Top Banner
KAMARAJAR PORT LIMITED (A Company of Chennai Port Trust) Ministry of Ports, Shipping and waterways - Government of India Construction of Berth and Car Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port BID DOCUMENT (This Bid document consists of 3 Volumes) June, 2021
380

gcb_2_02062021(1).pdf - Kamarajar Port Limited

Feb 21, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KAMARAJAR PORT LIMITED

(A Company of Chennai Port Trust) Ministry of Ports, Shipping and waterways - Government of India

Construction of Berth and Car Parking Yard for

Automobile Export/ Import Terminal-II at Kamarajar Port

BID DOCUMENT

(This Bid document consists of 3 Volumes)

June, 2021

Page 2: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 1 of 246

Table of Contents

NOTICE INVITING TENDER............................................................................................. 15

Volume - I ....................................................................................................................... 17

SECTION – 1: INSTRUCTIONS TO BIDDERS .................................................................... 19

A.General ....................................................................................................................... 19

1.Scope of Bid ................................................................................................................. 19

2.Source of Funds ........................................................................................................... 20

3.Eligible Bidders ............................................................................................................ 20

4.Eligibility Criteria ......................................................................................................... 20

5.One Bid per Bidder ...................................................................................................... 23

5.2 Joint Venture ............................................................................................................ 23

6.Cost of Bidding ............................................................................................................ 24

7.Site Visit ...................................................................................................................... 24

B.Bidding Documents ..................................................................................................... 25

8.Content of Bidding Documents ..................................................................................... 25

9.Clarification of the Bidding Documents ......................................................................... 25

9.2 Pre-bid meeting ......................................................................................................... 25

10.Amendment of Bidding Documents ............................................................................. 25

C.Preparation of Bids ...................................................................................................... 26

11.Language of the Bid ................................................................................................... 26

12.Documents comprising the Bid ................................................................................... 26

13.Bid Prices .................................................................................................................. 26

14.Currencies of Bid and Payment .................................................................................. 27

15.Bid Validity ................................................................................................................ 27

16.Bid Security (Earnest Money Deposit – EMD) .............................................................. 27

17.Alternative Proposals by Bidders ................................................................................ 27

D.Submission of Bids ...................................................................................................... 27

18.E-Procurement ........................................................................................................... 27

19.Deadline for Submission of Bids ................................................................................. 29

20.Modification and Withdrawal of Bids .......................................................................... 30

E.Bid Opening and Evaluation ........................................................................................ 30

21.Bid Opening ............................................................................................................... 30

22.Process to be Confidential .......................................................................................... 30

23.Clarification of Bids .................................................................................................... 30

24.Examination of Technical Bids and Determination of Responsiveness of Technical Bid 31

25.Evaluation and Comparison of Financial Bids ............................................................. 31

F.Award of Contract ........................................................................................................ 31

26.Award Criteria............................................................................................................ 31

27.Employer’s Right to accept any Bid and Reject any or All Bids ..................................... 31

Page 3: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 2 of 246

28.Notification of Award and Signing of Agreement .......................................................... 32

29.Performance Security ................................................................................................. 32

30.Advance Payment ....................................................................................................... 33

31.Conciliator ................................................................................................................. 33

32.Corrupt or Fraudulent Practices: ................................................................................ 33

SECTION – 2: CONDITIONS Of CONTRACT ..................................................................... 36

PART I - GENERAL CONDITIONS OF CONTRACT ............................................................ 36

1.Definitions and Interpretations ..................................................................................... 36

2.1 Singular and Plural ................................................................................................. 39

2.2 Interpretation ......................................................................................................... 39

2.3 Marginal headings or Notes .................................................................................... 39

3. Delegation .............................................................................................................. 39

3.1 Engineer's Authority to Delegate ............................................................................. 39

3.2 Duties & powers of Engineer's representative ........................................................... 39

3.3 Appointment of Assistants ...................................................................................... 40

3.4 Instructions in Writing ........................................................................................... 40

3.5 Engineer to Act Impartially ..................................................................................... 40

4 SUBLETTING ........................................................................................................ 41

5. Extent of contract ................................................................................................ 41

6 Contract Documents ............................................................................................ 41

6.1 Language(s) and Law ............................................................................................ 41

6.2 Priority of Contract Documents ............................................................................ 41

6.3 Documents mutually Explanatory ........................................................................ 42

6.4 Custody of Drawings .............................................................................................. 42

6.5 One copy of Drawings to be kept on Site .................................................................. 42

6.6 Disruption of Progress ............................................................................................ 43

6.7 Delays and Cost of Delay of Drawings ................................................................ 43

6.8 Failure by contractor to submit Drawings ............................................................... 43

6.9 Supplementary Drawings and Instructions ............................................................ 43

7 Execution of Work ................................................................................................. 43

7.1 Work to be to the satisfaction of the Engineer ........................................................ 43

7.2 Work to be in accordance with Contract................................................................... 43

8. Contractor's Superintendence ................................................................................... 44

9.1 Contractor’s Labour ................................................................................................. 44

9.2 Housing for Labour ................................................................................................. 44

9.3 Entry of Labour in Port premises ............................................................................. 44

9.4 Customs and security arrangements ........................................................................ 45

9.5 Fair Wages ............................................................................................................... 45

9.6 Festival and Religious Customs ................................................................................ 45

9.7 Wage Records .......................................................................................................... 46

Page 4: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 3 of 246

9.8 Returns of Labour .................................................................................................... 46

9.9 Removal of workmen ................................................................................................ 46

9.10 Contractor's temporary structures .......................................................................... 46

9.11 Employment of the Government Retired persons ..................................................... 47

9.12 Regarding employment of the foreigner ............................................................... 47

10. Setting out The Works ........................................................................................ 48

11. Watching and Lighting ....................................................................................... 48

12.1 Dismantled Materials ............................................................................................. 48

12.2 Contractor to keep site clean .................................................................................. 49

13.1 Extraordinary Traffic .............................................................................................. 49

13.2 Interference with Traffic and adjoining properties ................................................... 49

14. Facilities for other Contractors ............................................................................... 49

15. Supply of Plant, Materials and Labour ...................................................................... 50

15.4 Avoidance of Damage to Roads ............................................................................... 50

15.5 Transport of Contractor's Equipment or Temporary Works ...................................... 50

15.6 Transport of Materials or Plant ............................................................................... 51

16. Clearance of Site on Completion ............................................................................... 51

17. Removal of Craft or Plant that has Sunk ................................................................... 51

18.1 Contractor's temporary moorings and payment of charges ...................................... 51

18.2 Registration with Port Marine Service Department of the contractor's floating crafts

used in the execution of the contract works ..................................................................... 52

19. Bribes, Commission and Corrupt Gifts .................................................................... 52

20. Use of Explosives ..................................................................................................... 52

21. Levels ...................................................................................................................... 52

22. Inflammable Stores .................................................................................................. 53

23. Nuisance, Disorderly Conduct etc. ............................................................................ 53

24. Accidents -Reporting of ............................................................................................ 53

25. Materials Brought to Site .......................................................................................... 53

26.1 Cost of the Tests .................................................................................................... 53

26.2 Cost of Tests not provided for ................................................................................. 53

27. Access to Site ........................................................................................................... 54

28. Inspection Register ................................................................................................... 54

29. Removal of Improper Works & Material .................................................................... 54

29.1 Removal of improper works & Material .................................................................... 54

29.2 Default of the Contractor in compliance .................................................................. 54

30.1 In the event of unsatisfactory progress ................................................................... 55

30.2 Suspension of Work ............................................................................................... 55

31. Extension of Time ................................................................................................. 56

32. Way Leaves etc ......................................................................................................... 56

33. Work During Night or on Sundays and Authorised Holidays ...................................... 56

Page 5: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 4 of 246

34 Works of Repairs .................................................................................................... 56

34.1 Execution of works of Repair etc. ............................................................................ 56

34.2 Cost of execution of works, Repair etc. .................................................................... 57

34.3 Remedy on contractor's failure to carry out work required ........................................ 57

35. Liquidated Damages for Delay in Compensation........................................................ 57

36. Remedy on Contractor's Unsatisfactory Progress in the Work .................................... 58

37. Employment of Technical Staff ............................................................................... 58

38. Change in Constitution ............................................................................................ 59

39. Termination of Contract in the Event of Death .......................................................... 59

40. Termination of Contract in the Case of Other Events ................................................. 59

41. Alterations In Specifications and Designs, Additions and Omissions ........................ 61

42. Action where no Specification of Work is Available .................................................... 62

43. No Compensation For Alteration In Or Restriction Of Work To Be Carried Out ............ 62

44. Method of Measurement .......................................................................................... 63

44.2 Records & measurements ........................................................................................ 63

44.3 Production of vouchers ............................................................................................ 64

45. Certified Payments ................................................................................................. 64

45.1 Monthly payments:................................................................................................. 64

45.5 Final Statement ...................................................................................................... 65

45.6 Discharge............................................................................................................... 69

46. Time Limit for Payment of Final Bill .......................................................................... 66

47. Set off Clause ............................................................................................................ 66

48. Cessation of Employer's Liability .............................................................................. 67

49. Settlement of Disputes .............................................................................................. ..

49.1Amicable Settlement .....................................................................................................

49.2Arbitration ............................................................................................................... 71

50. Safety Code .............................................................................................................. 69

51. Life Saving Appliances and First Aid ....................................................................... 69

52. Port Rules ............................................................................................................. 69

53. Details to be Confidential, Drawings and Photographs ............................................. 69

54. Notice ..................................................................................................................... 70

54.1 Notice to Contractor ................................................................................................ 70

54.2 Notice to Employer and Engineer ............................................................................ 70

54.3 Change of Address ................................................................................................. 70

55. Subsequent Legislation: ........................................................................................... 70

PART II - SPECIAL CONDITIONS OF CONTRACT ............................................................. 71

1. Labour ................................................................................................................ 71

2. Compliance with Labour Regulations ................................................................... 71

3. Salient Features of some Major Labour Laws Applicable to Establishments Engaged

in Building and other Construction Work ........................................................................ 71

Page 6: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 5 of 246

SECTION – 3: GENERAL DESCRIPTION OF WORKS AND OTHER CONDITIONS ............... 76

1. General Description ................................................................................................ 76

2. Site Information and Conditions .............................................................................. 78

5. Tax ......................................................................................................................... 80

14. Care of Works: ...................................................................................................... 83

15. Excepted Risks:...................................................................................................... 83

16. Insurance of Works, etc ......................................................................................... 84

17. Urgent Works and / or Repairs: ........................................................................... 84

18.1 Third Party Insurance: ......................................................................................... 85

18.2 Minimum amount of the Third Party insurance .................................................... 85

19.1 Accident or injury to workmen: ........................................................................... 85

19.2 Insurance against accident etc., to workmen ....................................................... 85

20. Remedy of Contractor's Failure to Insure: ............................................................. 86

21. Compliance with Rules and Regulations ............................................................... 86

22. Defects Liability ................................................................................................... 86

22.1 Defects Liability Period ......................................................................................... 86

22.2 Default of the contractor in compliance ................................................................ 87

22.3 Cost of Remedying Defects ................................................................................... 87

22.4 Contractor's failure to carry out the rectification of damages caused to the

Employer's property ........................................................................................................ 87

23. Special Risks ....................................................................................................... 87

23.2 Projectile, Missile etc ............................................................................................ 88

23.3 Increased costs arising from special Risks ............................................................ 88

23.4 Outbreak of war ................................................................................................... 88

23.5 Removal of plant on termination .......................................................................... 88

23.6 Payment if contract terminated ............................................................................ 88

25. Date of Commencement and Completion of Work ................................................. 89

26. Taking-Over Certificate ........................................................................................ 89

27. Release of Performance Security Deposit .............................................................. 90

28. Supply of Materials .............................................................................................. 90

29 Service Available at Cost ...................................................................................... 90

29.1 Supply of water for the works ............................................................................... 90

29.2 Electricity Supply for Works ................................................................................. 90

30. Cement ................................................................................................................ 91

31. Steel .................................................................................................................... 91

32. Supply of Drinking Water ..................................................................................... 91

33. Water and Fuel for Plants and Machinery ............................................................. 91

34. Advances ............................................................................................................. 91

35. Financial Background .......................................................................................... 91

36. Mode of Measurement and Payment ..................................................................... 91

Page 7: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 6 of 246

37. Retention Money .................................................................................................. 91

