable codes though they may not have been specifically detailed in the technical specifications unless included in the list of exclusions. All similar standard components/parts of similar standard equipment provided, shall be inter-changeable with one another. 3.0 EQUIPMENT PERFORMANCE GUARANTEE The performance tests of the equipment under the scope of the contract are detailed in the technical specifications. These guarantees shall supplement Job No.107652 Page-138 139 CMPDI the general performance guarantee provisions covered under general terms & conditions of contract in clause entitled “Guarantee”. Liquidated damages for not meeting performance guarantee during the performance and guarantee tests shall be assessed and recovered from the contractor, as detailed in the technical specifications. Such liquidated damages shall be without any limitation whatsoever and shall be in addition to damages, if any, payable under any other clauses of conditions of contract. 4.0 ENGINEERING DATA The furnishing of engineering data by the contractor shall be in accordance with schedule for each set of equipment as specified in the technical specifications. The review of these data by the Engineer will cover only general conformance of the data to the specifications and documents, interfaces with the equipment provided under the specifications, external connections and of the dimensions which might affect plant layout. This review by the engineer may not indicate a thorough review of all dimensions, quantities and details of the equipment, materials, any devices or items indicated or the accuracy of the information submitted. This review and/or approval by the engineer shall not be construed by the contractor, as limiting any of his responsibilities and liabilities for mistakes and deviations from the requirements, specified under these specifications and documents. All engineering data submitted by the contractor after final process including review and approval by the engineer shall form part of the contract documents and the entire works covered under these specifications shall be performed in strict conformity, unless otherwise expressly requested by the engineer in writing. 5.0 DRAWING Job No.107652 Page-139 140 5.1 CMPDI All drawings submitted by the contractor including those submitted at the time of bid shall be sufficiently detailed to indicate the type, size, arrangement, weight of each component, break-up for packing and shipment, the externalconnections, fixing arrangements required, the dimensions required for installation and inter-connections with other equipment and materials, clearances and spaces required between various portions of equipment and any other information specifically requested in the specifications. 5.2 Each drawing submitted by the contractor shall be clearly marked with the name of the owner, the unit designation, the specifications title, the specification number and the name of the project. If standard catalogue pages are submitted the applicable items shall be indicated therein. All titles, notings, markings and writing on the drawing shall be in English. All the dimensions should be in metric units. 5.3 The owner may use a 35 mm microfilm system in processing drawings. All drawings shall be suitable for microfilming. Drawings which are not suitable for microfilming will not be accepted. A copy of each drawings reviewed will be returned to the contract as stipulated herein. The owner may also accept and use floppies/disks for computer based drawings. 5.3.1 Copies of drawings returned to the contractor will be in the form of a print with the owner’s marking, or a print made from a microfilm of the marked up drawing or in the form of aperture cards if the contractor has facilities to process such cards or print made from floppies for computer based drawings. 5.4 The drawings submitted by the contractor shall be reviewed by the engineer as far as practicable within four (4) weeks and shall be modified by the contractor if any modifications and/or corrections are required by the engineer. The contractor shall incorporate such modifications and/or corrections and submit the final drawings for approval. Any delay arising out of failure by the contractor to rectify the drawings in good time shall not alter the contract completion date. Job No.107652 Page-140 141 CMPDI 5.5 Approval by the Nodal Officer or his Nominee: the Contractor shall submit specifications and drawings showing the proposed Temporary Works to the Nodal Officer/Engineer-in-charge or his Nominee, who is to approve them if they comply with the specifications and drawings. The Contractor shall be responsible for design of temporary Works. The Nodal Officer/Engineer-in-charge or nominee’s approval shall not alter the contractor’s responsibility for design of the temporary Works. 5.6 The drawings sent for approval to the engineer shall be in quintuplicate. One print of such drawings will be returned to the contractor by the Engineer marked approved/approved with corrections. The contractor shall thereupon furnish the owner nine prints and one reproducible original of the drawing after incorporating all corrections. 5.7 Further work by the contractor shall be in strict accordance with these drawings and no deviation shall be permitted without the written approval of the engineer, if so required. 5.8 All manufacturing and fabrication work in connection with the equipment prior to the approval of the drawings shall be at the contractor’s risk. The contractor may make any changes in the design which are necessary to make the equipment conform to the provisions and intent of the contract and such changes will again be subject to approval by the engineer. Approval of contractor’s drawings or work by the engineer shall not relieve the contractor of any of his responsibilities and liabilities under the contract. 5.9 Drawings shall include all installation drawings, wherever applicable. All drawings shall be fully corrected to agree with actual as built construction. 5.10 Operating and Maintenance Manual : If “as built” drawings and/or operating and Maintenance Manuals are required, the contractor shall supply them by the dates stated in the contract data. If the Contractor does not supply the drawings and/or Manuals by the dates stated in the contract data or they do Job No.107652 Page-141 142 CMPDI not receive the Nodal Officer or his Nominee’s approval, the Nodal Officer or his Nominee shall withhold the amount stated in the contract data from payments due to the contractor. 6.0 INSTRUCTION MANUALS 6.1 The contractor shall submit to the engineer, preliminary instruction manuals for all the equipment, covered under the contract within the time agreed upon between the owner & the contractor. The final instruction manuals complete in all respects shall be submitted by the contractor thirty (30) days before the first shipment of the equipment. The instruction manuals shall contain full details and drawings of all the equipment furnished, the erection procedure, testing procedures, operation and maintenance procedures of the equipment. These instruction manuals shall be submitted in the form of one (1) reproducible original and twelve (12) copies. 6.2 If after the commissioning and initial operation of the plant, the instruction manuals require any modifications/additions/changes, the same shall be incorporated and the updated final instruction manuals in the form of one (1) reproducible original and twelve (12) copies shall be submitted by the contractor to the owner. 6.3 The contractor shall furnish to the owner, twelve (12) sets of spare parts catalogue. 7.0 FIRST FILL OF CONSUMABLE, OILS AND LUBRICANTS All the first fill of consumable such as oils, lubricants and essential chemicals etc., which will be required to put the equipment covered under the scope of the specifications, into successful trial operation, shall be furnished by the contractor unless specifically excluded under the exclusions in the specifications and other documents. 8.0 MANUFACTURING SCHEDULE Job No.107652 Page-142 143 CMPDI The contractor shall submit to the engineer his manufacture and delivery schedules for all equipment within thirty (30) days from the date of the letter of acceptance of tender. Such schedules shall be in line with the detailed network for all phases of the work of the contractor. Such schedules shall be reviewed, up-dated and submitted to the engineer, once every two (2) months thereafter, by the contractor. Schedule shall also include the materials and equipment purchased from outside suppliers. 9.0 9.1 REFERENCE STANDARDS The codes and/or standards referred to in these specifications shall govern, in all cases wherever such references are made. In case of a conflict such codes and/or standards and the specifications, the latter shall govern. Such codes and/or standards referred to shall mean the latest revisions, amendments/changes adopted and published by the relevant agencies. In case of any further conflict in this matter, the same shall be referred to the engineer whose decision shall be final and binding. 9.2 Other internationally acceptable standards which ensure equal or higher performance than those specified shall also be accepted. 10.0 DESIGN IMPROVEMENT 10.1 The engineer or the contractor may propose changes in the specification of the equipment or quality thereof and if the parties agree upon any such changes the specification shall be modified accordingly. 10.2 If any such agreed upon change is such that it affects the price and schedule of completion, the parties shall agree in writing as to the extent of any change in the price and/or schedule of completion before the contractor proceeds with the Job No.107652 Page-143 144 CMPDI change. Following such agreement the provision thereof, shall be deemed to have been amended accordingly. 11.0 QUALITY ASSURANCE 11.1 Quality Assurance Programme To ensure that the equipment and services under the scope of this contract whether manufactured or performed within the contractor’s works or at his subcontractor’s premises or at the owner’s site or at any other place of work are in accordance with the specifications, the contractor shall adopt suitable quality assurance programme to control such activities at all points necessary. Such programme shall be outlined by the contractor and shall be finally accepted by the engineer after discussions before the issue of letter of acceptance of tender. A quality assurance programme of the contractor shall generally cover the following: a) his organization structure for the management and implementation of the proposed quality assurance programme: b) documentation control system: c) qualification data for bidder’s key personnel : d) the procedure for purchase of materials, parts components and selection of sub-contractor’s services including vendor analysis, source inspection, incoming raw-material inspection, verification of materials purchased etc.: e) system for shop manufacturing and site erection control including process control and fabrication and assembly controls: f) control of non-conforming items and system for corrective actions: g) inspection and test procedure both for manufacture and field activities: h) control of calibration and testing of measuring and testing equipment: i) system for indication and appraisal of inspection status: Job No.107652 Page-144 145 CMPDI j) system for quality audits: k) system for authorizing release of manufactured product to the owner: l) system for maintenance of records: m) system for handling storage and delivery: and n) a quality plan detailing out the specific quality control procedure adopted for controlling the quality characteristics relevant to each item of equipment furnished and each work at different stages executed at work site. 11.2 Quality Assurance Documents The contractor shall be required to submit the following Quality Assurance documents within three weeks after despatch of the equipment: i) all non-destructive examination procedures, stress relief and weld repair procedure actually used during fabrication. ii) welder and welding operator qualification certificates. iii) welder identification list, listing welder’s and welding operator’s qualification procedure and welding identification symbols. iv) material mill test reports on components as specified by the specification. v) the inspection plan with verification, inspection plan check points, verification sketches, if used, and methods used to verify that the inspection and testing points in the inspection plan were performed satisfactorily. vi) sketches and drawings used for indicating the method of traceability of the radiographs to the location on the equipment. vii) all non-destructive examination result reports including radiography interpretation reports. viii) stress relief time temperature charts. ix) factory test results for testing required as per applicable codes and standard referred in the specifications. x) The engineer or his duly authorized representative reserves the right to carry out quality audit and quality surveillance of the systems and Job No.107652 Page-145 146 CMPDI procedures of the contractor/his vender’s quality management and control activities. 12.0 ENGINEER’S SUPERVISION To eliminate delays and avoid disputes and litigation it is agreed between the parties to the contract that all matters and questions shall be referred to the engineer and his decision shall be final. The work shall be performed under the direction and supervision of the engineer. The scope of the duties of the engineer, pursuant to the contract, will include but not be limited to the following: a) interpretation of all the terms and conditions of these documents and specification. b) review and interpretation of all the contractor’s drawings, engineering data etc. c) witness or authorise his representative to witness tests and trials either at the manufacturer’s works at site, or at any place where work is performed under the contract. d) inspect, accept or reject any equipment, material and work under the contract. e) issue certificate of acceptance and/or progressive payment and final payment certificates. f) review and suggest modifications and improvements in completion schedules from time to time. g) supervise the quality assurance programme implementation at all stages of the works. h) to receive and endorse the despatch documents enabling the contractor to clear the consignments. Job No.107652 Page-146 147 CMPDI 13.0 INSPECTION, TESTING AND INSPECTION CERTIFICATE 13.1The engineer, his duly authorized representative and/or outside inspection agency acting on behalf of the owner shall have at all reasonable time access to the contractor’s premises or works and shall have the power at all reasonable times to inspect and examine the materials and workmanship of the works during its manufacture or erection and if part of the works is being manufactured or assembled at other premises or works, the contractor shall obtain for the engineer and for his duly authorized representative permission to inspect as if the works were manufactured or assembled on the contractor’s own premises or works. 13.2 The contractor shall give the Engineer/Inspector fifteen (15) days written notice of any materials being ready for testing. Such tests shall be to the contractor’s account except for the expenses of the Inspector. The Engineer/Inspector, unless witnessing of the tests is virtually waived, will attend such tests within fifteen (15) days of the date on which the equipment is notified as being ready for test/inspection, failing which the contractor may proceed with the test which shall be deemed to have been made in the Inspector’s presence and he shall forthwith forward to the Inspector duly certified copies of tests in triplicate. 13.3 The Engineer or Inspector shall within fifteen (15) days from the date of inspection as defined herein give notice in writing to the contractor or any objection to any drawings and all or any equipment and workmanship which in his opinion is not in accordance with the contract. The contractor shall give due consideration to such objections and shall either make the modifications that may be necessary to meet the said objections or shall confirm in writing to the Engineer/Inspector giving reasons therein, that no modifications are necessary to comply with the contract. 13.4 When the factory tests have been completed at the contractor’s or subcontractor’s works, the Engineer/Inspector shall issue a certificate to this effect within fifteen (15) days not witnessed by Job No.107652 after completion the Page-147 of tests but if the tests are 148 CMPDI Engineer/Inspector, the certificate shall be issued within fifteen (15) days of the receipt of the contractor’s test certificate by the Engineer/Inspector. Failure of the Engineer/Inspector to issue such a certificate shall not prevent the contractor from proceeding with the works. The completion of these tests or the issue of the certificate shall not bind the owner to accept the equipment should it, on further tests after erection, be found not to comply with the contract. 13.5 In all cases where the contract provides for tests whether at the premises or works of the contractor or of any sub-contractor, the contractor, except where otherwise specified, shall provide free of charge such items as labour, materials, electricity, fuel, water, stores, apparatus and instruments as may be reasonably demanded by the Engineer/Inspector or his authorized representative to carry out effectively such tests of the equipment in accordance with the contract and shall given facilities to the Engineer/Inspector or to his authorized representative to accomplish testing. 13.6 The inspection by Engineer and issue of Inspection Certificate thereon shall in no way limit the liabilities and responsibilities of the contractor in respect of the agreed quality assurance programme forming a part of the contract. 14.0 TEST 14.1 Start up 14.1.1 On completion of erection of the equipment and before start-up, each item of the equipment shall be thoroughly cleaned and then inspected jointly by the Engineer and the contractor for correctness and completeness of installation and acceptability of start-up, leading to initial pre-commissioning tests at site. The list of pre-commissioning tests to be performed shall be as mutually agreed and included in the contractor’s quality assurance programme. 14.1.2 The contractor’s commissioning/start-up engineers specifically identified as far as possible shall be responsible for carrying out all the pre-commissioning tests. On completion of inspection, checking and after the pre-commissioning tests are satisfactorily over, the complete equipment shall be placed on initial operation during which period the complete equipment shall be operated integral with sub- Job No.107652 Page-148 149 CMPDI systems and supporting equipment as a complete plant referred hereinafter as plant. 14.2 Trial Operation 14.2.1 The plant shall then be on trial operation during which period all necessary adjustments shall be made while operating over the full load-range enabling the plant to be made ready for performance and guarantee tests. 14.2.2 The duration of trial operation of the complete equipment shall be fourteen (14) days out of which at least seventy two (72) hours shall be continuous operation on full load or any other duration as may be agreed to, between the engineer and the contractor. The trial operation shall be considered successful, provided that each item of the equipment can operate continuously at the specified operating characteristics, for the period of trial operation. 14.2.3 For the period of trial operation, the time of operation with any load shall be counted. Minor interruptions not exceeding four (4) hours at a time, caused during the continuous operation shall not affect the total duration of trial operation. However, if in the opinion of the engineer, the interruption is long, the trial operation shall be prolonged for the period of interruption. 14.2.4 A trial operation report comprising of observations and recordings of various parameters to be measured in respect of the above trial operation shall be prepared by the contractor. This report, besides recording the details of the various observations during trial run, shall also include the dates of start and finish of the trial operations and shall be signed by the representatives of both the parties. The report shall have sheets, recording all the details of interruptions occurred, adjustments made and any minor repairs done during the trial operation. Based on the observations, necessary modifications/repairs to the plant shall be carried out by the contractor to the full satisfaction of the engineer Job No.107652 Page-149 150 CMPDI to enable the later to accord permission to carry out performance and guarantee tests on the plant. However, minor defects which do not endanger the safe operation of the equipment, shall not be considered as reasons for with holding the aforesaid permission. 14.3 Performance and Guarantee Test 14.3.1 The final test as to the performance and guarantees shall be conducted at site, by the owner. Such tests will be commenced within a period of two (2) months after successful completion of trial operations. Any extension of time beyond the above two (2) months shall be mutually agreed upon. 14.3.2 These tests shall be binding on both the parties of the contract to determine compliance of the equipment with the performance guarantees. 14.3.3 The available instrumentation and control equipment will be used during such tests and the engineer will calibrate, all such measuring equipment and devices as far as practicable. However, unmeasurable parameters shall be taken into account in a reasonable manner by the engineer, for the equipment of these tests. The tests will be conducted at the specified load point and as near the specified cycle condition as practicable. The engineer will apply proper corrections in calculation, to take into account conditions which do not correspond to the specified conditions. 14.3.4 Any special equipment, tools and tackles required for the successful completion of the performance and guarantee tests shall be provided by the contractor, free of cost. 14.3.5 The guaranteed performance figures of the equipment shall be proved by the contractor during these performance and guarantee tests. Should the results of these tests show any decrease from the guaranteed values, the contractor Job No.107652 Page-150 151 CMPDI shall modify the equipment as required to enable it to meet the guarantees. In such case, performance and guarantee tests shall be repeated within one month, from the date the equipment is ready for re-tests and all cost for modifications including labour, materials and the cost of additional testing to prove that the equipment meets the guarantees, shall be borne by the contractor. Duration of performance guarantee tests will be of one month of which 6 (six) days continuous on load operation is the minimum requirement and in case it fails, the process of performance guarantee tests will be repeated. 14.3.6 The specific test to be conducted on the equipment has been bought out in the technical specification at clause 1.1.11, Section-9. 14.3.7 Performance and guarantee test shall make allowance for instrumentation errors as may be decided by the engineer-in-charge. 14.4 TEST CODES The provisions outlined in the ASME performance test codes or other international and Indian approved equivalents shall generally be used as a guide for all the above test procedures unless otherwise specified in the technical specifications. 15.0 PACKING 15.1 All the equipment shall be suitably protected, coated, covered or boxed and crated to prevent damage or deterioration during transit, handling and storage at site till the time of erection. While packing all the materials, the limitation from the point of view of availability of railway wagon sizes in India should be taken into account. The contractor shall be responsible for any loss or damage during transportation, handling and storage due to improper packing. 16.0 PROTECTION Job No.107652 Page-151 152 CMPDI All coated surfaces shall be protected against abrasions, impact, discoloration and any other damages. All exposed threaded portions shall be suitable protected with either a metallic or a non-metallic protecting device. All ends of all valves and piping and conduit equipment connections shall be properly sealed with suitable devices to protect them from damage. The parts which are likely to get rusted, due to exposure to weather, should also be properly treated and protected in a suitable manner. 17.0 PRESERVATIVE SHOP COATING 17.1 All exposed metallic surfaces subject to corrosion shall be protected by shop application of suitable coatings. All surfaces which will not be easily accessible after the shop assembly, shall before hand be treated and protected for the life of the equipment. All surfaces shall be thoroughly cleaned of all mill scale, oxide and other coatings and prepared in the shop. The surfaces that are to be finish painted after installation or require corrosion protection until installation, shall be shop painted with at least two coats of primer. Transformers and other electrical equipment, if included shall be shop finished with one or more coats of primer and two coats of high grade resistance enamel. The finished colours shall be as per manufacturer’s standards, to be selected and specified by the engineering at a later date. 17.2 Shop primer for all steel surface which will be exposed to operating temperature below 950C shall be selected by the contractor, after obtaining specific approval of the engineer regarding the quality of primer proposed to be applied. Special high temperature primer shall be used on surfaces exposed to temperatures higher than 950C and such primers shall also be subject to the approval of the engineer. 17.3 All other steel surfaces which are not to be painted shall be coated with suitable dust preventive compound subject to the approval of the engineer. 18.0 PROTECTIVE GUARDS Suitable guards shall be provided for protection of personnel on all exposed rotating and/or moving machine parts and electrical equipment. All such guards Job No.107652 Page-152 153 CMPDI with necessary spares and accessories shall be designed for easy installation and removal for maintenance purposes. 19.0 DESIGN CO-ORDINATION The contractor shall be responsible for the selection and design of appropriate equipment to provide the best co-ordinated performance of the entire system. The basic design requirements are detailed out in Technical Specifications. The design of various components, sub-assemblies and assemblies shall be so done, so that it facilitates easy field assembly and maintenance. All the rotating components shall be so selected that the natural frequency of the complete unit is not critical at or close to the operating range of the unit. 20.0 DESIGN CO-ORDINATION MEETING The contractor may be called upon to attend design co-ordination meetings with the engineer, other contractors and the consultants of the owner during the period of contract. The contractor shall attend such meetings at his own cost or at mutually agreed venue as and when required and fully co-operate with such persons and agencies involved during those discussions. 