38. Escalation ........................................................................................................... 91

39. General Conditions Relating to Marine Works ....................................................... 94

39.2 Notice of Operations ............................................................................................. 94

39.3 Assistance for Engineer ........................................................................................ 94

39.4 Safety of Adjacent Structures of Works ................................................................. 94

39.5 Expatriate Personnel ............................................................................................ 95

39.6 Shipment and Landing Charges Customs Duty etc., ............................................. 95

39.7 Unauthorized Persons .......................................................................................... 95

39.8 Fire Fighting Arrangements .................................................................................. 95

39.9 First aid Facilities ................................................................................................ 96

39.10 Site Register ........................................................................................................ 96

39.11 Progress Photographs .......................................................................................... 96

39.12 Construction Records .......................................................................................... 97

39.13 Temporary Fencing .............................................................................................. 97

39.14 Temporary Access ................................................................................................ 97

39.15 License, Permits, etc., .......................................................................................... 97

39.16 Existing Services .................................................................................................. 97

39.17 Safety and Security Measures .............................................................................. 97

39.18 Maintaining Utility and Services ........................................................................... 98

39.19 Facilities, Attendance etc., on Nominated Sub Contractors ................................... 98

39.20 Limitation of Operations ...................................................................................... 99

39.21 Work Programme for Areas with Restricted Access ................................................ 99

39.22 Stoppage of Works ............................................................................................... 99

39.23 Noises and Dust Control ...................................................................................... 99

39.24 Access to Contractor's Plants, Works, Surveying etc., ........................................... 99

39.25 Working Condition ............................................................................................... 99

39.25.1 Access to the Site .................................................................................................. 99

39.25.2 Port Requirement ............................................................................................. 100

39.26.1 Maintenance of Crafts ...................................................................................... 100

39.26.2 Provision of materials, stores, equipments and craft .......................................... 100

39.26.3 Wrecks and other obstructions ........................................................................ 100

39.27 Interruptions of work and idle time charges ........................................................ 100

39.28 Clearance of site on completion .......................................................................... 100

39.29 Environmental Considerations ............................................................................ 100

40. Meteorological and Oceanographically Information ............................................. 101

40.1 Monthly Sea Level Pressure are shown in Table 1 ............................................... 101

40.2 Temperatures are shown in Table 2 .................................................................... 101

40.3 Monthly Mean Relative Humidity are shown in Table 3 ....................................... 101

40.4 Monthly Rainfallare shown in Table 4 ................................................................. 101

Page 8: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 7 of 246

40.5 Monthly Wind Speed .......................................................................................... 102

40.6 The Frequency and Intensity of Cyclones Experienced so far ............................... 102

40.7 Monthly Waves around port are shown in Table. 7 .............................................. 103

40.8 Tides ................................................................................................................. 104

40.9 Currents ............................................................................................................ 104

40.10 Swells ................................................................................................................ 105

40.11 Fog .................................................................................................................... 105

40.12 Visibility ............................................................................................................ 105

40.13 Monthly density ................................................................................................. 105

40.14 Properties of Shore and Bed Materials ................................................................ 105

40.15 Types of breakers ............................................................................................... 105

41. Contractor to Submit Mooring Proposals ............................................................ 105

42. Navigable Channel to be Kept Free ..................................................................... 106

43. Survey ............................................................................................................... 106

43.1 Survey Stations ................................................................................................. 106

43.2 Survey and Setting Out ...................................................................................... 106

43.3 Survey Instruments ........................................................................................... 106

44. Tidal Working .................................................................................................... 107

44.1 Allowances for Tidal Working ............................................................................. 107

44.2 Tide Gauge ........................................................................................................ 107

44.3 Marker Buoys, Beacons etc., .............................................................................. 107

SECTION – 4: TECHNICAL SPECIFICATION OF MATERIALS AND WORKS ..................... 109

PART I - MATERIAL AND WORKMANSHIP ..................................................................... 109

1. General Provision ............................................................................................... 109

1.1 Standards .......................................................................................................... 109

1.2 Standard Products ............................................................................................. 109

2. Test Certificates ................................................................................................. 109

3. As-Built Drawing ............................................................................................... 109

4. Works to be Kept Dry ......................................................................................... 110

5. Materials and Workmanship .............................................................................. 110

5.1 Quality of Materials, Workmanship and Testing Facilities ................................... 110

5.2 Sampling ........................................................................................................... 110

5.3 Testing .............................................................................................................. 110

5.4 Prevention of Damage to Materials ..................................................................... 111

5.5 Costs of Compliance .......................................................................................... 111

5.6 Compliance no Reason for Extension of Time ...................................................... 111

5.7 Inspection before Concealment ........................................................................... 111

6. Levels and Dimensions ...................................................................................... 111

7. Setting out ......................................................................................................... 112

7.1 Setting out the Works ........................................................................................ 112

Page 9: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 8 of 246

7.2 Checking of Setting out ...................................................................................... 112

7.3 Data for Setting out the Works ........................................................................... 112

8. Conditions of Site .............................................................................................. 112

PART II - SPECIFICATION OF MATERIALS .................................................................... 113

2. Cement ............................................................................................................... 113

3. Grading of Aggregates ......................................................................................... 114

4. Works Tests on Aggregates .................................................................................. 115

5. Water .................................................................................................................. 116

6. Steel ................................................................................................................... 116

7. Bollards .............................................................................................................. 117

7.1 Scope .................................................................................................................. 117

7.2 Design Loads ...................................................................................................... 118

7.3 Design Features .................................................................................................. 118

7.4 Anchorage hardware ........................................................................................... 119

7.5 Finish ................................................................................................................. 119

7.6 Painting .............................................................................................................. 119

7.7 Submittals .......................................................................................................... 119

8. Fenders .............................................................................................................. 120

8.1 Scope .................................................................................................................. 120

8.2 Technical requirements ....................................................................................... 120

8.3 Products ............................................................................................................. 121

8.4 Corrosion Protection ............................................................................................ 124

8.5 Materials not allowed .......................................................................................... 124

8.6 Fender labelling .................................................................................................. 124

8.7 Inspection and testing ........................................................................................ 124

8.8 Documentation .................................................................................................. 125

8.9 Commissioning .................................................................................................. 127

8.10 Handling and storage of fenders ......................................................................... 127

8.11 Special Points ................................................................................................... 127

9. Geotextile .......................................................................................................... 128

10. Gabions ............................................................................................................. 129

11. Rocks ................................................................................................................ 129

12. Paver Blocks ...................................................................................................... 129

PART III - SPECIFICATION OF WORKS .......................................................................... 136

1. Demolition / Dismantling .................................................................................. 136

2. Design Mix Concrete .......................................................................................... 136

2.1 Definition .......................................................................................................... 136

2.2 Materials ........................................................................................................... 137

2.3 Data for Preliminary Mix Design ......................................................................... 137

2.4 Proportions of Materials ..................................................................................... 138

Page 10: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 9 of 246

2.5 Trial Mixes and Preliminary Tests ....................................................................... 138

2.6 Approval of Design Mix ...................................................................................... 138

2.7 Ready mix concrete ............................................................................................ 139

2.8 Weigh Batching and Mixing ................................................................................ 139

2.9 Water and Slump Tests ...................................................................................... 141

3. WORK CUBE TESTS .......................................................................................... 141

7.0 Removal of improper works & material ............................................................... 142

8.0 Default of the contractor in compliance .............................................................. 142

PART – IV CONCRETE................................................................................................... 143

1. Scope of Work .................................................................................................... 143

2. Materials and Testing ......................................................................................... 143

3. Concrete Additives ............................................................................................. 143

4. Concrete Cores................................................................................................... 144

5. Water and Slump Tests ...................................................................................... 144

6. Placing and Compaction ..................................................................................... 145

6.1 Preparatory works .............................................................................................. 145

6.2 Placing of concrete ............................................................................................. 146

6.3 Placing in layers ................................................................................................. 147

6.4 Compaction of concrete ...................................................................................... 147

6.5 Placing concrete on previously executed work ..................................................... 148

6.6 Concreting in unfavourable weather ................................................................... 148

6.8 Record of concreting ............................................................................................ 150

6.9 Faulty work......................................................................................................... 150

7. SHUTTERING ..................................................................................................... 150

7.1 Drawings and Calculations .................................................................................. 150

7.2 Dimensional tolerances ....................................................................................... 150

7.3 Materials for shuttering ...................................................................................... 150

7.4 Fixing of shuttering ............................................................................................. 151

7.5 Back shuttering .................................................................................................. 151

7.6 Internal ties ....................................................................................................... 151

7.7 Coating to prevent adhesion ............................................................................... 151

7.8 Cleaning and re-using of shuttering .................................................................... 152

7.9 Removal of shutters ........................................................................................... 152

7.10 Curing of concrete .............................................................................................. 152

8. Joints ................................................................................................................ 154

8.1 Construction joints ............................................................................................ 154

8.2 Expansion joints ................................................................................................ 154

8.3 Sealing of joints ................................................................................................. 155

9. FINISHING CONCRETE SURFACE ...................................................................... 155

10. Steel Reinforcement ........................................................................................... 156

Page 11: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 10 of 246

10.1 Materials ............................................................................................................ 156

10.2 Bending and cutting schedules ........................................................................... 156

10.5 Lapping of Bars .................................................................................................. 156

10.6 Fixing of reinforcement ....................................................................................... 157

PART-V DIAPHRAGM WALL SPECIFICATION ................................................................. 159

1. General .............................................................................................................. 159

2. Scope ................................................................................................................. 159

3. Contractors Responsibilities ............................................................................... 159

4. Codes ................................................................................................................ 160

5. Site Conditions .................................................................................................. 161

6. Safety of the Works ............................................................................................ 161

7. Defective Works ................................................................................................. 161

8. Materials ........................................................................................................... 161

8.1 Concrete ............................................................................................................ 162

8.2 Bentonite slurry ................................................................................................. 163

9. Reinforcement Considerations ............................................................................ 165

10. Equipment and Accessories ................................................................................ 165

10.1 Trenching equipment ......................................................................................... 165

10.2 Slurry preparation and testing equipment ........................................................... 165

10.3 Concreting equipment ........................................................................................ 165

10.4 Lifting devices .................................................................................................... 166

10.5 General guidelines .............................................................................................. 166

11. Diaphragm Wall Construction ............................................................................. 166

11.1 General ............................................................................................................... 166

11.2 Method statement ............................................................................................... 166

11.3 Guide walls ......................................................................................................... 167

11.4 Preliminary works for construction ...................................................................... 167

11.5 Method of excavation ........................................................................................... 168

11.6 Construction methods ......................................................................................... 168

11.7 Placing concrete .................................................................................................. 168

11.8 Construction Considerations ............................................................................... 169

12. Construction Tolerances ...................................................................................... 171

12.1 Guide walls ......................................................................................................... 171

12.2 Diaphragm walls ................................................................................................. 171

13. Recording of Data ................................................................................................ 172

13.1 Tests of integrity in concrete ................................................................................ 173

13.2 Underwater inspection and repair ........................................................................ 173

13.3 Monitoring .......................................................................................................... 173

PART -VI - CAST IN-SITU R.C.C BORED PILES .............................................................. 174

1. Scope ................................................................................................................. 174

Page 12: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 11 of 246

2. Codes ................................................................................................................ 174

3. Materials ........................................................................................................... 174

3.1 General .............................................................................................................. 174

3.2 Concrete ............................................................................................................ 175

3.3 Reinforcement Considerations ............................................................................ 175

4. Equipment .......................................................................................................... 176

5. Control of Alignment .......................................................................................... 176

6. Casing ............................................................................................................... 176

7. Boring of the Pile Shaft ....................................................................................... 177

8. Clean-Out and Control of the Bottom of the Piles ................................................ 177

9. Concreting ......................................................................................................... 178

10. Recording of Data .................................................................................................. 179

11. Pile Load and Integrity Testing ............................................................................ 180

11.1 General .............................................................................................................. 180

11.2 Pile Vertical Load Tests: ...................................................................................... 181

11.3 Low Strain Pile Integrity Testing ......................................................................... 181

11.4 High Strain Dynamic Load Tests ......................................................................... 182

PART VII - PRECAST CONCRETE .................................................................................. 184

1. Precast Concrete Units ....................................................................................... 184

1.2 Quality and Tests on Concrete ............................................................................ 185

1.3 Cast-in Parts ...................................................................................................... 185