21.0TOOLS AND TACKLES The contractor shall supply with the equipment one complete set of all special tools and tackles for the erection, assembly, dis-assembly and maintenance of the equipment. However, these tools and tackles shall be separately packed and brought on to site. 22.0 NOISE LEVEL The equivalent ‘A’ weighted sound level measured at a distance of 1.5 metres above floor level in elevation and 1.0 metre horizontally from the base of any Job No.107652 Page-153 154 CMPDI equipment furnished and installed under these specifications, expressed in decibels to a reference of 0.0002 microbar, shall not exceed 85 dBA. 23.0 TAKING OVER Upon successful completion of all the tests to be performed at site on equipment furnished and erected by the contractor, the engineer shall issue to the contractor a taking over certificate as a proof of the final acceptance of the equipment. Such certificate shall not unreasonably be with-held nor will engineer delay the issuance thereof, on account of minor omissions or defects which do not affect the commercial operation and/or cause any serious risk to the equipment. Such certificate shall not relieve the contractor of any of his obligations which otherwise survive, by the terms and conditions of the contract after issuance of such certificate. 24.0 INDIAN STANDARDS Normally Indian Standards as published by BUREAU OF INDIAN STANDARDS shall be followed. Wherever relevant Indian Standard is not published by the BIS, International Standards or American Standard or German Standard or British Standard, as decided by the Engineer in consultations with the Consultants employed by the Owner, shall be followed. 25.0 WELDING If the manufacturer has special requirements relating to the welding procedures for welds at the terminals of the equipment to be procured by the owner under separate specifications, the requirements shall be submitted to the engineer in advance of commencement of erection work. Job No.107652 Page-154 155 CMPDI 26.0 LUBRICATION Equipment shall be lubricated by systems designed for continuous operation. Lubricant level indicators shall be furnished and marked to indicate proper levels under both stand-still and operating conditions. 27.0 EQUIPMENT BASES A cast iron or welded steel base plate shall be provided for all rotating equipment which is to be installed on a concrete/structural steel base unless otherwise agreed to by the engineer. Each base plate shall support the unit and its drive assembly, shall be of a neat design with pads for anchoring the units, shall have a raised lip all around, and shall have treaded drain connections. 28.0 RATING PLATES, NAME PLATES AND LABELS 28.1 Each main and auxiliary items of plant is to have permanently attached to it in a conspicuous position a rating plate of non corrosive material upon which is to be engraved the manufacturer’s name, equipment, type or serial number, together with details of the loading conditions under which the item of plant in question have been designed to operate, and such diagram plates as may be required by the engineer. 28.2 Each item of plant is to be provided with a nameplate or label designating the service of the particular equipment. The inscriptions are to be approved by the engineer or shall be as detailed in the appropriate sections of the technical specifications. Job No.107652 Page-155 156 CMPDI 28.3 Such nameplates or labels are to be of white non-hygroscopic material with engraved black lettering or, alternatively, in the case of indoor circuit breakers, starters etc. of transparent plastic material with suitably coloured lettering engraved on the back. 28.4 Items of plant such as valves, which are subject to handling, are to be provided with an engraved chromium plated nameplate or label with engraving filled with enamel. 28.5 All such name plates, instruction plates, lubrication charts etc. shall be bilingual with Hindi inscription first, followed by English. Alternatively two separate plates one with Hindi and the other with English inscriptions may be provided. 29.0 SERVICE BY THE OWNER 29.1 The following services shall be provided by the owner : i) Construction/drinking water at one point within 100 metres of the work site, charges to be decided by the company. ii) Auxiliary power for construction at one point within 100 metres of the work site, charges to be decided by the company. 29.2 In the event of the contractor requiring these services at parameters other than those specified above, for any system, equipment, instrument etc. he shall make the necessary arrangements himself. Job No.107652 Page-156 157 CMPDI Section-12 ERECTION CONDITIONS OF CONTRACT 1.0 GENERAL 1.1 The following shall supplement the conditions already contained in the other parts of these specifications and documents and shall govern that portion of the work of this contract to be performed at site. 1.2 The contractor upon signing of the contract shall, in addition to a project coordinator, nominate another responsible officer as his representative at site suitably designated for the purpose of overall responsibility and co-ordination of the works to be performed at site. Such person shall function from the site office of the contractor during the pendency of contract. 2.0 REGULATION OF LOCAL AUTHORITIES AND STATUTES 2.1 The contractor shall comply with all the rules and regulations of local authorities during the performance of his field activities. He shall also comply with the minimum wages act, 1948 and the payment of wages act (both of the Government of India and the local State Government) and the rules made there under in respect of any employee or workman employed or engaged by him or his sub-contractor. The contractor shall make all necessary payments of the Provident Fund for the workmen employed by him for the work as per the laws prevailing under provisions of Employees Provident Fund and Miscellaneous Provisions Act 1952 as the case may be. Job No.107652 Page-157 158 2.2 CMPDI All registration and statutory inspection fees, if any, in respect of his work pursuant to this contract shall be to the account of the contractor. However, any registration, statutory inspection fees lawfully payable under the provisions of the rules and regulations of the Government and any other statutory laws and its amendments from time to time during erection in respect of the plant equipment ultimately to be owned by the owner, shall be to the account of the owner. Should any such inspection or registration need to be arranged due to the fault of the contractor or his sub-contractor, the additional fees for such inspection and/or registration shall be borne by the contractor. 3.0 OWNER’S LIEN ON EQUIPMENT The owner shall have lien on all equipment including those of the contractor brought to the site for the purpose of erection, testing and commissioning of the plant. The owner shall continue to hold the lien on all such equipment throughout the period of contract. No material brought to the site shall be removed from the site by the contractor and/or his sub-contractors without the prior written approval of the engineer. 4.0 INSPECTION, TESTING AND INSPECTION CERTIFICATES The provisions of the clause entitled inspection, testing and inspection certificates under section GTC shall also be applicable to the erection portion of the works. The engineer shall have the right to re-inspect any equipment though previously inspected and approved by him, at the contractor’s works, before and after the same are constructed and/or erected at site. If by the above inspection, the engineer rejects any work or equipment, the contractor shall make good for such rejection either by replacement or modifications/repairs as may be necessary, to the satisfaction of the engineer. Such replacement will also include the replacement or re-execution of such of those works of other contractors and/or agencies, which might have got damaged or affected by the replacements or rework done to the contractor’s work. Job No.107652 Page-158 159 CMPDI 5.0 ACCESS TO SITE AND WORKS ON SITE 5.1 Suitable access to and possession of the site shall be accorded to the contractor by the owner in reasonable time. 5.2 The owner shall have the necessary foundations to be provided by him ready, as per the agreed schedule for the execution of the individual phases of works. 5.3 The works so far as it is carried out on the owner’s premises shall be carried out at such time as the owner may approve and the owner shall give the contractor reasonable facilities for carrying out the works. 5.4 In the execution of the works, no persons other than the contractor or his duly appointed representative, sub-contractor and workmen, shall be allowed to do work on the site, except by the special permission, in writing of the engineer or his representative. 6.0 CONTRACTOR’S SITE OFFICE ESTABLISHMENT The contractor shall establish a site office at the site and keep posted an authorized representative for the purpose of the contract. Any written order or instruction of the engineer or his duly authorized representative shall be communicated to the said authorized resident representing the contractor and the same shall be deemed to have been communicated to the contractor at his legal address. 7.0 CO-OPERATION WITH OTHER CONTRACTORS 7.1 The contractor shall co-operate with all other contractors or tradesmen of the owner, who may be performing other works on behalf of the owner and workmen who may be employed by the owner and doing work in the vicinity of the works under the contract. The contractor shall also so arrange to perform his work as to Job No.107652 minimize, Page-159 to the maximum extent possible, 160 CMPDI interference with the work of other contractors and his workmen. Any injury or damage that may be sustained by the employees of the other contractors and the owner due to the contractor’s work, shall promptly be made good at his own expense. The engineer shall determine the resolution of any difference or conflict that may arise between the contractor and other contractors or between the contractor and the workmen of the owner in regard to their work. If the works of the contractor is delayed because of any acts or omissions of another contractor, the contractor shall have no claim against the owner on that account other than an extension of time for completing his works. 7.2 The engineer shall be notified promptly by the contractor of any defects in the other contractor’s works that could affect the contractor’s works. The engineer shall determine the corrective measures if any, required to rectify this situation after inspection of the works and such decisions by the engineer shall be binding on the contractor. 8.0 DISCIPLINE OF WORKMEN The contractor shall adhere to the disciplinary procedure set by the engineer in respect of his employees and workmen at site. The engineer shall be at liberty to object to the presence of any representative or employees of the contractor at the site, if in the opinion of the engineer such employee has misconducted himself or be incompetent or negligent or otherwise undesirable and then the contractor shall remove such a person objected to and provide in his place a competent replacement. 9.0 CONTRACTOR’S FIELD OPERATION 9.1 The contractor shall keep the engineer informed in advance regarding his field activity plans and schedules for carrying out each part of the works. Any review of such plan or schedule or method of work by the engineer shall not Job No.107652 Page-160 161 CMPDI relieve the contractor of any of his responsibilities towards the field activities. Such reviews shall also not be considered as an assumption of any risk or liability by the engineer or the owner or any of his representatives and no claim of the contractor will be entertained because of the failure or inefficiency of any such plan or schedule or method of work reviewed. The contractor shall be solely responsible for the safety, adequacy and efficiency of plant and equipment and his erection methods. 9.2 The contractor shall have complete responsibility for the conditions of the work site including the safety of all persons employed by him or his subcontractor and all the properties under his custody during the performance of the work. This requirement shall apply continuously till the completion of the contractor and shall not be limited to normal working hours. The construction review by the engineer is not intended to include review of contractor’s safety measures in, on or near the work-site, and their adequacy or otherwise. 10.0 PHOTOGRAPHS AND PROGRESS REPORT 10.1 The contractor shall furnish three (3) prints each to the engineer of progress photographs of the work done at site. Photographs shall be taken as and when indicated by the engineer or his representative. Photographs shall be adequate in size and number to indicate various stages of erection. Each photograph shall contain the date, the name of the contractor and the title of the photograph. 10.2 The above photographs shall accompany the monthly progress report detailing out the progress achieved on all erection activities as compared to the schedules. The report shall also indicate the reasons for the variance between the scheduled and actual progress and the action proposed for corrective measures wherever necessary. 11.0 MANPOWER REPORT Job No.107652 Page-161 162 CMPDI 11.1 The contractor shall submit to the engineer, on the first day of every month, a man hour schedule for the month, detailing the man hours scheduled for the month,skill-wise and area-wise. 11.2 The contractor shall also submit to the engineer on the first day of every month, a man power report of the previous months detailing the number of persons scheduled to have been employed and actually employed, skill-wise and areas of employment of such labour. 12.0 PROTECTION WORK The contractor shall have total responsibility for protecting his works till it is finally taken over by the engineer. No claim will be entertained by the owner or the engineer for any damage or loss to the contractor’s works and the contractor shall be responsible for the complete restoration of the damaged works to its original condition to comply with the specifications and drawings. Should any such damage to the contractor’s works occur because of other party not under his supervision or control, the contractor shall make his claim directly with the party concerned. If dis-agreement or conflict or dispute develops between the contractor and the other party or parties concerned regarding the responsibility for damage to the contractor’s works, the same shall be resolved as per the provisions of the clause 7.0 above entitled cooperation with other contractors. The contractor shall not cause any delay in the repair of such damaged works because of any delay in the resolution of such disputes. The contractor shall proceed to repair the work immediately and the cause thereof will be assigned pending resolution of such dispute. 13.0 13.1 EMPLOYMENT OF LABOUR The contractor will be expected to employ on the work only his regular skilled employees with experience of his particular work. No female labour shall be employed after darkness and no persons below the age of eighteen years shall be employed. Job No.107652 Page-162 163 13.2 CMPDI All travelling expenses including provisions of all necessary transport to and from site, lodging allowances and other payments to contractor’s employees shall be the sole responsibility of the contractor. 13.3 The hour of work on the site shall be decided by the owner and the contractor shall adhere to it. Working hours will normally be eight (8) hours per day- Monday to Saturday. 13.4 13.5 Contractor’s employees shall wear identification badges while on work on site. In case the owner becomes liable to pay any wages or dues to the labour or to any Government agency under any of the provisions of the Minimum Wages Act., Workmen compensation Act Contract Labour Regulation Abolition Act, CMPF Act/EPF Act or any other law due to act of omission of the contractor, the owner may make such payments and shall recover the same from the contractor’s bills. 14.0 FACILITIES TO BE PROVIDED BY THE OWNER 14.1 SPACE : The contractor shall advise the owner within thirty (30) days from the date of acceptance of the letter of award about his exact requirement of space for his office, mess-rooms, storage area, pre-assembly and fabrication areas, labour colony area, toilets, etc. The above requirement shall be reviewed by the engineer and space will be allotted to the contractor for construction of his temporary structures like office, storage sheds, labour and staff colony and other utilities etc. for his own as well as his sub-contractor’s use. 14.2 ELECTRICITY The contractor shall submit to the engineer within thirty (30) days from the date of acceptance of the award letter, his electrical power requirements, if any, to allow the planning of the temporary electrical distribution by the engineer. The contractor shall be provided with supply of electricity for the purposes of the contract, only at one point in the project site. The contractor shall make his own further distribution arrangement. All temporary wiring must comply with local Job No.107652 Page-163 164 CMPDI regulations and will be subject to engineer’s inspection and approval before connection to supply. Power supply for labour colonies shall also be provided at one point. The contractor shall be charged for the power supplied at work site and labour colonies at prevalent rate of power supplied by Power supply agency. 14.3 WATER Supply of water will be made available for the construction purposes at an agreed single point within 100 metres of the work site. And further distribution will be the responsibility of the contractor. The contractor shall be charged for the water supplied at work site @ 1% of the value of civil works and shall be deducted from the contractor’s running/final bills. 15.0 FACILITIES TO BE PROVIDED BY THE CONTRACTOR 15.1 Tools, Tackles and Scaffoldings The contractor shall provide all the construction equipment, tools, tackles and scaffoldings required for pre-assembly, erection, testing and commissioning of the equipment covered under the contract. He shall submit a list of all such materials to the engineer before the commencement of pre-assembly at site. These tools and tackles shall not be removed from the site without the written permission of the engineer. 15.2 Communication The owner will extend the telephone & telex facilities, if available at site, for purposes of contract. The contractor shall be charged at actual for such facilities. 15.3 First–aid 15.3.1 The contractor shall provide necessary first-aid facilities for all his employees, representatives and workmen working at the site. Enough number of contractor’s personnel shall be trained in administering first-aid. Job No.107652 Page-164 165 CMPDI 15.3.2 The owner will provide the contractor, in case of an emergency, the services of an ambulance for transportation to the nearest hospital. 15.4 Cleanliness 15.4.1 The contractor shall be responsible for keeping the entire area allotted to him clean and free from rubbish, debris etc. during the period of contract. The contractor shall employ enough number of special personnel to thoroughly clean his work area at least once in a day. All such rubbish and scrap material shall be stacked or disposed in a place to be identified by the engineer. Materials and stores shall be so arranged as to permit easy cleaning of the areas. Where equipment might drip oil and cause damage to the floor surface, a suitable protective cover of a flame resistant, oil proof sheet shall be provided to protect the floor from such damage. 15.4.2 Similarly the labour colony, the offices and the residential areas of the contractor’s employees and workmen shall be kept clean and neat to the entire satisfaction of the engineer. Proper sanitary arrangement shall be provided by the contractor in the work areas, office and residential areas of the contractor. 16.0 LINES AND GRADES All the works shall be performed to the lines, grades and elevations indicated on the drawings. The contractor shall be responsible to locate and layout the works. Basic horizontal and vertical control points will be established and marked by the engineer at site at suitable points. These points shall be used as datum for the works under the contract. The contractor shall inform the engineer well in advance of the times and places at which he wishes to do work in the area allotted to him, so that suitable datum points may be established and checked by the engineer to enable the contractor to proceed with his works. Any work done Job No.107652 Page-165 166 CMPDI without being properly located may be removed and/or dismantled by the engineer at contractor’s expense. 17.0 17.1 FIRE PROTECTION The work procedures that are to be used during the erection shall be those which minimize fire hazards to the extent practicable. Combustible materials, combustible waste and rubbish shall be collected and removed from the site at least once each day. Fuels, oils and volatile or flammable materials shall be stored away from the construction and equipment and materials storage areas in safe containers. Untreated canvas paper, plastic or other flammable flexible materials shall not at all be used at site for any other purpose unless otherwise specified. If any such materials are received with the equipment at the site, the same shall be removed and replaced with acceptable material before moving into the construction area or storage. 17.2 Similarly corrugated paper fabricated cartons etc. will not be permitted in the construction area either for storage or for handling of materials. All such materials used shall be water proof and flame resistant type. All the other materials such as working drawings, plans, etc. which are combustible but are essential for the works to be executed shall be protected against combustion resulting from welding sparks, cutting flames and other similar fire sources. 17.3 All the contractor’s supervisory personnel and sufficient number of workers shall be trained for firefighting and shall be assigned specific fire protection duties. Enough of such trained personnel must be available at the site during the entire period of the contract. 17.4 The contractor shall provide enough fire protection equipment of the types and number for the warehouses, office, temporary structures, labour colony area etc. Access to such fire protection equipment shall be easy and kept open at all times. 18.0 SECURITY Job No.107652 Page-166 167 CMPDI The contractor shall have total responsibility for all equipment and materials in his custody stored, loose, semi-assembled and/or erected by him at site. The contractor shall make suitable security arrangements including employment of security personnel to ensure the protection of all materials, equipment and works from theft, fire, pilferage and any other damages and loss. All materials of the contractor shall enter and leave the project site only with the written permission of the engineer in the prescribed manner. 19.0 CONTRACTOR’S AREA LIMITS The engineer will mark-out the boundary limits of access roads, parking spaces, storage and construction areas for the contractor and the contractor shall not trespass the area not so marked out for him. The contractor shall be responsible to ensure that none of his personnel move out of the areas marked out for his operations. In case of such a need for the contractor’s personnel to work out of the areas marked out for him, the same shall be done only with the written permission of the engineer. 20.0 CONTRACTOR’S CO-OPERATION WITH THE OWNER In cases where the performance of the erection work by the contractor affects the operation of the system facilities of the owner, such erection work of the contractor shall be scheduled to be performed only in the manner stipulated by the engineer and the same shall be acceptable at all times to the contractor. The engineer may impose such restrictions on the facilities provided to the contractor such as electricity, water, etc. as he may think fit in the interest of the owner and the contractor shall strictly adhere etc. such restrictions and co-operate with the engineer. It will be the responsibility of the contractor to provide all necessary temporary instrumentation and other measuring devices required during start-up and operation of the equipment systems which are erected by him. The contractor shall also be responsible for flushing and initial filling of all the oil and lubricants required for the equipment furnished and erected by him, so as to make such equipment ready for operation. The contractor shall be responsible for supplying such flushing oil and other lubricants unless otherwise specified elsewhere in these documents and specifications. Job No.107652 Page-167 168 CMPDI 21.0 PRE-COMMISSION TRIALS AND INITIAL OPERATIONS The pre-commissioning trials and initial operations of the equipment furnished and erected by the contractor shall be the responsibility of the contractor as detailed in relevant clauses in section GTC. The contractor shall provide, in addition, test instruments, calibrating devices, etc. and the labour required for the successful performance of these trials. It is anticipated that the above test may prolong for a long time, the contractor’s workmen required for the above test shall always be present at site during such trials. 22.0 22.1 MATERIALS HANDLING AND STORAGE All the equipment furnished under the contract and arriving at site shall be promptly received, unloaded and transported and stored in the storage spaces by the contractor. 22.2 Contractor shall be responsible for examining all the shipment and notify the engineer immediately or any damage, shortage, discrepancy, etc. for the purpose of engineer’s information only. The contractor shall submit to the engineer every week a report detailing all the receipts during the week. However, the contractor shall be solely responsible for any storages or damage in transit, handling and/or in storage and erection of the equipment at the site. Any demurrage, wharfage and other such charges claimed by the transporters, railways etc. shall be to the account of the contractor. 