1.4 Transport, Storage and Placing ........................................................................... 185

PART VIII - STEEL WORKS ........................................................................................... 187

1. Scope of Work .................................................................................................... 187

2. Description of Steel Work ................................................................................... 187

3. Definition of Fixing Materials and Associated Parts ............................................. 187

4. Working Drawing and Calculations ..................................................................... 187

5. Delivery of Fixing Materials and Associated Parts ................................................ 187

6. Materials ........................................................................................................... 187

6.1 Steel and Bollards ............................................................................................... 187

6.2 Fasteners ............................................................................................................ 188

6.3 Welding Electrodes .............................................................................................. 188

7. Quality and Testing of Materials ............................................................................ 188

7.1 General ............................................................................................................... 188

7.2 Certificates.......................................................................................................... 188

7.3 Inspection and Quality Control ............................................................................ 188

8. Welding in Permanent Works............................................................................... 189

9. Boring and Countersinking ................................................................................. 189

10. Hot Dip Galvanizing ........................................................................................... 189

11. Manufacturing and Workmanship ....................................................................... 190

Page 13: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 12 of 246

11.1 General ............................................................................................................... 190

11.2 Smoothening, Straightening and Levelling ........................................................... 190

11.3 Bending .............................................................................................................. 190

11.4 Bolted Joints ....................................................................................................... 190

12. Erection & Fixing ................................................................................................ 190

13. Painting .............................................................................................................. 191

13.1 Items to be Painted: ............................................................................................. 191

13.2 Standard ............................................................................................................. 191

13.3 Pre-Treatment ..................................................................................................... 191

13.4 Schedule ............................................................................................................. 191

13.5 Painting at Shop ................................................................................................. 192

13.6 Painting After Erection ........................................................................................ 192

PART IX- TEMPORARY HOLES, RECESSES, GROUTING AND INJECTIONS ................... 193

1. General ............................................................................................................... 193

1.1 Cutting or Diversion of Reinforcement ................................................................. 193

1.2 Grouting ............................................................................................................. 193

2.0 Steel Fixings and Other Items to be Cast in ........................................................ 193

2.1 General .............................................................................................................. 193

2.2 Templates and Supplementary Means................................................................. 193

2.3 Delivering .......................................................................................................... 193

2.4 Cleaning and Greasing ....................................................................................... 193

PART X – HARDENING THE AREA BEHIND THE BERTH FOR TRANSIT PARKING & CAR

PARKING YARD ............................................................................................................ 194

1. Scope ................................................................................................................. 194

2. Excavation ......................................................................................................... 194

3. Disposal of Surplus Earth .................................................................................. 194

4. Layer Arrangement ............................................................................................. 194

a. Sub-Grade ..................................................................................................... 194

b. Subbase/Base Course .................................................................................... 194

c. UNDER LAYER ............................................................................................... 195

d. Paver Blocks .................................................................................................. 195

5. Notice Commencement ....................................................................................... 195

6. Dewatering ........................................................................................................ 195

7. Earthworks to Lines and Levels .......................................................................... 195

8. Compaction of Sub-Base Course ........................................................................ 195

9. Surveys.............................................................................................................. 196

10. Levelling of Areas ............................................................................................... 196

11. Specification for Pavement Works ........................................................................ 196

PART-XI SLOPE PROTECTION ...................................................................................... 197

1. Scope .................................................................................................................. 197

Page 14: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 13 of 246

2. Geotextile ............................................................................................................ 197

2.1 General ............................................................................................................. 197

2.2 Type of Geotextile ................................................................................................ 197

2.3 Seam .................................................................................................................. 197

2.4 Testing of Geotextile ............................................................................................ 197

2.5 Transportation, Storage and Handling ................................................................. 198

2.6 Laying of Geotextiles .......................................................................................... 198

3. Rock Layer .......................................................................................................... 198

3.1 Rock ................................................................................................................... 198

3.2 Placing of Rock................................................................................................... 199

3.3 Rock Characteristics & Method ........................................................................... 199

PART -XII – HARDENING THE AREA BY USING PAVING BLOCKS .................................. 200

1. Scope .............................................................................................................. 200

2. Excavation ...................................................................................................... 200

3. Disposal of Surplus Earth ............................................................................... 200

4. Sub-Grade / Sub-Base-Course ......................................................................... 200

4.1 General ............................................................................................................ 200

5. Sand Layer ..................................................................................................... 201

6. Concrete Paving Blocks ................................................................................... 201

6.1 Specification of Paving Concrete Blocks ........................................................... 201

6.2 Method of Testing ............................................................................................ 201

6.3 Laying of Paving Blocks ................................................................................... 202

PART -XIII – SPECIFICATION FOR PAVEMENT WORKS ................................................. 203

1. Preamble......................................................................................................... 203

1.1.1 General ........................................................................................................... 203

1.1.2 Inclusive Documents ........................................................................................ 203

1.1.4 Measurement and Payment .............................................................................. 203

1.1.5 Defective Works................................................................................................ 204

1.2 Site Information .............................................................................................. 204

1.2.3 General Climatic Conditions ............................................................................. 204

1.2.4 Seismic Zone .................................................................................................... 204

1.2.5 Exposure conditions at site .............................................................................. 204

2. General Requirements ..................................................................................... 204

Section–5: FORMS ........................................................................................................ 207

SECTION –6: SOIL EXPLORATION REPORT……………………………………………………………..

SECTION –7: DRAWINGS ....................................................................................................

Volume – III ........................................................................................................................

SECTION –8: BILL OF QUANTITIES .....................................................................................

Page 15: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 14 of 246

NOTICE INVITING TENDER

Page 16: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 15 of 246

NOTICE INVITING TENDER

Online tenders through e-procurement mode are invited by Kamarajar Port Limited

(EMPLOYER) for “Construction of Berth and Car Parking Yard for Automobile Export/

Import Terminal-II at Kamarajar Port” under a two covers system (collectively referred to as

“Bidding Process”) for selection of the bidder for award of Construction of Berth and Car

Parking Yard for Automobile Export/ Import Terminal-II work. The details are as follows

Tender No: KPL/PP/Automobile Terminal -II/2021

Name of the work Construction of Berth and Car Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port

Estimated value of work put to tender (in INR) Rs.155.55Crores excluding GST

Period of contract 20 months

Period of Online issue of tender documents 02.06.2021 to 15.07.2021.

Last date of Receiving Queries / Clarifications 15.06. 2021 at 17:30 Hrs

Pre-bid Meeting, time and Place 16.6.2021 at 11:30 Hrs Online VC link is given below

Last date & time for online submission of Bid 15.07.2021 at 15:00 Hrs

Date, time and Place of opening of Technical Bid

16.07.2021at 15:30 Hrs at Corporate cum Registered office, Kamarajar Port Limited, Chennai - 600001.

Note: 1.Due to COVID-19 pandemic and complete lock down situation at Tamilnadu, Pre Bid Meeting and Opening of Bids will not be held physically. Prospective bidders are requested to address their Pre Bid queries to Shri. Sanjay Kumar, GM (CS&BD) at [email protected] till 15.06.2021. The replies to the Pre Bid Queries will be published on CPP Portal and KPL website.

The virtual meeting web link for Pre- bid meeting is given below:- https://kamarajarportlimited.my.webex.com/kamarajarportlimited.my/j.php?MTID=m09a7ef00be6fff0f0ed0b498ad504402 Meeting number (access code): 158 371 4585 Meeting password: KPL#123 (5750123 The virtual meeting web link for Technical bid opening will be intimated later. Interested bidders/their representatives may please attend the virtual meeting through above link on 16.06.2021 @ 1130 hrs. Any clarification with regard to virtual meeting please call: 9597088331

2. Opening of on-line bid (Techno-commercial Bid & Price Bid) is not a public event and hence, presence of bidders is not required for such event. Interested bidders/their representatives may please attend through virtual meeting mentioned in the above link

Page 17: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 16 of 246

1.2 The complete tender document including drawings can be downloaded from KPL

website: www.ennoreport.gov.inand e-procurement portal link and submit online as

tender offer on or before the due date and time of submission.

1.3 The offer (both Techno-Commercial & Price) must be valid for a minimum of 180

days from the last date of online submission of offer; otherwise the offer shall be

rejected as non-responsive.

1.4 The tenderer, who need clarifications on any specific issue, if any, shall submit

through e-mail to the General Manager (CS&BD) before the date and time indicated

in bid reference table. No queries / clarifications shall be entertained after the date

and time indicated in Online bid reference. The bidders queries will be clarified

through e-procurement portal and notification in this regard will be issued through

www.ennoreport.gov.in and e-procurement portal link.

1.5 The due date and time of online submission of offers will be as indicated in the

Online Bid Reference, unless otherwise notified. In the event of changes in the

schedules, the General Manager (CS&BD), Kamarajar Port Limited shall notify the

same only through www.ennoreport.gov.in and e-procurement portal link.

1.6 If the offers are not received according to the instructions detailed here above, they

shall be liable for rejection.

The General Manager (CS & BD) Kamarajar Port Limited T: +91-44 25251666-70 F: +91-44 25251665 [email protected]

Page 18: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 17 of 246

Volume - I

Page 19: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 18 of 246

SECTION – 1

INSTRUCTIONS TO BIDDERS

(ITB)

Page 20: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 19 of 246

SECTION – 1: INSTRUCTIONS TO BIDDERS

A. General

1. Scope of Bid

1.1 Kamarajar Port Limited hereinafter termed “the Employer” invites bids through e-

procurement mode under two cover systems for the “Construction of Berth and Car

Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port at

Kamarajar Port”. The bidders may submit bids for the works detailed in the table

given in NIT.

1.1.1 The works covered under this contract in two different places i.e Construction of

Berth nearer to the existing GCB 1 and Car Parking Yard is east of the existing

parking yard. The major components of works covers are as follows:-

Berth Construction

i. Construction of the berth of 330 m long and 33.25 m wide including all berthing

accessories such as fenders, bollards, ladders etc.

ii. Berth structure shall be open type piled structure with diaphragm wall on rear

side.

iii. Hardening the Transit parking area behind the berth of (approx. 300 m long and

217 m wide).

iv. The hardening of Transit parking shall be laid with Paver Blocks on base course of

plain cement concrete over Granular sub- bases.

v. Dredging in front of the berth area will be executed by KPL by a separate contract.

It is expected that the soil below the proposed berth deck to form a natural slope

towards the basin. However, if the soil collapse did not form slope, the same shall

be removed by grab method from the deck prior to forming the deck slab.

vi. Providing geo textile layer / stone pitching for the soil slope below the berth

structure including necessary formation of Toe with Gabions all along the berth to

stabilise the natural slope of soil.

Parking yard construction

vii. Construction of yard for heavy truck movement by using concrete pavement.

(Approx. area is about 32,000 Sqm)

viii. Construction of yard for parking cars by using PCC Paving blocks (Approx. area is

about 53,000 Sq.m)

ix. Construction of RCC Storm water drain (Length is about 2100 RM)

x. Construction of RCC Cable chase. (Length is about 2400 RM)

xi. Construction of compound wall on three sides of the yard using hollow blocks with

compound Gates. (Length is about 1215 RM)

xii. Construction of Security watch towers, three storey office building and approach

ramps with RCC near gates.

Page 21: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 20 of 246

1.1.2 The Contract period is 20 months from the date of issue of letter for commencement

of work as detailed elsewhere in the contract. The successful bidder is expected to

complete the works by the scheduled completion date specified in the Contract as

per Appendix 1.

2. Source of Funds

2.1 The Employer has arranged the funds from internal resources and will have sufficient

funds in Indian Currency for execution of the works.

3. Eligible Bidders

3.1 The invitation for Bids is open to all eligible bidders meeting the eligibility criteria as

defined in Clause No.4

3.2 All bidders shall provide in Section 6, Forms of Bid and Qualification Information, a

statement that the Bidder is not associated, nor has been associated in the past,

directly or indirectly, with the Consultant or any other entity that has prepared the

design, specifications, and other documents for the Project Manager for the contract.

A firm that has been engaged by the Employer to provide consulting services for the

preparation or supervision of the works and any of its affiliates shall not be eligible to

bid.

3.3 Government-owned enterprises may only participate if they are legally and financially

autonomous, operate under commercial law and are not a dependent agency of the

Employer subject to fulfilment of minimum qualifying criteria.