22.3 The contractor shall maintain an accurate and exhaustive record detailing out the list of all equipment received by him for the purpose of erection and keep such record open for the inspection of the engineer at any time. Job No.107652 Page-168 169 22.4 CMPDI All equipment shall be handled very carefully to prevent any damage or loss. No bare wire ropes slings, etc. shall be used for unloading and/or handling of the equipment without the specific written permission of the engineer. The equipment stored shall be properly protected to prevent damage either to the equipment or to the floor where they are stored. The equipment from the store shall be moved to the actual location at the appropriate time so as to avoid damage of such equipment at site. 22.5 All electrical panels, control gear, motors and such other devices shall be properly dried by heating before they are installed and energized. Motor bearings, slip rings, commutators and other exposed parts shall be protected against moisture ingress and corrosion during storage and periodically inspected. Heavy rotating parts in assembled conditions shall be periodically rotated to prevent corrosion due to prolonged storage. 22.6 All the electrical equipment such as motors, generators, etc. shall be tested for insulation resistance at least once in three months from the date of receipt till the date of commissioning and a record of such measured insulation values maintained by the contractor. Such records shall be open for inspection by the engineer. 22.7 The contractor shall ensure that all the packing materials and protection devices used for the various equipment during transit and storage are removed before the equipment are installed. 22.8 The consumable and other supplies likely to deteriorate due to storage must be thoroughly protected and stored in a suitable manner to prevent damage or deterioration in quality by storage. 22.9 All the materials stored in the open or dusty location must be covered with suitable weather-proof and flame-proof covering materials wherever applicable. 22.10 If the materials belonging to the contractor are stored in areas other than those earmarked for him, the engineer will have the right to get it moved to the area earmarked for the contractor at the contractor’s cost. Job No.107652 Page-169 170 CMPDI 22.11 The contractor shall be responsible for making suitable indoor storage facilities to store all equipment which require indoor storage. Normally, all the electrical equipment such as motors, control gear, generators, exciters and consumable like electrodes, lubricants etc. shall be stored in the closed storage space. The engineer, in addition, may direct the contractor to move certain other materials which in his opinion will require indoor storage, to indoor storage areas which the contractor shall strictly comply with. 23.0 23.1 CONSTRUCTION MANAGEMENT The field activities of the contractors working at site, will be co-ordinated by the engineer and the engineer’s decision shall be final in resolving any disputes or conflicts between the contractor and other contractors and tradesmen of the owner regarding scheduling and co-ordination of work. Such decision by the engineer shall not be a cause for extra compensation or extension of time for the contractor. 23.2 The engineer shall hold weekly meetings of all the contractors working at site, at a time and a place to be designated by the engineer. The contractor shall attend such meetings and take notes of discussions during the meeting and the decisions of the engineer and shall strictly adhere to those decisions in performing his works. In addition to the above weekly meetings, the engineer may call for other meetings either with individual contractors or with selected number of contractors and in such a case the contractor, if called will also attend such meetings. 23.3 Time is the essence of the contract and the contractor shall be responsible for performance of this works in accordance with the specified construction schedule. If at any time, the contractor is falling behind the schedule, he shall take necessary action to make good for such delays by increasing his work force or by working overtime or otherwise accelerate the progress of the work to comply with the schedule and shall communicate such actions in writing to the Job No.107652 Page-170 171 CMPDI engineer, satisfying that his action will compensate for the delay. The contractor shall not be allowed any extra compensation for such action. 23.4 The engineer shall however not be responsible for provision of additional labour and/or materials or supply or any other services to the contractor except for the co-ordination work between various contractors as set out earlier. 24.0 FIELD OFFICE RECORDS The contractor shall maintain at his office up-to-date copies of all drawings, specifications and other contract documents and any other supplementary data complete with all the latest revisions thereto. The contractor shall also maintain in addition the continuous record of all changes to the above contract documents, drawings, specifications, supplementary data, etc. effected at the field and on completion of his total assignment under the contract shall incorporate all such changes on the drawings and other engineering data to indicate as installed condition of the equipment furnished and erected under the contract. Such drawings and engineering data shall be submitted to the engineer in required number of copies. Daily work programme with progress of the previous day and deployment of labour related to work programme and attendance of workmen deployed during the previous day shall be maintained in a register. This register shall be signed by authorized representative of the contractor which will then be checked and signed by the owner’s representative. Every three months this register shall be deposited to the owner which shall then be owners property. 25.0 CONTRACTOR’S MATERIALS BROUGHT ON TO SITE 25.1 The contractor shall bring to site all equipment, parts, materials, including construction equipment, tools and tackles for the purpose of the works with intimation to the engineer. All such goods shall, from the time of their being brought vest in the owner, but may be used for the purpose of the works only and shall not on any account be removed or taken away by the contractor without the written permission of the engineer. The contractor shall Job No.107652 Page-171 172 CMPDI nevertheless be solely liable and responsible for any loss or destruction thereof and damage thereto. 25.2 The owner shall have a lien on such goods for any sum or sums which may at any time be due or owing to him by the contractor, under, in respect of or by reasons of the contract. After giving a fifteen (15) days’ notice in writing of his intension to do so, the owner shall be at liberty to sell and dispose of any such goods, in such manner as he shall think fit including public auction or private treaty and to apply the proceeds in or towards the satisfaction of such sum or sums due as aforesaid. 25.3 After the completion of the works, the contractor shall remove from the site under the direction of the engineer the materials such as construction equipment, erection tools and tackles, scaffolding etc. with the written permission of the engineer. If the contractor fails to remove such materials, within fifteen (15) days of issue of a notice by the engineer to do so then the engineer shall have the liberty to dispose of such materials as detailed under clause 25.2 above and credit the proceeds thereto the account of the contractor. 26.0 PROTECTION OF PROPERTY AND CONTRACTOR’S LIABILITY 26.1 The contractor shall be responsible for any damage resulting from his operations. He shall also be responsible for protection of all persons including members of public and employees of the owner and the employees of other contractors and sub-contractors and all public and private property including structures, buildings, other plants and equipment and utilities either above or below the ground. 26.2 The contractor will ensure provision of necessary safety equipment such as barriers, sign-boards, warning lights and alarms, etc. to provide adequate protection to persons and property. The contractor shall be responsible to give reasonable notice to the engineer and the owners of public or private Job No.107652 Page-172 173 CMPDI property and utilities when such property and utilities are likely to get damaged or injured during the performance of his works and shall make all necessary arrangements with such owners, related to removal and/or replacement or protection of such property and utilities. 27.0 PAINTING All exposed metal parts of the equipment including pipings, structure railing etc. wherever applicable, after installation unless otherwise surface protected, shall be first painted with at least one coat of suitable primer which matches the shop primer paint used, after thoroughly cleaning all such parts of all dirt, rust, scales, greases, oils and other foreign materials by wire brushing, scarping or sand blasting, and the same being inspected and approved by the engineer for painting. Afterwards, the above parts shall be finished with two coats of alloyed resin machinery enamel paints. The quality of the finish paint shall be as per the standards of ISI or equivalent and to be of the colour as approved by the engineer. 28.0 28.1 INSURANCE In addition to the conditions covered under the clause entitled insurance in general terms and conditions of contract of this volume-1, the following provisions will also apply to the portion of the works to be done beyond the contractor’s own or his sub-contractor’s works. 28.2Workmen’s Compensation Insurance This insurance shall protect the contractor against all claims applicable under the Workmen’s Compensation Act.,1948 (Government of India). This policy shall also cover the contractor against claims for injury, disability disease or death of his sub-contractor’s employees, which for any reason are not covered under the Workmen’s Compensation Act, 1948. The liabilities shall not be less than Workmen’s compensation Job No.107652 As per statutory provisions Page-173 174 CMPDI Employer’s liability As per statutory provisions 28.3Comprehensive Automobile Insurance This insurance shall be in such a form to protect the contractor against all claims for injuries, disability, disease and death to members of public including the owner’s men and damage to the property of others arising from the use of motor vehicles during on or off the site operations, irrespective of the ownership of such vehicles. 28.4 Comprehensive General Liability Insurance : 28.4.1 This insurance shall protect the contractor against all claims arising from injuries, disabilities, disease or death of members of public or damage to property of others, due to any act or omission on the part of the contractor, his agents, his employees, his representatives and sub-contractors or from riots, strikes and civil commotion. The insurance shall also cover all the liabilities of the contractor arising out of the clause entitled defence of suits under General Terms and Conditions of contracts of volume-1. 28.4.2 The hazards to be covered will pertain to all the works and areas where the contractor, his sub-contractors, his agents and his employees have to perform work pursuant to the contract. 28.5 The above are only illustrative list of insurance coverage normally required and it will be the responsibility of the contractor to maintain all necessary insurance coverage to the extent both in time and amount to take care of all his liabilities either direct or indirect, in pursuance of the contract. 29.0 UNFAVOURABLE WORKING CONDITIONS The contractor shall confine all his field operations to those works which can be performed without subjecting the equipment and materials to adverse effects, during inclement weather conditions, like monsoon, storms etc. and during other Job No.107652 Page-174 175 CMPDI unfavourable construction condition. No field activities shall be performed by the contractor under conditions which might adversely affect quality and efficiency thereof, unless special precautions or measures are taken by the contractor in a proper and satisfactory manner in performance of such works and with concurrence of the engineer. Such unfavourable construction conditions will in no way relieve the contractor of his responsibility to perform works as per the schedule. 30.0 PROTECTION OF MONUMENTS AND REFERENCE POINTS The contractor shall ensure that any finds such as relic, antiquity, coins, fossils, etc. which he might come across during the course of performance of his works either during excavation or elsewhere, are properly protected and handed over to the engineer. Similarly the contractor shall ensure that the bench marks, reference points, etc. which are marked out either with the help of engineer or by the engineer shall not be disturbed in any way during the performance of his works. If any work is to be performed which disturb such references, the same shall be done only after these are transferred to other suitable locations under the direction of the engineer. The contractor shall provide all necessary materials and assistance for such relocation or reference points etc. 31.0 31.1 WORK AND SAFETY REGULATIONS The contractor shall ensure proper safety of all the workmen, materials plant and equipment belonging to him or the Company or to others, working at or near the site. The contractor shall also be responsible for provision of all safety notices and safety equipment required both by the relevant legislation and the engineerin-charge as he may deem necessary. 