3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent

practices issued by the Employer in accordance with Clause No. 32.

4. Eligibility Criteria

4.1 To qualify for award of the contract, bidders are advised to note the minimum

qualification criteria specified below:

i) Average annual financial turnover of the firm during the last three (3) years ending till the previous year of tender notification should not be less than 30% of the estimated cost (Rs.46,66,50,000/-)

ii) Similar Works successfully completed by the Bidder during the last seven years ending last day of month previous to the one in which applications are invited

a) Three similar completed works costing each not less than the amount equal to 40% of the estimated cost (Rs. 62,22,00,000/-excluding GST/sales tax)each

Or

b) Two similar completed works costing each not less than the amount equal to 50% of the estimated cost (Rs. 77,77,50,000/-excluding GST/sales tax)each

Or

Page 22: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 21 of 246

c) One similar completed work costing each not less than the amount equal to 80% of the estimated cost (Rs. 124,44,00,000/-excluding GST/sales tax)

“Similar Work” means construction of marine Jetty/Wharf/berth with R.C.C Pile/

R.C.C diaphragm wall with R.C.C superstructure works in ports/Harbours in India

/Abroad.

4.2 All the bidders shall upload the following documents and information duly filled along

with documentary evidence (notarized) to qualify technically as per the forms in

section-5.

i) Bid Submission Letter (On letter head of the bidding firm/JV lead member) (Form-1)

ii) Letter of Participation from each member of Joint Venture (On letter head of each member of JV) (Form-2)

iii) Power of Attorney for Authorised Signatory of the firm or JV / Consortium members (Form-3)

iv) Power of Attorney to Lead member of Consortium / Joint Venture (Form-4)

v) Average annual financial turnover of the firm during the last three (3) years ending 31.3.2020 along with audited balance sheets/profit & loss account (Form-5).

vi) Experience on similar works executed during the last seven (7) years ending last day of month previous to the one in which applications are invited; and details like monetary value, clients, proof of satisfactory completion (Form-6).

vii) Information regarding projects in current contract commitments/work in progress (Form-7).

viii) List of major item of construction equipments proposed to carry out the contract (Form-8).

ix) Personnel / Staff proposed for the project (Form-9)

x) Claims/ current litigation/Arbitration if any(Form-10)

xi) Proposed site organization (Form-11)

xii) The proposed methodology and program of construction, backed with equipment planning and deployment, duly supported with broad calculations and quality control procedures proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion (Form-12).

xiii) Bid Security – Bid Security Declaration as per (Form-13)(separately upload in

the e-procurement mode).

xiv) Performance Security Deposit (Bank Guarantee) (Form-14)

Page 23: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 22 of 246

xv) Memorandum of Understanding (MOU), in case of Joint Venture (JV)(Form-15). The scanned copy of MOU to be uploaded.

xvi) Joint Venture Agreement (Form-16). In case, the bidder already in JV, the scanned copy to be uploaded.

xvii) Form of Contract Agreement (Form-17).

xviii) Integrity Pact (Form- 18).

4.3 Bid documents can also be downloaded from the KPL website from 02.06.2021.

4.4 Sub-Contractors’ experience and resources shall not be taken into account in

determining the bidder’s compliance with the qualifying criteria.

4.5 Bidders who meet the minimum qualification criteria will be qualified only if their

available bid capacity is more than the total bid value. The available bid capacity will

be calculated as under:

Assessed Available Bid capacity = A *N * 2 -B, where

‘N’ = Number of years prescribed for completion of the subject contract.

‘A’ = maximum value of works executed in any one year during last seven years (at current price level).

‘B’ = value at current price level of existing commitments and on going works to be completed in the next ‘N’ years.

For bringing value of works to current level, multiplying factors are indicated below:-

Current Multiplying Factor

Year 1 2020-21 1.00

Year 2 2019-20 1.10

Year 32018-19 1.21

Year 42017-18 1.33

Year 52016-17 1.46

Year 62015-16 1.61

Year 72014-15 1.77

The application will indicate actual figures of costs and amounts without accounting

for the above mentioned factors.

The Bidder shall furnish 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 preferably countersigned by the Engineer/Nodal Officer or his nominee-in-

charge.

Page 24: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 23 of 246

4.6 Even though the bidders meet the above qualifying criteria, they are subject to be

disqualified if they have:

- made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or

- Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc., and/or

4.7 The Successful bidder should submit the following documents to employer before

commencement of Contract.

(i) Documentary evidence for having valid GST/PAN details as under: a) GST No.______________________ b) PAN No. _____________________

(ii) Documentary evidence for having valid ESI/EPF details as under: a) ESI No.______________________

b) EPF No. _____________________

5. One Bid per Bidder

5.1 Each bidder shall submit only one bid in their name as an individual bidder or in the

name of any one of the partners in case of a JV; a bidder who submits more than

one tender in any capacity will be disqualified.

5.2 Joint Venture

Two or more bidders may form a “Joint Venture” among themselves or by including

some other firms having required expertise/ experience and submit the offer in the

name of “Joint Venture” company. If the offer is made in the name of “Joint Venture”

the details and composition shall be clearly spelt out in the Technical bid. If a joint

venture firm is pre-qualified, the responsibility for execution of works and operations

and maintenance shall be in accordance with the Joint Venture agreement and no

deviation from the terms of the JV agreement will be permitted without prior approval

of the Engineer. Tenders submitted by a joint venture of two or more firms, as

partners shall comply with the following requirements:

a) Companies/Contractors may jointly undertake the contract. Each entity would

be jointly and severely responsible for completing the task as per the contract,

however declaration of Lead member to be indicated by the bidders, however

JV has to designate in their MOU. The firms with at least 26% equity holding

each be allowed to jointly meet the eligibility criteria.

b) In case of a successful tender, the Form of Agreement, shall be signed so as to

be legally binding on all partners;

c) One of the partners who is having the similar technical experience shall be

nominated as being in charge(lead partner); and this authorization shall be

evidenced by submitting a power of attorney signed by legally authorised

signatories of all the partners;

Page 25: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 24 of 246

d) The partner in charge (lead partner)shall be authorised to incur liabilities and

receive instructions for and on behalf of any or all of the partners of the joint

venture and the entire execution of the contract including payment shall be

done exclusively with the partner in charge;

e) All partners of a joint venture shall be jointly and severally liable for execution

of the contract in accordance with the contract terms, and a relevant

statement to this effect shall be included in the authorization mentioned under

(b) above as well as in the Tender Form and the Form of Agreement (in case of

a successful tender); and

f) A certified copy of the agreement entered into by the joint venture partners

shall be submitted with the tender.

6. Cost of Bidding

The bidder shall bear all costs associated with the preparation and submission of

his Bid, and the Employer will in no case be responsible and liable for those costs.

7. Site Visit

7.1 The bidder is advised to visit and inspect the site of works and its surroundings and

obtain for himself on his own responsibility all information that may be necessary

for preparing the tender and entering into a contract for the execution of the works.

The costs of visiting the site shall be borne by the bidder. Permission, if required, to

visit the site, will be given during the tender period on application to:

The General Manager (CS & BD) Kamarajar Port Limited Corporate cum Registered Office 2nd floor (North Wing)& 3rd floor, Jawahar Building No.17, Rajaji Salai Chennai - 600001. T: +91-44 27950030 F: +91-44 27950002 [email protected]

7.2 The bidder and any of his personnel or agents will be granted permission by the

Engineer to enter upon his premises and lands for the purpose of such inspection,

but only upon the express condition that the bidder, his personnel and agents, will

release and indemnify the Engineer or his representatives from and against all

liability in respect of such inspection and will also be responsible for death or

personal injury, loss or damage to property and any other loss, damage, costs and

expenses incurred as a result of the inspection.

7.3 It is the responsibility of bidders to visit the site as set out in the Clause 7.1 above

and obtain all information necessary for the purpose of preparing Tenders. Bidders

must inspect and fully satisfy themselves as to:

The requirements and extent of the Works.

The means of access to the Site.

Page 26: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 25 of 246

The topographical and bathymetric features of the Site which may affect the

tender.

B. Bidding Documents

8. Content of Bidding Documents

8.1 The tender documents contain the schedules stated below, and should be read in

conjunction with any Addenda/ Amendments issued in accordance with Clause 10:

SECTION Invitation for Bids (NIT)

1 Instructions to Bidders (ITB)

2 Conditions of Contract

3 General description of works and other conditions

4 Technical specifications

5 Forms

6 Soil investigation Report

7 Drawings

8 Bills of Quantities

8.2 The bidding documents can be downloaded from KPL website/e-procure.gov.in.by the

bidder.

8.3 The bidder is expected to examine carefully all instructions, conditions of contract,

general description of work and other conditions, technical specifications, drawings,

forms, bill of quantities, and annexure in the bid document. Failure to comply with

the requirements of the bid document shall be at the bidder’s own risk. Pursuant to

Clause 24 hereof, bids which are not substantially responsive to the requirements of

the bid documents shall be rejected.

9. Clarification of the Bidding Documents

9.1 A Prospective bidder requiring any clarification of the bidding documents may notify

the Employer in writing or by electronic form and be confirmed by hard copy at the

Employer’s address indicated in the invitation to bid. The Employer will respond to

any request for clarification which is received prior to the pre bid meeting. The

Employer’s response to the clarification will be uploaded in the KPL website/e-

procure.gov.in., including a description of the enquiry but without identifying

source.

9.2Pre-bid meeting

9.2.1 The Bidder or his official representative is advised to attend a Pre- Bid meeting as per

Bidding Schedule. The Pre Bid Meeting will be conducted online. The details of the

link are mentioned in the Bid Schedule.

9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any

matter related to this tender that may be raised at that stage.

Page 27: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 26 of 246

9.2.3 The bidder is requested to submit any question in writing or by fax, to reach the

Employer not later than 2 days before the meeting.

9.2.4 Clarifications including the text of the question raised through letter and the

responses given will be transmitted without delay to the concerned bidders and

uploaded in the KPL website/ e-procure.gov.in. Any modification of the bidding

documents listed in Sub-Clause 8.1 which may become necessary as a result of the

pre-bid meeting shall be made by the Employer exclusively through the issue of an

Addendum pursuant to Clause-10. Non-attendance at the pre-bid meeting will not

be a cause for disqualification of bidder.

It is to be noted that no queries, clarifications will be received after the period

stipulated above.

10. Amendment of Bidding Documents

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

documents by using addenda.

10.2 Any addendum / corrigendum thus issued shall be part of the bidding documents

and shall be published in the websites.

10.3 To give prospective bidders reasonable time in which to take an addendum into

account in preparing their bids, the Employer shall extend as necessary the deadline

for submission of bids, in accordance with Sub-Clause 19.2 below.

C. Preparation of Bids

11. Language of the Bid

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

12. Documents comprising the Bid

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

A) Technical Bid

(i) The documents stated in the clause 8.1 including the addition if any.

(ii) Qualification Information Form and Document (pursuant to Clause 4 hereof) and any other materials required to be furnished and submitted by the bidder in accordance with these instructions. The documents listed under the Clause 4.2 and as per the forms in Section 5 shall be filled in without exception and uploaded through e-Procurement on website: e-procure.gov.in.

B) Financial Bid

Priced Bill of Quantities duly filled in through e-procurement on website e-

procure.gov.in.

13. Bid Prices

13.1 The contract shall be for the whole works as described in Clause 1.1 of this section,

based on the priced Bill of Quantities submitted by the Bidder.

Page 28: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 27 of 246

13.2 The Bidder shall fill in rates for all items of the works described in the Bill of

Quantities in the “XL” format. Items for which no rate is entered by the bidder will

not be paid for by the Employer when executed and shall be deemed to have been

covered by the other rates in the Bill of Quantities.

13.3 All duties, taxes and other levies payable by the contractor under this contract, or

for any other cause shall be included excluding GST in the rates and total Bid Price

submitted by the Bidder.

13.4 The rates quoted by the bidder shall be final and fixed for the duration of the

Contract and shall not be subject to adjustment on any account, except as stated in

Clause 13.5 below.

13.5 The contract price shall be adjusted for increase or decrease in rates of labour,

materials, fuels and lubricants in accordance with price adjustment in the clause

38 of section 3.

14. Currencies of Bid and Payment

14.1 The Unit rates shall be quoted by the bidder entirely in Indian Rupees.

15. Bid Validity

15.1 Bids shall remain valid for a period not less than 180 days after the deadline date

for bid submission specified in Clause 19. A bid valid for a shorter period shall be

rejected by the Employer as non-responsive.