31.2 The contractor will notify well in advance to the engineer-in-charge of his intention to bring to the site any container filled with liquid or gaseous fuel or explosive or petroleum substance or such chemicals which may involve hazards. The engineer-in-charge shall have the right to prescribe the conditions, under which such container is to be stored, handled and used during the performance of the works and the contractor shall strictly adhere to and comply with such Job No.107652 Page-175 176 CMPDI instructions. The engineer-in-charge shall have the right at his sole discretion to inspect any such container or such construction plant/equipment for which material in the container is required to be used and if in his opinion, its use is not safe, he may forbid its’ use. No claim due to such prohibition shall be entertained by the owner. Nor the owner shall entertain any claim of the contractor towards additional safety provisions/conditions to be provided for constructed as per engineer-in-charge’s instructions. Further any such decision of engineer-in-charge shall not, in any way, absolve the contractor of his responsibilities, and in case, use of such a container or entry there of into the site, area is forbidden by engineer-in-charge, the contractor shall use alternative methods with the approval of engineer-in-charge without any cost implication to Company or extension of work schedule. 31.3 Where it is necessary to provide and/or store petroleum products or petroleum mixtures and explosives, the contractor shall be responsible for carrying out such provision and/or storage in accordance with the rules and regulations laid down in Petroleum Act.,1934, Explosives Act.,1948, and Petroleum and Carbide of Calcium Manual Published by the Chief Inspector of Explosives of India. All such storage shall have prior approval of the engineer-in-charge. In case, any approvals are necessary from the Chief Inspector (Explosive) or any statutory authorities, the contractor shall be responsible for obtaining the same. 31.4 All equipment used in construction and erection by contractor shall meet Indian, Inter-national Standards and where such standards do not exist, the contractor shall ensure these to be absolutely safe. All equipment shall be strictly operated and maintained by the contractor in accordance with manufacturer’s operation manual and safety instructions and as per Guidelines/Rules of the Company in this regard. 31.5 Periodical Examination and all tests for all lifting/hoisting equipment and tackles shall be carried out in accordance with the relevant provisions of Factories Act.,1948, Indian Electricity Act.,1910 and associated Laws/Rules enforced from Job No.107652 Page-176 177 CMPDI time to time. A register of such examinations and tests shall be properly maintained by the contractor and will be promptly produced as and when desired by engineer-in-charge or by the person authorized by him. 31.6 The contractor shall be fully responsible for the safe storage of his and his subcontractors radio-active sources in accordance with BARC/DAE Rules and other applicable provisions. All precautionary measures stipulated by BARC/DAE in connection with use, storage and handling of such material will be taken by contractor. 31.7 The contractor shall provide suitable safety equipment of prescribed standard to all employee and workmen according to the need, as may be directed by engineer-in charge who will also have right to examine these safety equipment to determine their suitability, reliability, acceptability and adaptability. 31.8 Where explosives are to be used, the same shall be used under the direct control and supervision of an expert, experienced, qualified and competent person strictly in accordance with the code practices/rules framed under Indian Explosives Act pertaining to handling, storage and use of the explosives. 31.9 The contractor shall provide safe working conditions to all workmen and employees at the site including safe means of access, railing, stairs, ladders, scaffoldings etc. The scaffoldings, stairs, ladders etc. shall be erected under the control and supervision of an experienced and competent person. For erection, good and standard quality of material only shall be used by the contractor. 31.10 The contractor shall not interfere or disturb electric fuses, wiring and other electrical equipment belonging to the owner or other contractors under any circumstances, whatsoever, unless expressly permitted in writing by the Company to handle such fuses, wiring or electrical equipment. Job No.107652 Page-177 178 CMPDI 31.11 Before the contractor connects any electrical appliances to any plug or socket belonging to the other contractor or owner, he shall : a) satisfy the engineer that the appliances is in good working condition b) inform the engineer of the maximum current rating, voltage and phases of the appliances. c) obtain permission of the engineer detailing the sockets to which the appliances may be connected. 31.12 The engineer will not grant permission to connect until he is satisfied that : a) the appliance is in good condition and is fitted with a suitable plug. b) the appliance is fitted with a suitable cable having two earth conductors, one of which shall be an earthed metal sheath surrounding the cores. 31.13 No electric cable is in use by the contractor/owner will be disturbed without prior permission. No weight of any description will be imposed on any cable and no ladder or similar equipment will rest against or attached to it. 31.14 No repair work shall be carried out on any live equipment. The equipment must be declared safe by engineer-in-charge and a permit to work shall be issued by engineer-in-charge before any repair work is carried out by the contractor. While working on electric lines/equipments whether alive or dead, suitable type and sufficient quantity of tools will have to be provided by contractor to electricians/workmen/officers. 31.15 The contractor shall employ necessary number of qualified, full time electricians/electrical supervisors to maintain in his temporary electrical installations. Job No.107652 Page-178 179 CMPDI 31.16 The contractor employing more than 250 workmen whether temporary, casual, probationer, regular or permanent or on contract, shall employ at least one full time officer exclusively as safety officer to supervise safety aspects of the equipment and workmen who will co-ordinate with the project safety officer. In case of work being carried out through sub-contractor’s, the subcontractor’s workmen/employees will also be considered as the contractor’s employees/workmen for above purpose. The name and address of such a safety officer of contractor will be promptly informed in writing to engineer-incharge with a copy to safety officer-in-charge before he starts work or immediately after any change of the incumbent is made during currency of the contract. 31.17 In case any accident occurs during the construction/erection or other associated activities undertaken by the contractor thereby causing any minor or major or fatal injury to his employees due to any reason, whatsoever, it shall be the responsibility of the contractor to promptly inform the same to the company’s engineer-in-charge in prescribed from and also to all the authorities envisaged under the applicable laws. 31.18 The engineer-in-charge shall have the right at his sole discretion to stop the work, if in his opinion the work is being carried out in such a way that it may cause accidents and endanger the safety of the persons and/or property, and/or equipment. In such cases, the contractor shall be informed in writing about the nature of hazards and possible injury/accident and he shall comply to remove short comings promptly. The contractor after stopping the specific work, can, if felt necessary, appeal against the order of stoppage of work to the General Manager of the project within 3 days of such stoppage of work and decision of the project G.M in this respect shall be conclusive and binding on the contractor. 31.19 The contractor shall not be entitled for any damages/compensation for stoppage of work due to safety reasons as provided in para 31.18 above and the period of such stoppage of work will not be taken as an extension of time Job No.107652 Page-179 180 CMPDI for completion of work and will not be the ground for waiver of levy of liquidated damages. 31.20 The contractor shall follow and comply with all the Company safety rules relevant provisions of applicable laws pertaining to the safety of workmen, employees, plant and equipment as may be prescribed from time to time without demur, protest or content or reservation. In case of any inconformity between statutory requirement and the Company safety rules referred above, the later shall be binding on the contractor unless the statutory provisions are more stringent. 31.21 If the contractor fails in providing safe working environment as per the Company safety rules or continue the work even after being instructed to stop work by engineer-in-charge as provided in para 31.18 above, the contractor shall promptly pay to the Company, on demand i.e. by the owner compensation at the rate of Rs.5,000/- per day or part there of till the instructions are complied with and so certified by engineer-in-charge. However, in case of accident taking place causing injury to any individual, the provisions contained in para 31.22 shall also apply in addition to compensation mentioned in this para. 31.22 If the contractor does not take all safety precautions and/or fails to comply with the safety rules as prescribed by the Company or under the applicable laws for the safety of the equipment and plant and for the safety of personnel and the contractor does not prevent hazardous conditions which cause injury to his own employees or employees of other contractors, or the Company employees or any other person who are at site or adjacent thereto, the contractor shall be responsible for payment of compensation under the relevant provisions of the workmen’s compensation act and rules framed thereunder or any other applicable laws as applicable from time to time. Permanent disablement shall have same meaning as indicated in workmen’s compensation act. The compensation mentioned above shall be in addition to the Job No.107652 Page-180 181 CMPDI compensation payable to the workmen/employees under the relevant provisions of the Workmen’s Compensation Act and Rules framed thereunder or any other applicable laws as applicable from time to time. In case the owner is made to pay such compensation then the contractor is liable to reimburse the owner such amount. 32.0 CODE REQUIREMENTS The erection requirements and procedures to be followed during the installation of the equipment shall be in accordance with the relevant Indian Boiler Regulations. ASME codes and accepted good engineering practice, the engineer’s drawings and other applicable Indian recognized codes and the laws and regulations of the Government of India. 33.0 FOUNDATION DRESSING AND GROUTING 33.1 The surfaces of foundations shall be dressed to bring the top surface of the foundations to the required level, prior to placement of equipment/equipment bases on the foundations. 33.2 All the equipment bases and structural steel base plates shall be grouted and finished as per these specifications unless otherwise recommended by the equipment manufacturer. 33.3 The concrete foundation surfaces shall be properly prepared by chipping, grinding as required to bring the type of such foundation to the required level, to provide the necessary roughness for bondage and to assure enough bearing strength. All laitance and surface film shall be removed and cleaned. 33.4 GROUTING MIX The grouting mixtures shall be composed of Portland cement, sand and water. The Portland cement to be used shall conform to ISI No.269 or equivalent, sand shall conform to ISI No.383/2386 or equivalent. The grout proportions for flat based where the grouting space does not exceed 35mm shall be 50 Kg bag of Job No.107652 Page-181 182 CMPDI cement to 75 Kg of sand. Only the required quantity of water shall be added so as to make the mix quaky and flowable and the mix shall not show excess water on top when it is being puddle in place. For thicker grout beds upto 65mm, the amount of sand shall be increased to 105 Kg per bag of cement. Bases which are hollow and are to be filed full of grouting shall be filled to a level of 25mm above the outside rim with a mortar mix in the volumetric proportions of one bag of cement and 1.5 bags sand and 1.5 part 6mm granite gravel. An acceptable plasticiser may be added to the grout mixes in a proportion recommended by the plasticisers manufacturer. All such grouts shall be thoroughly mixed for not less than five minutes in an approved mechanical mixer and shall be used immediately after mixing. 33.5 PLACING OF GROUT 33.5.1 After the base has been prepared, its alignment and level has been checked and approved and before actually placing the grout a low dam shall be set around the base at a distance that will permit pouring and manipulation of the grout. The height of such dam shall be at least 25mm above the bottom of the base. Suitable size and number of chains shall be introduced under the base before placing the grout, so that such chains can be moved back and forth to push the grout into every part of the space under the base. 33.5.2 The grout shall be poured either through grout holes if provided or shall be poured at one side or at two adjacent sides giving it a pressure head to make the grout move in a solid mass under the base and out in the opposite side. Pouring shall be continued until the entire space below the base is thoroughly filled and the grout stands at least 25mm higher all around than the bottom of the base. Enough care should be taken to avoid any air or water pockets beneath the bases. 