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

may request that the bidders may extend the period of validity for a specified

additional period. The request and the bidders’ responses shall be made in writing

or by fax. A bidder agreeing to the request will not be permitted to modify his bid

and also shall submit an extension for Bid Security Declaration.

16. Bid Security (Earnest Money Deposit – EMD)

The bidder has to upload self-attested scanned copy of ‘Bid Security Declaration’, as

per Form 13, accepting that, if the bidder withdraws or modifies their bids during

period of validity etc., the bidder will be suspended for the time specified in this

tender document. Bids without ‘Bid Security Declaration’ will be summarily rejected.

17. Alternative Proposals by Bidders

17.1 Conditional offer or Alternative offers will not be considered in the process of tender

evaluation.

D. Submission of Bids

18. E-Procurement

18. Bidders shall submit their bid on online only through e-procurement Mode. The

documents and information required for fulfilling the eligibility criteria as specified in

the Clause 4.

Page 29: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 28 of 246

18.1 The bidder shall obtain e-token from a licensed Certifying Authority of National

Information Centre (NIC)such as MTNL/SIFY/TCS / nCode/eMudhra to get access for

Online Bid Submission through the e –Procurement site https://eprocure.gov.in

18.2 Bid document shall be submitted online only in the designated two cover system on

the e-Tender website www.eprocure.gov.in on or before due date.

The following is the procedure for submission of tender through online.

(i) Bidder should do the registration in the tender site using the “Click here to Enroll” option available.

(ii) The Digital Signature registration has to be done with the e-token, after logging into the site.

(iii) Bidder can use “My Space” area to update standard documents in advance as required for various tenders and use them during bid submission. This will facilitate the bid submission process by reducing time.

(iv) Bidder should read the tenders published in the site and download the required documents / tender schedules for the tenders.

(v) Bidder then logs into the site by giving the user id/password chosen during registration and password of the DSC/etoken.

(vi) Only one DSC should be used for one bidder. If a bidder uses more than one DSC token, the bid would summarily be rejected.

(vii) Bidder should read the Tender schedules carefully and submit the documents as per the Tender, else the bid will be rejected.

(viii) If there are any clarifications, the same may be clarified during the pre-bid meeting.

(ix) Bidder should take into account the corrigendum’s, if any published before submitting the bids online.

(x) Bidder must in advance prepare the bid documents to be submitted as

indicated in the tender schedule and they should be in the required format. If

there is more than one document, they can be clubbed together.

(xi) Bidder selects the tender which he is interested using search option & then

moves it to my favourite’s folder.

(xii) From the folder, appropriate tender can be selected and all the details can be

viewed.

(xiii) The bidder should read the terms & conditions and accept the same to

proceed further to submit the bids.

(xiv) The bidder has to enter the password of the DSC / e-token and the required

bid documents have to be uploaded one by one as indicated.

Page 30: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 29 of 246

(xv) The bidder has to submit the relevant files required as indicated in the cover

content. In case of any irrelevant files, the bid will be rejected / will not be

accepted by the system.

(xvi) The rates should be offered in the format specified (.xls format).

(xvii) If the rates are not offered as per the given format the bid cannot be

submitted / will not be accepted by the system.

(xviii) Upon successful completion of the bid, the system will give a successful bid

updation message, bid summary will be shown with the bid no., date & time

of submission of the bid along with all other relevant details.

(xix) The bid summary should be printed and kept as an acknowledgement.

The bid summary will act as a proof of bid submission for the subject Tender.

(xx) For any clarifications regarding the Tender, the bid number can be used as a

reference.

(xxi) The bids should be submitted on or before the prescribed date & time.

(xxii) Each document to be uploaded online for the tenders should be less than 2

MB. If any document is more than 2MB, it can be reduced by scanning at low

resolution and the same can be uploaded.

(xxiii) The time settings fixed in the server side & displayed at the top of the tender

site, will be valid for all actions of requesting, bid submission, bid opening

etc., in the e-tender system. The bidders should follow this time during bid

submission.

(xxiv) All the data being entered by the bidders would be encrypted using PKI

encryption techniques to ensure the secrecy of the data.

(xxv) The data entered will not be viewable by unauthorized persons during bid

submission & cannot be viewed by any one until the prescribed date & time

of bid opening.

(xxvi) The confidentiality of the bids would be maintained. Secured Socket Layer

128 bit encryption technology is used. Data storage encryption of sensitive

fields is done.

(xxvii) Any document that is uploaded to the server is subjected to symmetric

encryption using a generated symmetric key. Further this key is subjected to

asymmetric encryption using buyer’s public keys. Overall, the submitted

tender documents become readable only after the tender opening by the

authorized individual.

(xxviii) For any queries, the bidders are asked to contact by mail [email protected] or

by phone 1-800-233-7315 well in advance.

19. Deadline for Submission of Bids

19.1 Bids must be uploaded in the website www.eprocure.gov.innot later than 15.07.2021

@ 15 00 Hours.

Page 31: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 30 of 246

19.2 The employer may extend the deadline for submission of the bid by issuing an

amendment in accordance with clause 10, in which case all rights and obligations of

the employer and the bidders previously subject to the original deadline will then be

subject to the new deadline.

19.3 The bid document being downloaded from web site and uploaded through e-Tender

website www.eprocure.gov.in, the bidder shall give an undertaking that no change

have been made in document.

20. Modification and Withdrawal of Bids

20.1 The bidders may modify, substitute or withdraw their tender after submission by

giving notice in writing before the deadline prescribed in Clause 19 through e-

Procurement Mode.

20.2 No bid shall be modified after the deadline for submission of bids.

E. Bid Opening and Evaluation

21. Bid Opening

21.1 On the due date and appointed time as specified in Clause 19, the Employer will open

Technical bids in e- Procurement Mode including modifications made pursuant to

Clause 20.Due to COVID-19 pandemic and lock down situation, Bid Opening will be

witnessed by the bidder through virtual meeting. In the event of, the specified date for

bid opening declared a holiday by the Employer, the bids will be opened at the

appointed time and location on the next working day. The bid will be opened at

Kamarajar Port Limited, Corporate cum Registered Office, Rajaji Salai, Chennai

600001.

22. Process to be Confidential

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.

23. Clarification of Bids

23.1 To assist in the examination, evaluation and comparison Bids, the Employer may, at

his discretion, ask any bidder for clarification of his Bid, including breakup of unit

rates. The request for clarification and the response shall be in writing or by fax, but

no change in the price or substance of the Bid shall be sought, offered, or permitted

except as required to confirm the correction of arithmetic errors discovered by the

Employer in the evaluation of the Bids.

Subject to Sub-clause 23.1, no bidder shall contact the Employer on any matter

relating to his bid from the time of the bid opening to the time the contract is

awarded. If the Bidder wishes to bring additional information to the notice of the

Employer, he should do so in writing.

Page 32: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 31 of 246

Any effort by the Bidder to influence the Employer’s bid evaluation, bid comparison,

or contract award decisions, may result in the rejection of his bid.

24. Examination of Technical Bids and Determination of Responsiveness of Technical Bid

24.1 Prior to evaluation of Technical Bids, the Employer will determine whether each bid

(a) meets the eligibility criteria defined in the clause 4. (b) has been properly signed

by an authorized signatory (accredited representative) holding Power of Attorney in his

favour. The Power of Attorney shall interalia include a provision to bind the bidder to

settlement of disputes clause; (c) is submitted with the required Bid Security and; (d)

is responsive to requirements of the bidding documents.

24.2 A substantially responsive technical and financial Bid is one which conforms to all the

terms, conditions and specification 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; the Employers’ rights or the Bidder’s obligations under the

contract; or (c) whose rectification would affect unfairly the competitive position of

other Bidders presenting responsive Bids.

25. Evaluation and Comparison of Financial Bids

25.1 The Employer will evaluate and compare only the Bids determined to be responsive in

accordance with Clause 24.

25.2 If the Bid of the successful Bidder is seriously unbalanced in relation to the Employer

estimate of the cost of work to be performed under the contract, the Employer may

require the Bidder to produce detailed price analysis for any or all items of the Bill of

Quantities, to demonstrate the internal consistency of those price with the

implementation/construction methods and schedule proposed.

F. Award of Contract

26. Award Criteria

26.1 The Employer will award the Contract to the Bidder whose Bid has been determined

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

Price, provided that such Bidder has been determined to be (a) eligible in accordance

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

Clause 4. The second bidder (i.e. L2 ) shall be kept in reserve and may be invited to

match with the bid submitted by the (L1) bidder, in case, such bidder(s) withdraws or

is not selected for any reason.

27. Employer’s Right to accept any Bid and Reject any or All Bids

Notwithstanding Clause 26 above, the Employer reserves the right to accept or reject

any bid and to cancel the bidding process and reject all bids, at any time prior to

Page 33: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 32 of 246

award of Contract, without thereby incurring any liability to the affected bidders on

the grounds for the Employer’s action.

28. Notification of Award and Signing of Agreement

28.1 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 fax or confirmed by registered letter.

This letter (herein after and in Conditions of Contract called the “Letter of

Acceptance”) will state the sum that the Employer will pay the Contractor in

consideration of the Execution, completion and maintenance of the Work by the

Contractor as prescribed by the Contract (herein after and in the Contract called the

“Contract Price”)

28.2 The notification of award will constitute the formation of the contract, subject only to

the furnishing of a performance security in accordance with the provisions of Clause

29.

28.3. The Agreement will incorporate all correspondence between the Employer and the

successful Bidder. It will be signed by the Employer and the successful Bidder within

stipulated period, following the notification of award. Within 21 days of receipt of this

letter, the successful Bidder will furnish the performance security and sign the

Agreement with the Employer.

28.4 All costs, charges and expenses including stamp duty in connection with the contract

as well as preparation and completion of agreement shall be borne by the contractor.

Until such contract agreement is executed, this tender downloaded by the bidder

including additional together with the written acceptance shall form a binding

contract between the KPL and the Contractor and shall be the contract. The

successful bidder shall sign all the pages of the downloaded documents and return to

employer for their sign and its Form of Contract Agreement.

29. Performance Security

Performance Security Deposit to be submitted at award of work.

29.1 Performance Securities Deposit should be 3% of Contract price should be submitted

as Bank Guarantee or Demand Draft / Banker Cheque within 21 days of receipt of

letter of acceptance/award of work.

29.2 Performance Security Deposit in the form of Demand Draft / Banker Cheque / BG

must be made out in favour of Kamarajar Port Limited. No interest will be allowed.

The successful bidder can also furnish towards Performance Security Deposit as Bank

Guarantee from State Bank of India or their associates or any Nationalized Bank or

from Scheduled Bank issued by their branches at Chennai enforceable and en-

cashable at Chennai.

29.3 Failure of the successful bidder to comply with the requirements of Clause 29.1 shall

constitute sufficient grounds for cancellation of the award and also the bidder will be

Page 34: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 33 of 246

disqualified from bidding for any contract for a period of two year from the date of

notification.

29.4 The Performance Security Deposit shall remain valid till the satisfactory completion of

the defects liability period pursuant to Clause 22 of Section 3and the BG shall be

returned subsequently.

30. Advance Payment

KPL shall not pay any Advances to the contractor.

31. Conciliator

The Employer proposes that CIDC-SIDC Arbitration Centre be appointed as

Conciliator under the Contract as provided in Clause 49 of Section 2 of condition of

contract.

32. Corrupt or Fraudulent Practices:

32.1 The Employer requires that Bidders/Suppliers/Contractors under this contract,

observe the highest standard of ethics during the procurement and execution of this

contract. In pursuance of this policy, the Employer:

(a) Defines, for the purpose of these provisions, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Employer, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Employer of the benefits of free and open competition.

(b) Will reject a proposal for award of work if the employer determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

(c) Will declare a Bidder ineligible, either indefinitely or for a stated period of time, to be awarded contract/contracts if he at any time determines that the Bidder has engaged in corrupt or fraudulent practices in competing for, or in executing the contract.

33. INTEGRITY PACT

The integrity pact available in the tender document is an integral part of this tender document and all bidders have to execute the same and upload during bid submission. In case a bidder do not execute the integrity pact, his bid shall be liable for rejection. The names of the IEM’s (Independent external Monitors) are given below:

Independent Monitors

The Principal/Employer has appointed two Independent External Monitors

(hereinafter referred to as Monitors)

Page 35: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 34 of 246

1. Shri V.Kannan, Former CMD Vijaya bank, TA-1, Krishna Regency, Third floor, TATA Silk Farm, K.R.Road, Basavanangudi, Bangalore-560 004 Email:[email protected]

2. Shri.R.Kuppan, IRSME Former Principal Chief Mechanical Engineer, No.7, Old No.4, Third Cross Street, Trustpuram, Kodambakkam, Chennai-600 024. Email: [email protected]

Page 36: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 35 of 246

SECTION - 2

CONDITIONS OF CONTRACT

Page 37: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 36 of 246

SECTION – 2: CONDITIONS of CONTRACT

PART I - GENERAL CONDITIONS OF CONTRACT

1. Definitions and Interpretations

In the contract (as hereinafter defined) the following words and expressions shall have

the meaning hereby respectively assigned to them except where the context otherwise

required

1.1 "Board" -The Board means the Board of Directors, Kamarajar Port Limited

1.2 "Employer" means Kamarajar Port Limited (KPL) 1.3 “Engineer" means the Officer nominated or the consultancy firm engaged by

Kamarajar Port Limited for the work 1.4 "Engineer's representative" means the officer nominated or the Project Management

Consultants (PMC) appointed by Kamarajar Port Limited in writing who shall direct

and supervise and to perform the duties set forth in sub -Clause 3.2 hereof and be in-

charge of the works.

1.5 "Engineer's Assistant" means a person appointed by the Engineer or the Engineer's

Representative to assist the Engineer's Representative in carrying out his duty under

Sub -Clause 3.3.

1.6 "Constructional Plant" means all appliances or things of whatsoever nature required

in or about for the execution, completion or maintenance of the "works" or "temporary

works" (as hereinafter defined) but do not include materials or other things intended

to form or forming part of the Permanent work.

1.7 "Tender" means the contractor's priced offer to the Employer for the execution and

completion of the works and remedying of any defects therein in accordance with the

provisions of the contract, as accepted by the Letter of Acceptance -Work order.

1.8 "Letter of Acceptance", "Work Order" means the formal acceptance by the Employer.

1.9 "Contract" means the documents forming the tender and acceptance thereof and the

formal agreement executed between Kamarajar Port and contractor together with the

documents referred to therein including the general conditions, Special conditions of

contract, specifications, designs, Drawings, Priced Bill of quantities the minutes of

tender committee meetings, written replies to queries raised by the bidders and

instructions issued from time to time by the Engineer and all these documents taken

together shall be deemed to form one contract and shall be complementary to one

another.

1.10 "Contractor" means the persons or firm or company whose tender has been accepted

by Kamarajar Port Limited, representatives or the successors of such firm or company

and the permitted assigns of such persons or firm company.

Page 38: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 37 of 246

1.11 "Sub-Contractor" means any person named in the contract as a subcontractor for a

part of the works or any person to whom a part of the works has been sub-contracted

with the consent of the Engineer and the legal successors in title to such person, but

not any assignee of any such person.

1.12 "Contract price" means the sum named in the tender subject to such additions,

thereto or deductions there from as may be made under the provisions hereinafter

contained.

1.13 "Specification" means the specification of the works included in the contract and any

modification thereof or addition thereto made or submitted by the contractor and

approved by the Engineer.

1.14 "Drawings" means the drawings referred to in the contract agreement and any

modifications of such drawings approved in writing by the Engineer and such other

drawings as may from time to time be furnished or approved in writing by the General

Manager (Operations).

1.15 "Bill of Quantities" means the priced and completed Bill of Quantities forming part of

the tender.

1.16 "Site" means the lands and other places on / under / in / or through which the

"works" are to be executed or carried out and any other lands or places provided by

the Port for the purposes of the contract.

1.17 "Works" or "Work" means the work by virtue of the contract to be executed in

accordance with the contract under the relevant schedule whether temporary or

permanent and whether original, altered, substituted or additional.

1.18 "Temporary works," means temporary works of every kind required in the execution,

completion or maintenance of the works rectifying defects if any of the works and

which do not form an item of the work or works.

1.19 "Stores" means the storage yards for materials

1.20 "Schedule(s)" referred to in these conditions shall mean the relevant schedule(s)

annexed to the tender papers issued by Employer.

1.21 "Approved" means approved in writing including subsequent written confirmation of

previous verbal approval and "Approval" means approval in writing including as

aforesaid.

1.22 "Market Price" means the rate as decided by the Engineer on the basis of the cost of

materials and labour to the contractor at the site where the works are to be executed

Page 39: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 38 of 246

plus the percentage as mentioned in All India Standard Schedule of Rates published

by the National Building Organization (NBO) towards overheads profits.

1.23 "Nominated sub Contractor" means all specialists, merchants, tradesmen and others

executing any special work or supplying any materials for which provisional or prime

cost sums are included in the contract, who may have been or be nominated or

selected or approved by the Employer / Engineer and shall be deemed to be employed

by the contractor.

1.24Communications:Communications between parties which are referred to in the

conditions are effective only when in writing. A notice shall be effective only when it is

delivered. (in terms of Indian Contract Act 1872)

1.25 "Provisional sum" or "Provisional Lump sum" means a lump sum included by the

Employer in the tender documents and shall represent the estimated value of work for

which details are not available at the time of issue of tender.

1.26 "A day" means a day 24 hours from midnight to the next midnight irrespective of the

number of hours worked in that day.

1.27 "A week" means seven days without regard to the number of hours worked in any day in that week.

1.28 "A month" means a month according to Gregorian calendar.

1.29 "Commencement Date" means the deemed date of commencement of the work

pursuant to Clause -25 of Section 3.

1.30 "Time for Completion" means the time for completing the execution and complying

with and fulfilling the requirements on completion of the works or any section or part

thereof as stated in the contract (or as extended under Clause -25 of Section 3

calculated from the commencement date.

1.31 "Requirements on completion" means the requirements specified in the contract or

otherwise agreed by the Engineer and the contractor which are to be done and

complied by the contractor before the works or any section or part thereof are taken

over by the Engineer.

1.32 "Taking-over Certificate" means a certificate issued pursuant to Clause -26 of

Section 3.

1.33 "Retention Money" Not applicable.

Page 40: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 39 of 246

1.34 "Provisional Items" shall mean items for which approximate quantities have been

included in the tender documents.

1.35 "Urgent works" shall means any urgent measures which in the opinion of the

Engineer-become necessary during the progress of the works to obviate any risk of

accident or failure or which become necessary for security.

2.1 Singular and Plural

Words importing the singular only also include the plural and vice versa where the

context so requires.

2.2 Interpretation

Words importing persons or parties shall include firms and corporations and any

organization having legal capacity.

2.3 Marginal headings or Notes

The marginal headings or notes in these general conditions shall not be deemed to be

part thereof or be taken into consideration in the interpretation or construction

thereof of the contract.

3. Delegation

3.1 Engineer's Authority to Delegate

The Engineer may from time to time delegate to the Engineer's representative any of

the duties and authorities vested in the Engineer and he may at any time revoke such

delegation. Any such delegation or revocation shall be in writing and shall not take

effect until a copy thereof has been delivered to the contractor.

3.2 Duties& powers of Engineer's representative

The duties of the Project Management Consultants (PMC) as Engineer's Representative

are to watch and supervise the works and to test and examine any materials to be

used or workmanship employed in connection with the works. They shall have no

authority to relieve the contractor of any of his duties or obligations under the

contract not except as expressly provided hereunder or elsewhere in the contract to

order any work involving delay or any extra payment by the employer or to make any

variation of or in the works. The Engineer may from time to time in writing delegate to

the Engineer's representative any of the powers and authorities vested in the Engineer

and shall furnish to the contractor, a copy of all such written delegations of powers

and authorities. Any written instruction or approvals given by the Engineer's

representative to the contractor within the terms of such delegation (but not

otherwise) shall bind the contractor and the employer as though it had been given by

the Engineer, provided as follows.

i. Failure of the Engineer's Representative to disapprove any work or materials shall not prejudice the power of the Engineer thereafter to disapprove such work or materials and to order the pulling down or removal or breaking up thereof;

Page 41: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 40 of 246

ii. If the contractor shall be dissatisfied by reason of any decision of the Engineer's Representative he shall be entitled to refer the matter to the Engineer who shall thereupon confirm / reverse or vary the contents of such decisions.

3.3 Appointment of Assistants

The Engineer or the Engineer's Representative may appoint any number of persons to

assist the Engineer's Representative in carrying out his duties under Sub-Clause 3.2.

He shall notify to the contractor the names, duties and scope of authority of such

persons. Such assistants shall have no authority to issue any instructions to the

contractor save in so far as such instructions may be necessary to enable them to

carry out their duties and to secure their acceptance of materials, plant or

workmanship as being in accordance with the contract, and any instructions given by

any of them for those purposes shall be deemed to have been given by the Engineer's

Representative.

3.4 Instructions in Writing

Instructions given by the Engineer shall be in writing, provided that if for any reason

the Engineer considers it necessary to give any such instruction orally, the contractor

shall comply with such instruction. Confirmation in writing of such oral instruction

given by the Engineer, whether before or after carryout of the instruction, shall be

deemed to be an instruction within the meaning of this Clause. Provided further, that,

if the contractor, within 7 days, confirms in writing to the Engineer any oral

instruction of the Engineer and such confirmation is not contradicted in writing

within 7 days by the Engineer, it shall be deemed to be an instruction of the Engineer.

The provisions of this Clause shall equally apply to instructions given by the

Engineer's Representative and any assistants of the Engineer or the Engineer's

representative appointed pursuant to Sub-Clause 3.3.

3.5 Engineer to Act Impartially

Wherever, under the contract, the Engineer is required to exercise his discretion by:

a) giving his decision, opinion or consent, or

b) expressing his satisfaction or approval, or

c) determining value, or

d) otherwise taking action which may affect the rights and obligations of the Employer

or the contractor.

He shall exercise such discretion impartially within the terms of the contract and

having regard to all the circumstances. Any such decisions, opinion, consent,

expressing of satisfaction, or approval, determination of value or action may be

opened up, reviewed or revised.

Page 42: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 41 of 246

4 SUBLETTING

The Contractor shall not sublet the works or any portion thereof without the prior

written consent of the Engineer (which shall not be unreasonably withheld) and such

consent, if given shall not relieve the contractor of any liability or obligation under the

contract and he shall be responsible for the acts, defaults and neglects of any

subcontractor, his agents, servants or workmen as fully as if they were the acts,

defaults or neglects of the contractor, his agents, servants or workmen, Provided

always that the provision of labour on piece work basis shall not be deemed to be

subletting or assignment of benefit or interest under this clause.

5. Extent of contract

The contract comprises the manufacture, supply, construction, completion and

maintenance of the works and excepting so far as the contract otherwise the

provisions of all labour, materials, constructional plant, temporary or permanent

nature required in and for such construction, completion and maintenance so far as

the necessity for providing the same in specified in or reasonably to be inferred from

the contract. The entire site over which the works are to be executed will be given

possession immediately after the work order. In such cases where it is possible to give

possession in piece meal or in parts in a phased manner, the period of completion of

work shall vary depending upon the date of handing over the site to the contractor.

6 Contract Documents

6.1Language(s) and Law

The Language, in which the contract documents shall be drawn up, shall be in

English. The Law of India shall apply to the contract and the contract shall be

construed according to the said Law. No suit or other proceedings relating to the

contract shall be filed or taken by the contractor in any Court of Law, except the High

Court of Judicature at Chennai only.

6.2 Priority of Contract Documents

The several documents forming the contract are to be taken as mutually explanatory of one

another, but in case of ambiguities or discrepancies the same shall be explained and

adjusted by the Engineer who shall thereupon issue to the contractor instructions

thereon and in such event, unless otherwise provided in the contract, the priority of

the documents forming the contract shall be as follows:

a) The Contract Agreement (if completed);

b) The Letter of Acceptance -Work Order;

c) The tender form with Appendices

d) Conditions of Contract – General conditions and Special Conditions

e) General description of work and other conditions

f) The Drawings

g) Forms

Page 43: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 42 of 246

h) The Priced Bill of Quantities

6.3 Documents mutually Explanatory

Except, if and to the extent otherwise provided by the contract, the provisions of the

Conditions of Contract and conditions of particular application shall prevail over

those of any other document forming part of the contract. Subject to the foregoing,

the several documents forming part of the contract are to be taken as mutually

explanatory of one another, but in case of ambiguities or discrepancies, the same

shall be explained and adjusted by the Engineer who shall thereupon issue to the

contractor, instructions directing in what manner the work is to be carried out.