33.6 FINISHING OF THE EDGES OF THE GROUT The poured grout should be allowed to stand undisturbed until it is well set. Immediately thereafter, the dam shall be removed and grout which extends Job No.107652 Page-182 183 CMPDI beyond the edges of the structural or equipment base plates shall be out off flush and removed. The edges of the grout shall then be pointed and finished with 1:2 cement mortar pressed firmly to bond with the body of the grout and smoothed with a tool to present a smooth vertical surface. The work shall be done in a clean and scientific manner and the adjacent floor spaces, exposed edges of the foundations, and structural steel and equipment base plates shall be thoroughly cleaned of any spillage of the grout. 33.7 CHECKING OF EQUIPMENT AFTER GROUTING After the grout is set and cured, the contractor shall check and verify the alignment of equipment, alignment of shafts of rotating machinery, the slopes of all bearing pedestals, centering of rotors with respect to their sealing bores, couplings, etc. as applicable and the like items to ensure that no displacement had taken place during grouting. The values recorded prior to grouting shall be used during such post grouting check-up and verifications. Such pre and post grout records of alignment details shall be maintained by the contractor in a manner acceptable to the engineer. 34.0 SHAFT ALIGNMENTS All the shafts of rotating equipment shall be properly aligned to those of the matching equipment to as perfect an accuracy as practicable. The equipment shall be free from excessive vibration so as to avoid over heating of bearings or other conditions which may tend to shorten the life of the equipment. All bearings, shafts and other rotating parts shall be thoroughly cleaned and suitably lubricated before starting. 35.0 DOWELING : All the motors and other equipment shall be suitably doweled after alignment of shafts with tapered machined dowers as per the direction of the engineer. 36.0 CHECKOUT OF CONTROL SYSTEMS/POWER SUPPLY Job No.107652 Page-183 184 CMPDI After completion of wiring, cabling furnished under separate specifications and laid and terminated by the owner, the contractor shall check out the operation of all control systems for the equipment furnished and installed under these specifications and documents. The contractor shall get the drawings pertaining to the control system, power supply etc. approved from Directorate General of Mine Safety (DGMS) or any other appropriate authority as necessary, wherever required as per the rules and regulations of the Indian Mines Act governed by DGMS 37.0 COMMISSIONING SPARES The contractor shall make arrangement for an adequate inventory at site of necessary commissioning spares prior to commissioning of the equipment furnished and erected so that any damage or loss during this commissioning activities necessitating the requirements of spares will not come in the way of timely completion of the works under the contract. 38.0 38.1 CABLING All cables shall be supported by conduits or cable tray run in air or in cable channels. These shall be installed in exposed runs parallel or perpendicular to dominant surfaces with right angle turn made of symmetrical bends or fittings. When cables are run on cable trays, they shall be clamped at a minimum interval of 2000mm or otherwise as directed by the engineer. 38.2 Each cable, whether power or control, shall be provided with a metallic or plastic of an approved type, bearing a cable reference number indicated in the cable and conduit list (prepared by the contractor), at every 5 metre run or part thereof and at both ends or the cable adjacent to the terminations. Cable routing is to be done in such a way that cables are accessible for any maintenance and for each identification. Job No.107652 Page-184 185 38.3 CMPDI Sharp bending and kinking of cables shall be avoided. The minimum radii for PVC insulated cables 1100Vgrade shall be 15D, where D is the overall diameter of the cable. Installation of other cables shall be in a accordance with the cable manufacturer’s recommendations. Wherever cables cross roads and water, oil, sewage or gas lines, special care should be taken for the protection of the cables in designing the cable channels. 38.4 In each cable run some extra length shall be kept at a suitable point to enable one to two straight through joints to be made should the cable develop fault at a later date. 38.5 Control cable terminations shall be made in accordance with wiring diagrams, using identifying codes subject to engineer’s approval. Multicore control cable jackets shall be removed as required to train and terminate the conductors. The cable jacket shall be left on the cable, as far as possible to the point of the first conductor branch. The insulated conductors from which the jacket is removed shall be neatly twined in bundles and terminated. The bundles shall be firmly but not tightly tied utilizing plastic or nylon ties or specially treated fungus protected cord made for this purpose. Control cable conductor insulation shall be securely and evenly cut. 38.6 The connector for control cables shall be covered with a transparent insulating sleeve so as to prevent accidental contact with ground or adjacent terminals and shall preferably terminate Elmex terminals and Washers. The insulating sleeve shall be fire resistant and shall be long enough to over pass the conductor insulation. All control cables shall be fanned out and connection made to terminal blocks and test equipment for proper operation before cables are corded together. Job No.107652 Page-185 186 CMPDI Section-13 1.0 COMMERCIAL TERMS & CONDITIONS 1.1. All tenderers are required to abide by the commercial terms & conditions which are elaborated in the different clauses and sub-clauses as brought out hereunder. Additional or alternative commercial terms & conditions placed by the tenderers shall not be acceptable in any circumstances. Tenderers who will participate in this tender with their own commercial terms & conditions shall be liable for summary rejection of their tenders. 1.2 VALIDITY OF TENDER 1.2.1 The Tender Bid shall be firm and remain valid for a period of 180 days at least from the date of opening of the Tender. 1.3 DESIGN/SYSTEM ENGINEERING The successful tenderers shall have to carry out the detailed survey of the site for system engineering and report for system engineering shall be prepared within 60 days from the date of placement of formal order. In the system engineering report, a copy of which will be sent to the project officer concerned, the tenderer shall furnish GA Drawing of the system, detailed drawing of all individual equipment, erection drawing with fixing location, cable route/laying, mounting and fixing arrangements, selection of suitable location for placement of sub system for successful operation of the system. Job No.107652 Page-186 187 CMPDI 1.4 SCOPE OF SUPPLY 1.4.1 The scope of supply of equipment, system, accessories, cables , spare parts etc. shall be as per the detailed scope of supply as indicated in Section-10. 1.4.2 The Successful tenderer has to supply the complete system including installation material, along with spares, tools/tackles etc., No Load Test and successful commissioning of all individual equipment and finally that of the total system. 1.4.3 Therefore, the tenderers have to quote for all the necessary items as given in the scope of supply. 1.4.4 After tender opening or during any stage of execution of Contract, if it is observed that certain items are necessary but those are not quoted in the offers, it will be presumed that these items will be supplied by the tenderer free of cost. 1.4.5 Along with the equipment, detailed manuals for installation, operation and maintenance and indicating likely troubles to be encountered, causes of trouble and trouble shooting procedure to be furnished. 1.5 INSTALLATION 1.5.1 It will be the tenderer’s responsibility to bring, receive and store the materials at site in safe custody in proper condition. 1.5.2 All the equipment will have to be installed, erected and fitted with accessories as per approved drawings by company and contract. 1.5.3 All tools and tackles, manpower and any other material required for successful installation and commissioning will be arranged by tenderer. Job No.107652 Page-187 188 CMPDI 1.5.4 Site preparation including location fixing, leveling, measurements, structural erection, fixing of equipment, trenching, cable laying/fixing/jointing in complete with junction boxes MDF, central station earthing, lightning arrestor, etc. are in the scope of successful tenderer. 1.6 COMMISSIONING 1.6.1 After installation, including mounting arrangement, the individual equipment will be put on trial test.(both on No Load and On Load). 1.6.2 Any defect noticed during trial run period will have to be rectified/replaced at tenderrer’s cost. Commissioning spares shall be arranged by successful tenderers at their cost. 1.6.3 After trial test each Sub System and total system, the entire system have to put on trial run as elaborated at clause 14.2, section 11 for trouble free and satisfactory operation when the system shall be deemed to have been commissioned. 1.6.4 The trial run as a whole will be observed by authorized engineer/engineers of the company. 1.6.5 After satisfactory performance and guarantee test, the final acceptance certificate shall be issued provided the Performance Bank Guarantee is deposited. 1.7 WARRANTY MAINTENANCE 1.7.1 The successful tenderer must maintain the complete system during warranty period of 12 months. 1.7.2 Any part/component etc. found to be defective, shall be replaced at supplier’s cost without delay. Job No.107652 Page-188 189 CMPDI 1.7.3 This warranty shall be for a period of 12 months from the date of issuing of final acceptance certificate. 1.8 SPARE PARTS 1.8.1 Separate list of Mandetary spares, standby spares, optional spares shall be submitted indicating the consumable spares in the list. 1.8.2 The commissioning of spare parts i.e. spare parts required during commissioning of complete system must be supplied by contractor on free of cost. 1.8.3 The tenderer must quote for the guaranteed spare parts required for two years post guarantee operation. The tenderer shall also furnish an undertaking that any essential spares not covered in the guaranteed spare list but required for trouble free operation of secondary sizing arrangement (Secondary sizer, 16C conveyor), the tenderer shall supply the same free of cost. However the consumable spares will remain excluded from such condition. 1.8.4 The tenderer must submit the undertaking of availability of spare parts upto at least ten years from the date of issuing of final acceptance certificate. 1.8.5 The list of detailed guarantee spare parts for 2 years operation after expiry of warranty period shall be submitted in PART-II cover and the break up prices of this detailed spare parts shall be submitted in PART-III cover. 1.8.6 The prices of two years guaranteed spare parts will be considered for evaluating the price bid. 1.9 TRAINING Job No.107652 Page-189 190 CMPDI 1.9.1 The successful tenderer/contractor shall provide training to engineering personnel selected by owner against each installation site during warranty maintenance period covering all technical, operations and maintenance aspects of the equipment. 1.9.2 The training programme shall be furnished in the offer. 1.9.3 In addition, the terms as detailed in Clause 31 of General Terms & Conditions should also be ensured. 1.10 SCHEDULE OF PRICES 1.10.1 The tenderers shall quote separately, the prices of each equipment, spares and service on unit basis furnishing all details. 1.10.2 The prices of equipment and service shall be firm and on FOR destination basis inclusive of packing, forwarding, transit insurance, freight charge, excise duty, sales tax, octroi handling and other incidental charges. 1.10.3 Documentary evidence of VAT/Sales Tax/Service Tax/Work Contract Registration with the concerned authorities has to be submitted by the bidder. 1.10.4 Current rates of taxes, duties etc. shall be indicated clearly. Any other charge to be paid should also be clearly indicated. 1.10.5 For imported items, the bidders should quote on the basis of normal import duty. ECL will issue essentiality certificate and if the concessional duty is allowed to the bidder by the concerned authority, the benefit shall be passed on to the owner (ECL). 1.10.6 Any variation in rates of taxes and duties due to statutory regulation at the time of supply of equipment will be to company’s account and will be payable at actual after production of documentary evidence. Base date will be as per clause 2.7, Sec-4 of Part I Bid Document. Job No.107652 Page-190 191 CMPDI 1.10.7 Custom clearance/import license etc. will be arranged by tenderer at no extra cost in case of import content. 1.10.8 The charges quoted for installation, testing, commissioning and successful completion of the job will cover all costs. No other charges, whatsoever, relating to the work of installation and commissioning etc. will be payable extra. 1.10.9 The prices of system engineering, installation & commissioning and training of personnel, shall be quoted separately. 1.10.10The rate of various items of work shall be indicated both in figures and in words. In the event of any discrepancy between the description in words and figures the descriptions of word prevail. 1.10.11In respect of imported items, the payment shall be based on letter of Credit as per prevailing norms. 