If there are varying or conflicting provisions made in any one document forming part

of the contract, the Engineer shall be the deciding authority with regard to the

intention of the document.

Any error in description and quantity or rates in schedule or rates in schedule of

works / items or bill of quantities or any omission there from shall not vitiate the

contract or release the contractor from the execution of the whole or any part of the

works comprised therein according to drawings and specifications or from any of the

obligations under the contract.

6.4 Custody of Drawings

The Drawings shall remain in the sole custody of the Engineer but one copy of these

shall be furnished to the Contractor free of cost. The contractor shall provide and

make at his own expense any further copies required by him. At the completion of the

contract the contractor, shall return to the Engineer all drawings provided under the

contract, if so desired by the Engineer.

The contractor shall give adequate notice in writing to the Engineer or Engineer's

Representative of any further drawing or specification that may be required for the

execution of the works or otherwise under the contract.

The Engineer shall have full power and authority to supply to the contractor, from

time to time during the progress of the works such further Drawings and instructions

as shall be necessary for the purpose of the proper and adequate execution and

completion of the works. Such supplementary drawings, issued / approved during

the currency of contract will also form part of the contract and the Contractor shall

carry out and be bound by the same.

6.5 One copy of Drawings to be kept on Site

One copy of the drawings, provided to or supplied by the contractor as aforesaid, shall

be kept by the contractor on the site and the same shall at all reasonable times be

available for inspection and use by the Engineer and by any other person authorized

by the Engineer in writing.

Page 44: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 43 of 246

6.6 Disruption of Progress

The contractor shall give notice to the Engineer whenever planning or execution of the

works is likely to be delayed or disrupted unless any further drawing or instruction is

issued by the Engineer within a reasonable time. The notice shall include details of

the drawing or instruction required and of why and by when it is required and of any

delay or disruption likely to be suffered if it is late.

6.7 Delays and Cost of Delay of Drawings

If, by reason of any failure or inability of the Engineer to issue, within a time

reasonable in all the circumstances, any drawing or instruction for which notice has

been given by the contractor in accordance with Sub-Clause 6.6, the contractor

suffers delay then the Engineer shall, after due consultation with the contractor,

determine any extension of time to which the contractor is entitled under Clause 31,

and shall notify the contractor accordingly.

6.8 Failure by contractor to submit Drawings

If the failure or inability of the Engineer to issue any drawings or instructions is

caused in whole or in part by the failure of the contractor to submit drawings,

specification of other documents, which he is required to submit under the contract,

the Engineer shall take such failure by the contractor into account when making his

determination pursuant to Sub-Clause 6.7.

6.9 Supplementary Drawings and Instructions

The Engineer shall have authority to issue to the contractor, from time to time, such

supplementary drawings and instructions as shall be necessary for the purpose of the

proper and adequate execution and completion of the works and the remedying of any

defects therein. The contractor shall carryout and be bound by the same.

7 Execution of Work

7.1 Work to be to the satisfaction of the Engineer

The contractor shall with the due care and diligent, designs (to the extent provided for

by the contract), execute, complete and maintain the works in strict accordance with

the contract to the satisfaction of the Engineer and shall comply with and adhere

strictly to the Engineer's instructions and directions on any matter (whether

mentioned in the contract or not) touching or concerning the works. The contractor

shall take instructions and directions only from the Engineer and from the Engineer's

representative (subject to the limitations referred to in Clause 3 hereof).

7.2 Work to be in accordance with Contract

7.2.1 Unless it is legally impossible, the contractor shall execute and complete the works

and remedy any defects therein in strict accordance with the contract to the

satisfaction of the Engineer. The contractor shall comply with and adhere strictly to the

Engineer's instructions on any matter, whether mentioned in the contract or not,

touching or concerning the works.

Page 45: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 44 of 246

7.2.2 The contractor shall take instructions only from the Engineer, or subject to the

provisions of Clause -3, from the Engineer's representative / Engineer's assistants.

8. Contractor's Superintendence

The contractor shall give or provide all necessary superintendence to the complete

satisfaction of the Engineer during the execution of the works, and as long thereafter as

the Engineer may consider necessary. The contractor or a competent and authorized

agent or representative approved in Writing by the Engineer (which approval may at any

time be withdrawn) is to be constantly on the work and shall give his whole time to the

superintendence of the same. Such authorized agent or representative shall receive on

behalf of the contractor, directions and instructions from the Engineer or the Engineer's

representative (Subject to the limitations of Clause 3 hereof).

The contractor's Agent and senior site staff shall be capable of receiving and giving

instructions, understanding specifications, drawings and other instructions and

carrying out all their business in English language.

Orders given to the contractor's agent shall be considered to have the same force as if

they had been given to the contractor himself.

9.1 Contractor’s Labour

The contractor shall employ labour in sufficient numbers either directly or through sub

contractors to maintain the required rate of progress and of quality to ensure

workmanship of the degree specified in the contract and to the satisfaction of the

Engineer. The contractor shall not employ in connection with the works any person who

has not completed eighteen-years of age. The contractor shall obtain a valid license

under the Central Labour (R & A) Act, 1970 and the Contract Labour (Regulation and

Abolition) Central Rules, 1971 before the commencement of the work and continue to

have a valid licence until the completion of the work. Any failure to fulfill this

requirement shall attract the penal provisions of the contract arising out of the

resultant non-execution of the work.

9.2 Housing for Labour

Save in so far as the Contract otherwise provides, the Contractor shall provide and

maintain such accommodation and amenities as he may consider necessary for all his

staff and labour, employed for the purposes of or in connection with the Contract,

including all fencing, water supply (both for drinking and other purposes), electricity

supply, sanitation, cook houses, fire prevention and fire-fighting equipment, furniture

other requirements in connection with such accommodation or amenities at their cost

outside the Port premise. No labour camps shall be allowed inside the Port premises.

9.3Entry of Labour in Port premises

9.3.1 Only vehicles licensed by the Port will be allowed inside the Port premises.

Page 46: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 45 of 246

9.3.2 Admission into the Port is regulated by issue of passes for the contractor, his staff,

labour and materials on payment basis. These passes shall be accompanied by

identity cards valid for the entire period of the contract. The identity card contains

personal details of the labourer (including photograph), name of the work, name of the

contract, duration, etc. In case the contract is extended, necessary endorsement

should be made by the concerned Engineer or his representative on the identity card

regarding the extension of the contract period. The contractor is solely responsible for

all the details incorporated in the passes and the identity cards and the KPL is

indemnified against their misuse. The entry passes shall be produced at the time of

entry and any other time when demanded by the CISF personnel or department

officials.

Online Gate entry pass system is available at present. The contractor shall utilize the

same. The details are available with KPL.

Further, in the event of loss of entry passes or identity card issued to the contractor or

their labour, duplicate coloured / white passes or photo identity cards will be issued

by this department subject to imposing a penalty of Rs.50/-in each case. The

duplicate passes / identity cards will bear the endorsements “Duplicate issued” duly

countersigned by the concerned Engineer.

9.4 Customs and security arrangements

The contractor shall comply with all the regulations imposed by the customs and Port

Security Authorities in respect of the passage of plant, vehicles, materials and personal

through customs barriers.

9.5 Fair Wages

The contractor shall pay the labour engaged by him on the work not less than fair

wages which expression shall mean whether for the time or piece work, the labour rates

of wages as fixed by the Central Public Works Department as fair wages of the State

payable to the different categories of labourers or those as notified under the Minimum

Wages Act for the district for corresponding employees of the Employer whichever may

be higher.

"The Engineer of the works or his authorized representative will make necessary

arrangements for witnessing the payment by the contractor to his labourers. The

contractor should arrange for that and get the certificate from the department as

required in terms of the CPWD contract labour regulations".

9.6 Festival and Religious Customs

The contractor shall allow his labourers to avail the Government notified national and

local festival holidays and also such closed holidays for the Port declared by the

Employer and also have due regard to local religious and social customs in respect of

labour employed by him.

Page 47: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 46 of 246

9.7 Wage Records

The contractor shall, maintain records of wages and other remuneration paid to his

employees in such forms as may be convenient and to the requirement of the Engineer

and Conciliation Officer, Central Ministry of Labour, Government of India or such other

authorized persons appointed by the State Government. The Contractor shall also

exhibit the different notices as required under the Minimum Wages Act, 1949, Payment

of Wages Act, 1936 and other Act / Rules and Regulation made there under from time

to time.

9.8 Returns of Labour

The contractor shall, if required by the Engineer, deliver to the Engineer's

Representative or at his office, a return in detail in such form and at such intervals as

the Engineer may prescribe showing the supervisory staff and the numbers of the

various classes of labour from time to time employed by the contractor on the site and

such information in respect of constructional plant as the Engineer's representative may

require.

9.9 Removal of workmen

The contractor shall employ in and about the execution of the work only such persons

those are careful, skilled and experienced in their several trades and calling to the

approval of the Engineer. The Engineer shall be at liberty to object to and to require the

contractor to remove from the above works any person employed by the contractor in

or about the execution of the works who in the opinion of the Engineer misconducts

himself or is incompetent or is negligent in the proper performance of his duties and

such persons shall not be again employed in the works without permission of the

Engineer.

9.10 Contractor's temporary structures

9.10.1 No payment shall be made for any temporary items of work.

9.10.2 The Contractor shall submit Specifications and Drawings showing the proposed

Temporary Works to the Engineer, who is to approve them if they comply with

specifications and drawings.

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

9.10.4 The Engineer's approval shall not alter the Contractor's responsibility for design of

the Temporary Works.

9.10.5 The Contractor shall obtain approval of third parties to the design of the Temporary

Works, where required.

9.10.6 All Drawings prepared by the Contractor for the execution of the temporary works,

are subject to prior approval by the Engineer before their use.

9.10.7 The Engineer or his representative shall be at liberty to make any modifications to

the temporary works in accordance with the conditions of the contract and the

contractor shall carry out such modifications.

Page 48: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 47 of 246

No hire charges are payable for the area allotted during the contract period or such

extended time as granted by the Engineer. However, the hire charges for the land

area utilized by the contractor after completion of the contract period or such

extended time shall be recovered from the contractor at the rate fixed by the Port

from time to time.

9.11 Employment of the Government Retired persons

No Engineer of gazetted rank or other class I & II officers employed in Engineering or

administrative duties in an Engineering department of the Government of India / Port

is allowed to work as a contractor for a period of 2 years of his retirement from

Government / Port service without the previous permission of Government of India or

by the Port as the case may be. The contract is liable to be cancelled if either the

contractor or any of his employees is found at any time to be such a person who had

not obtained the permission of Government of India / Port as the case may be as

aforesaid before submission of the tender or engagement in the contractor's service as

the case may be.

9.12 Regarding employment of the foreigner

9.12.1 If any foreigner is employed by the contractor to work within the Port premises, the

later shall ensure that such a foreigner possess the necessary special permit issued

by the Civil Authorities in writing and also comply with the instructions issued there

for from time to time. In the event of any lapse in this regard on the part of such

foreigner, the contractor shall be personally held responsible for the lapse and the

Port shall not be liable in any event.

9.12.2 For the purpose of necessary assistance in obtaining tax exemption for foreign

technicians brought in by the contractor in connection with this contract, he shall

furnish the following specific information and also comply with instructions issued

there for from time to time.

a) The number of foreign technicians required.

b) The period for which each such technician is required.

c) The nature of work that would be required to be done by them and

d) The qualification and experience of the personnel proposed to be engaged.

If there is any lapse in this regard the contractor shall be personally responsible for

the lapse and hold the Port blameless in providing necessary assistance. The

contractor shall employ labour in sufficient numbers either directly or through sub

contractors to maintain the required rate of progress and of quality to ensure

workmanship of the degree specified in the contract and to the satisfaction of the

Engineer. The contractor shall not employ in connection with the works any person

who has not completed eighteen-years of age. The contractor shall obtain a valid

license under the Central Labour (R&A) Act, 1970 and the Contract Labour

Page 49: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 48 of 246

(Regulation and Abolition) Central Rules, 1971 (as applicable) before the

commencement of the work and continue to have a valid license until the completion

of the work. Any failure to fulfil this requirement shall attract the penal provisions of

the contract arising out of the resultant non-execution of the work.