1.11 PACKAGING & TRANSPORT 1.11.1 Tenderers shall provide such packaging of the goods as is required to prevent their damage or deterioration during transit to their final destination. The packing shall be sufficient to withstand, without limitation, rough handling during transit. 1.11.2 The contractor is responsible for obtaining a clear receipt from the transport authorities specifying the goods dispatched. His consignment shall be booked on ‘said to contain’ basis. If it is not done, it will be on the risk and responsibility of the contractor. The employer shall pay only such stores as are actually received in accordance with the contract. 1.11.3 In addition to above, Clauses 15,16,17 & 18 as detailed in the General Technical Condition must be ensured in regards to packing and protection of equipment. 1.11 DELIVERY AND COMPLETION Job No.107652 Page-191 192 CMPDI 1.11.1 Delivery of equipment, cables, materials, accessories etc. shall be commenced latest within 3 (three) months from the date of formal order. 1.11.2 Installation, trial run, commissioning and completion of the job including trial run) for issue of final acceptance certificate shall be completed within 15 (fifteen) months from the date of formal order. 1.12 INSPECTION 1.12.1 The initial inspection will be carried out by Engineer-in-charge of company after delivery of equipment and material at site. 1.12.2 The final inspection shall be carried out by company’s Engineers at site during trial run operation. 1.12.3 The details in regards to inspection, testing and inspection certificate will be in line as detailed under Clause 13 & 14 of the General Technical Condition. 1.13 COMPANY RESPONSIBILITY 1.131 During the execution of contract, company’s responsibility will be limited to that detailed in Para 1.2.4 of SCOPE OF WORK (Section-7). However, boarding and lodging of tenderer’s personnel may be arranged depending on availability of such facilities, on chargeable basis. Job No.107652 Page-192 TENDER DOCUMENT PART -III NAME & PLACE “Design, Engineering, Drawing, Manufacturing, Supply, Installation /Erection, Testing & OF WORK : Commissioning of Coal Handling Plant on Turnkey basis at Sarpi Underground Mine, ECL” N.I.T. NO. ECL / HQ / GM(E&M)/Coal Handling Plant/Sarpi/ 4464 Dated : 04.04.2012 Eastern Coalfields Limited (A Subsidiary of Coal India Limited ) Sanctoria, P.O: Dishergarh, Dist: Burdwan (WB) E&M Department ****************** Part - III : Contains (11 ) marked pages. Tender Notice No.: ECL / HQ / GM(E&M)/Coal Handling Plant/Sarpi/4464 Dated: 04.04.2012 NAME & PLACE “Design, Engineering, Drawing, Manufacturing, Supply, Installation /Erection, Testing & OF WORK : Commissioning of Coal Handling Plant on Turnkey basis at Sarpi Underground Mine, ECL” Date & time of submission of Tenders. : On 14.06.2012 at 11.30 A.M. Date & Time opening Of tender (Part-I ) : On 14.06.2012 at 12.00 Noon. Name & address of the Tenderer to whom issued ______________________________________________ _____________________________________________ ______________________________________________ Date of issue. : --------------- Cost of Tender Paper : Rs. 5675/- ( non-refundable) Cash Receipt No. & Date ___________________________________________ Signature of the Officer Issuing Tender Papers. Part-III Document I N D E X Contents Page No. 1. Proforma for Price Break-up of Equipment 1–5 2. Proforma for Price Break-up of Erection 5 – 10 3. Overall Price Break-up 11 1 CMPDI PROFORMA FOR PRICE BID PRICE BREAK-UP OF EQUIPMENT COST ESTIMATE FOR COAL HANDLING PLANT AT SARPI U/G A SURVEY,SOIL TESTING & DESIGN ENGINEERING COST Item Item Description Quantum of No. works 1 Detailed survey of the area within the battery limit Complete & submission of reports works as per Tender document 2 Sub-soil exploration, field & laboratory testing of samples & submission of report 3 Design Engineering Cost : a GA & detailed engineering design & drawings of all civil & structural works in the system including system engineering b GA & detailed engineering design & drawings including working and maintenance manuals of Complete works for system i) all individual equipment (Mechanical & Electrical) ii) Chutes & Liners iii) Communication system iv) Illumination system 4 Documentation as per tender specification 4 sets Hard copies 4 sets soft copies Sub-Total of A Job No. 107652 Page- 1 Unit Price Amount (Rs. in lakh) 2 CMPDI B CIVIL AND STRUCTURAL WORKS Item Item Description Quantity Unit Amount No. Price (Rs. in lakh) 1 Earth work in cutting in all types of soil & rock (Cu.M) 2 Earth work in filling in foundation trenches (Cu.M) 3 PCC at all level and as per system requirement :In 1:4:8 (Cu.M) 4 RCC (excluding reinforcement and shuttering) at all levels and as per system requirement: in M-20 (Cu.M) 5 Supply, bending, binding & placing of Torsteel in position (Te) 6 Shuttering (Sq.M) 7 Brick flat soling (Sq.M) 8 22/24 Gauge CGI Sheeting at all level including supply & Ridge (Sq.M) 9 Supply, fabrication & erection of structural steel at all level and as per tender specification (Te) 10 Triscal/SAIL hard lining on inside steel hopper (Te) 11 MS Grating as per Tender specification (Te) Sub-Total of B C QUANTITY AND PRICE BREAK-UP OF DEVELOPMENT WORK AND INFRASTRUCTURES Item Item Description Quantity Unit Amount No. Price (Rs. in lakh) 1 Internal road of 3.75m width (M) 2 Internal road of 7.5m width (M) 3 Drains (M) 4 Leveling & dressing of vacant area within battery limit (Sq.M) 5 Integrated Sub-station Building cum Control Room and CHP Office including soak pit for transformer (Sq.M) 6 Pavement for ground stock (Sq.M) 7 Pavement for parking space (Sq.M) 8 Ground reservoir (Ltr) Sub-Total of C Job No. 107652 Page- 2 3 CMPDI D. PRICE BREAK-UP OF PLANT & MACHINERY (Amt. in Rs. Lacs) Sl. No. Description D.1 1 SUPPLY : MECHANICAL Qty Price per unit Excise duty (List of Equipments) Belt Conveyor 1 no. 1200mm wide, 115m length,600 tph (Avg.)/750 tph (Peak), 3 m/s speed, 10 m lift, 2X55 kW drive unit with 24 m tripper travel i) 2. ii)Nylon/Nylon belting 1200 mm wide iii)Lifting tools iv)Chute gates below truck loading hopper Sub-Total of 1 ELECTRICALS As reqd. LS 4nos . (List of Equipments) i)550V,630A, Air Circuit Breaker ii)400KVA, 550/433 V Transformer iii)25KVA, 433/220 V Transformer (L-L) iv)415 V, 630 A, Air Circuit Breaker v)415 Volt Motor Control Centre vi) Illumination : a)MLDB, incomer 2 nos.(1spare) 63A MCB (DP) , outgoing 6 nos. 32A, MCB (DP) 2 nos 2 nos 1 no. b)BDB, Incomer 2 nos. (1spare) 32A MCB ( DP) , outgoing 6 nos. 16A MCB (DP) 4 nos. 2 nos 1 no. 1 no. c)250W HPSV lamps 8 with flood lighting nos. fixtures complete Job No. 107652 Page- 3 Sale s tax Packing & Insurance Transportation Any other duty Total 4 CMPDI with all accessories d)150W HPSV lamps with street lighting fixtures complete with all accessories e)Integral type vapour proof well glass luminaries complete with 70/80 Watt High Pressure Sodium Vapour Lamp complete with wire guard and other accessories f)2x40W Fluorescent Lamp with commercial lighting fixture complete with down rod and all other accessories g)1200mm sweep ceiling fan h)300mm Exhaust Fan vii) Cable : a) 1100 Volt grade PVC insulated PVC sheathed Aluminium conductor single wire armoured cable of various sizes b) 1100/650 Volt grade PVC insulated PVC sheathed Aluminium conductor single wire armoured cable of various sizes for lighting viii) Earthing : a) Earth pit as per IS:3043 (amended upto date) of reqd. nos. b) Earth strip/GI strip 10 nos. 25 nos. 14 nos. 7 nos. 3 nos. LS LS LS LS ix) Lightning LS protection by Air Termination Network of service building, for entire conveyor Job No. 107652 Page- 4 5 CMPDI gantry as per IS x) Remote & LS sequence control including control cables & Control Desk, etc. xi)Safety and testing LS items xii) Miscellaneous LS items like junction boxes, cable tray, cable trench, clamps, DOL starter, LCS, Joint boxes, painting of poles etc. Sub-Total of 2 3 4 5 6 D.2 1 AUXILIARY i)Chutes & Liners LS ii)Dust suppression LS system iii)Fire fighting LS system (Extinguisher type/Hydrant type) Sub total of 3 SPARE PARTS (list of spares) i) Spares for belt LS conveyor ii)Electrical spares LS Sub-Total of 4 Total of D.1 ERECTION, INSTALLATION, TESTING AND COMMISSIONING OF PLANT & MACHINERY MECHANICAL (List of Equipments) i) Belt Conveyor 1 no. 1200mm wide, 115m length,600tph(Avg.)/ 750 tph(Peak), 3 m/s speed, 10 m lift, 2X55 kW drive unit with 24 m tripper travel ii)Nylon/Nylon belting As 1200 mm wide reqd. iii)Lifting tools LS iv)Chute gates below 4nos truck loading hopper . Job No. 107652 Page- 5 6 CMPDI Sub-Total of 1 2. ELECTRICALS (List of Equipments) i)550 V, 630A, Air Circuit Breaker ii)400 KVA, 550/433V Transformer 2 nos 2 nos iii)25KVA, 433/220V (L-L) Transformer iv) 415 Volt, 630A , Air Circuit Breaker v)415 volt, Motor Control Centre vi) Illumination : a) MLDB, incomer 2 nos.(1spare) 63 A MCB (DP) , outgoing 6 nos. 32A MCB (DP) b) BDB, Incomer 2 nos. (1spare) 32A MCB ( DP) , Outgoing 6 nos. 16A MCB (DP) c) 250W HPSV lamps with flood lighting fixtures complete with all accessories d) 150W HPSV lamps with street lighting fixtures complete with all accessories e) Integral type vapour proof well glass luminaries complete with 70/80 Watt High Pressure Sodium Vapour Lamp complete with wire guard and other accessories f) 2x40W Fluorescent Lamp with commercial lighting fixture complete with down rod and all other 1 no. Job No. 107652 2 nos 1 no. 1 no. 4 nos. 8 nos. 10 nos. 25 nos. 14 nos. Page- 6 7 CMPDI accessories g) 1200mm sweep ceiling fan h) 300mm Exhaust Fan vii) Cable : a) 1100 Volt grade PVC insulated PVC sheathed Aluminium conductor single wire armoured cable of various sizes b) 1100/650 Volt grade PVC insulated PVC sheathed Aluminium conductor single wire armoured cable of various sizes for lighting viii) Earthing : a) Earth pit as per IS:3043 (amended upto date) of reqd. nos. b) Earth strip/GI strip ix) Lightning protection by Air Termination Network for service building , entire conveyor gantry, etc. as per IS x) Remote and sequence control including control cables & Control Desk, etc. xi)Safety and testing items. xii) Miscellaneous items like junction boxes, cable tray, cable trench, clamps, DOL starter, LCS, Joint boxes, painting of poles, etc. Sub-Total of 2 7 nos. 3nos . LS LS LS LS LS LS LS LS 3 AUXILIARY i)Chutes & Liners Job No. 107652 LS Page- 7 8 CMPDI 4 5 6 E 1 F G H ii)Dust suppression LS system iii)Fire fighting LS system (Extinguisher type/Hydrant type) Sub Total of 3 Total of D.2 Total of D i.e. (D.1+D.2) MAINTENANCE AND TRAINING Maintenance of whole plant & training of employer personnel during one year warranty maintenance period as per description given in tender documents SUB TOTAL OF E CONTINGENCY WORKS CONTRACT TAX GRAND TOTAL i.e.(A+B+C+D+E+F+G) Job No. 107652 Page- 8 9 CMPDI WEIGHT AND VOLUME FOR CIVIL AND STRUCTURAL WORKS Item No. Sub-head/Item Description Quantity E.1 Civil and Structural Works (Broad quantities within a limit of +/- 10% of actuals on completion) 1 Earth work in cutting in all types of soil & Rock Cu.M 2 Earth work in filling i)Controlled filling Cu.M ii)Uncontrolled filling Cu.M 3 PCC at all level and as per system requirement Cu.M i)in 1:2:4 Cu.M ii) in 1:4:8 4 R.C.C (Excluding reinforcement) i)M-15 Cu.M ii)M-20 Cu.M iii)M-25 Cu.M at all level and as per system requirement 5 6 7 8 9 10 11 E.2 1 2 3 4 5 6 7 Reinforcing steel in all RCC in the System M.Te Structural steel works at all level and as per scope of M..Te work and system requirement excluding equipment framework, chutes and liners. 22/24 Gauge CGI sheeting at all level Sq.M Masonry work Cu.M MS Grating Te Triscal / SAIL hard Lining Te Shuttering Sq.M Development Works and Infrastructure (Broad quantities within a limit of +/- 10% of actuals on completion)-Internal road of 7.5m with Internal road of 3.75m with Different type of drains i)Type –A ii)Type-B iii)Type-C Levelling & dressing of vacant area within battery limit Integrated Sub-station Building cum Control Room and CHP Office including soak pit for transformer Substation building in floor area Pavement for ground stock Pavement for parking space Job No. 107652 Page- 9 M M Km Km Km Sq.M Sq.M Sq.M Sq.M 10 CMPDI Instructions : 1 Bidders are required to quote the quantity, unit price, amount and taxes etc. in the respective column. Unit price should be in word as well as in figure. 2. Quantity should be as per scope defined in the tender document and should cover all the requirement of the system. 3. Weight and Volume Variation Clause Based on civil and structural quantities of works as given by the bidder in sub head A,B & C of this proforma, the shortfall in total quantity of all civil & structural works shall be allowed up to 10% only to every individual items. For shortfall of quantities exceeding 10% , there shall be proportional reduction in the price of the individual items resulting in the reduction in the award value by the same amount. Upward variation in quantity of individual items for civil & structural works should be absorbed by the contractor unless specifically stated otherwise in the document. 4. The above items of work are to be executed strictly as per IS provisions. Job No. 107652 Page-10 11 CMPDI PROFORMA FOR PRICE BID-III OVERALL PRICE BREAK-UP S.N. DESCRIPTION A SURVEY, SOIL TESTING AND DESIGN ENGINEERING B CIVIL & STRUCTURALS C DEVELOPMENT WORK AND INFRASTRUCTURE D SUPPLY, ERECTION, INSTALLATION, (D1+D2) TESTING AND COMMISSIONING OF PLANT & MACHINERY INCLUDING SUPPLY OF SPARES E MAINTENANCE AND TRAINING OF EMPLOYER’S PERSONNEL F CONTINGENCY G WORKS CONTRACT TAX H GRAND TOTAL i.e.[A+B+C+D+E+F+G] Job No. 107652 Page-11 PRICE Amt. in Rs. Lacs