10. Setting out the Works

The Engineer shall supply basic data such as dimensional drawings, levels and

alignment for the work and other information necessary to enable the contractor to

set out the work. The benchmark and a base line of specified relationship with

reference to the alignment of the works shall also be supplied by the Engineer in

writing and the contractors shall provide all setting out apparatus required and

setting out of the works. The contractor shall be fully responsible for the true and

proper setting out of the works and for the correctness of the position levels,

dimensions and alignment of all parts of the works and for the provision of all

necessary instruments, appliances and labour in connection therewith. If at any

time during the progress of the works any error shall apply or arise in the position

levels, dimensions or alignment of any part of the works, the contractor on being

required to do so by the Engineer shall at his own expense rectify such error to the

satisfaction of the Engineer unless such error is based on incorrect data supplied in

writing by the Engineer or by the Engineer's representative, in which case the

expenses of rectifying the same shall be borne by the Port. The checking of any

setting out and or of and line or level by the Engineer's representative shall not in

any way relieve the contractor of his responsibility for the correctness thereof and

the contractor shall carefully protect and preserve all benchmarks, site rails, pegs

and other things used in setting out the works.

11. Watching and Lighting

The contractor shall in connection with the works provide and maintain at his own

cost all lights, guards, fencing and watching when and where necessary as required

by the Engineer or by any competent statutory or other authority for the protection

of the works, materials, etc., or for the safety and convenience of the public or

others. All lights provided by the contractor shall be placed or screened so as not to

interfere with any signal lights or with any navigational lights or with any traffic or

signal lights of any local or other authority.

12.1 Dismantled Materials

The contractor shall treat all materials obtained during dismantling of a structure

excavation of the site for a work etc. as Port property and such materials shall be

disposed of to the best advantage of Port according to the instructions in writing

issued by the Engineer.

Page 50: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 49 of 246

12.2 Contractor to keep site clean

During the execution of the works the Contractor shall keep the Site reasonably free

from all unnecessary obstruction and shall store or dispose of any Contractor's

Equipment and surplus materials and clear away and remove from the Site any

wreckage, rubbish or Temporary Works no longer required.

13.1 Extraordinary Traffic

The contractor shall use every reasonable means to prevent any of the access road

communicating with or on routes to the site from being damaged or injured by any

traffic of the contractor or any of his sub contractors and in particular shall select

routes, choose and use vehicles and also restrict and distribute loads so that any

such extraordinary traffic as will inevitable access from the moving of plant and

materials from and to the site shall be limited as far as reasonably and so that no

unnecessary damage or injury may be occasioned to such approach. The contractor's

attention is drawn to the fact that the other contractors employed by the Employer

will be working in the vicinity of the construction of structures. Hence, the contractors

shall allow other agencies for work if any and shall allow such agencies the use of

scaffolding the similar conveniences which any building contractor might have put up

and shall further give such agencies facilities to carry out their trades. Works like

punching the walls, floors and making them good, required during the electrification

shall be done by the building contractors for which they may not be made any special

payment by the Port. The contractor's working arrangements should be in such a

manner as to cause no hindrance to the other contractors working nearby or to the

functions of the Port and to enable other contractors / department / other agencies to

work contemporaneously on separate contracts.

13.2 Interference with Traffic and adjoining properties

All operations necessary for the execution and completion of the Works and the

remedying of any defects therein shall, so far as compliance with the requirements of

the Contract permits, be carried on so as not to interfere unnecessarily or improperly

with: a) the convenience of the public, or b) the access to, use and occupation of

public or private roads and footpaths to or of properties whether in the possession of

the Employer or of any other person. The Contractor shall save harmless and

indemnify the Employer in respect of all claims, proceedings, damages, costs, charges

and expenses whatsoever arising out of, or in relation to any such matters in so far as

the Contractor is responsible there for.

14. Facilities for other Contractors

If, however, the Contractor shall, on the written request of the Engineer:

a) Permit the use, by any such, of Temporary works or Contractor's Equipment on

the Site, or

Page 51: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 50 of 246

b) Provide any other service of whatsoever nature for any such; the Engineer shall

determine an addition to the Contract Price.

15. Supply of Plant, Materials and Labour

15.1 Except where otherwise specified in the contract, the contractor shall at his own

expenses supply and provide all the constructional plant, temporary works, materials

both for temporary and permanent works under the contract, labour (including the

supervision thereof) transport to or from site and in and about the works and other

things of every kind required for the construction, completion and maintenance of the

works.

15.2 The contractor shall not hire out any item of plant or equipment brought by him, in

connection with the execution of the work under the contract to any other party in

connection with any work of the latter in the Port without the written permission of the

Engineer and such permission may or may not be granted by the Engineer.

15.3 The contractor shall at his own costs make due arrangements for the proper watch

and safety of all materials and plant supplied to him by the Port / or brought by him

for use on this work. He shall not remove such constructional plant or materials from

the site without the permission of the Engineer. If any of the materials supplied or

constructional plant hired out by the department are lost or damaged in any way due

to negligence or carelessness on the part of the contractor or his employees, the cost

thereof determined by the Engineer shall be recovered from the contractor from any

moneys due to him or to become due to him.

15.4 Avoidance of Damage to Roads

The Contractor shall use every reasonable means to prevent any of the roads or

bridges communicating with or on the routes to the Site from being damaged or

injured by any traffic of the Contractor or any of his Sub-Contractor and, in

particular, shall select routes, choose and use vehicles and restrict and distribute

loads so that any such extraordinary traffic as will inevitably arise from the moving of

materials, Plant, Contractor's Equipment or Temporary works from and to the Site

shall be limited, as far as reasonable possible, and so that no unnecessary damage or

injury may be occasioned to such road and bridges.

15.5 Transport of Contractor's Equipment or Temporary Works

Save in so far as the Contract otherwise provides, the Contractor shall be responsible

for and shall pay the cost of strengthening any bridges or altering or improving any

road communicating with or on the routes to the Site to facilitate the movement of

Contractor's equipment or Temporary Works and the Contractor shall indemnify and

keep indemnified the Employer against all claims for damage to any such road or

bridge caused by such movement, including such claims as may be made directly

against the Employer and shall negotiate and pay all claims arising solely out of such

damage.

Page 52: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 51 of 246

15.6 Transport of Materials or Plant

If, notwithstanding Sub-Clause 15.4 any damage occurs to any bridge or road

communicating with or on the routes to the Site arising from the transport of

materials or Plant, the Contractor shall notify the Engineer, as soon as he becomes

aware of such damage or as soon as receives any claim from the authority entitled to

make such claim. Where under any Law or Regulation the haulier of such materials or

Plant is required to indemnify the road authority against damage, the Employer shall

not be liable for any costs, charges or expenses in respect thereof or in relation

thereto.

16. Clearance of Site on Completion

Upon completion of works, the contractor shall clear away and remove from the site all

the constructional plant, temporary works remaining thereon, any unused materials

provided by the contractor, and surplus materials and rubbish of every kind and leave

the site and works clean and in a workman-like condition to the satisfaction of the

Engineer. If the contractor fails to remove any such constructional plant, temporary

works or unused materials within such reasonable time after completion of works as

may be allowed by the Engineer, then the Employer may sell the same and shall after

deduction from the proceeds, cost, charges and expenses of and in connection with

such sale, pay the balance if any, to the contractor. The Employer shall not at any time

be liable for the loss or injury to any of the said constructional plant, temporary works

or materials.

17. Removal of Craft or Plant that has Sunk

The contractor shall forthwith dispatch at his own cost, raise and remove any craft or

plant (floating or otherwise) belonging to him (including also any plant which held by

the contractor under agreement for hire purchase) which may be sunk in the course of

the construction, completion or maintenance of the works or otherwise deal same as

the Engineer may direct and until the same shall be raised and removed, the

contractor shall set all such buoys and display at night such light and do all such

things for the safety of navigation as may be required by the Engineer or by the

Employer. In the event of the contractor not carrying out the obligation imposed upon

him by this clause, the Employer may buoy and light such sunken craft or plant, raise

and remove the same and the contractor shall reimburse to the employer all costs

incurred in connection therewith.

18.1 Contractor's temporary moorings and payment of charges

Should the contractor for the purpose of the contract desire to provide the temporary

moorings for his craft and floating plant, he will be allowed to do so in positions and

manner approved by the Engineer. The contractor shall not lay such moorings so as to

interfere with traffic in the waterways and such moorings shall remove if and when

required by the Engineer. The contractor shall pay all docks, port customs and

Page 53: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 52 of 246

wharfage charges, bunker charges, other fees, charges, dues, assessments and

outgoings which may become payable in the course of execution of the contract works

and the contractor would be deemed to have made allowances for these charges in the

contract price quoted by him in his tender.

18.2 Registration with Port Marine Service Department of the contractor's floating crafts used in the execution of the contract works

The contractor shall register with Employer’s Marine Department all his floating crafts

employed in the execution of this contract and no floating craft which has not been so

registered shall be allowed to be employed in the execution of this contract. No

exemption whatsoever shall be granted in this regard.

19. Bribes, Commission and Corrupt Gifts

Any bribe, commission, gift or advantage given, promised or offered by or on behalf of

the contractor or his partner, agent or servant or any one of his or their behalf to any

officer, servant, representative or agent of the Engineer or to any person on his behalf

in relation to the obtaining or to the execution of this or any other contract with the

Employer shall in addition to any criminal liability which he may incur subject the

contractor to the cancellation of this and all other contracts with Employer and also to

the payment of any loss or amounts resulting from any such cancellation. Further, the

employer shall be entitled to deduct the amounts so payable from any money otherwise

due to the contractor during this or any other contract. Any question or dispute as to

the commission of any offence under the present clause shall be settled by the

Engineer, in such manner and on such evidence or information as he shall think fit

and consider sufficient and his decision shall be final and binding on the contractor.

The tender involves an obligation of secrecy and the commission by the contractor, his

agents, servants of sub-contractors or their agents or servants of any offence under the

Indian Official Secrets Act, 1923, or any statutory modification or re-enactment thereof

will apart from any criminal liability constitute a breach of the contract.

20. Use of Explosives

Except as may be provided in the specification or approved by the Engineer, the

contractor shall not use explosives. The contractor shall only permit handling and use

of explosives to be carried by men fully qualified and experienced in the storage,

handling and issues of the types of explosives to be used. He shall comply with the

provisions of Indian Explosives Act.

21. Levels

The contractor shall provide all assistance, instruments, labour and materials as are

normally required for taking levels for the work. The contractor shall provide at his own

expense experienced attendants for the Engineer or his representative to assist him in

taking levels and checking of alignments.

Page 54: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 53 of 246

22. Inflammable Stores

The contractor shall comply with all Central and Local regulations in respect of storage

of all inflammable stores or other materials safe involving risk to third parties and shall

take all special precautions required in the transport and use of such materials. The

contractors shall submit to the Engineer for approval, all drawings and documents

required for the construction of storage sheds to the proper requirements.

23. Nuisance, Disorderly Conduct etc.

The contractor shall at all times take all reasonable precautions or prevent any

unlawful, riotous or disorderly conduct by or amongst his employees and for the

preservation of peace and protection of persons and property in the neighbourhood of

the works against the same.

24. Accidents -Reporting of

The contractor shall within 24 hours of the occurrence of any accident at or about the

site or in connection with the execution of the work, report such accident to the

Engineer's representative. The contractor shall also report such accidents to the

competent authorities to whom such report is required by laws.

25. Materials Brought to Site

Materials required for the works, whether brought by the Contractor or supplied by the

Employer shall be stored by the contractor only at a place approved by the Engineer.

The storage and safe custody of materials shall be the responsibility of the contractor.

All materials brought to the site shall become and remains the property of the Employer

and shall not be removed off the site without the prior written approval of the Engineer.

But, whenever the works are finally completed and advance, if any, in respect of any

such materials is fully recovered, the contractor shall at hisown expense forthwith

remove from the site all surplus materials originally supplied by him and upon such

removal, the same shall revert to and become the property of the contractor.

26.1 Cost of the Tests

The cost of making any test shall be borne by the contractor if such test is clearly

intended or provided for in the specifications or Bill of Quantities and in the cases only

of a test under load or of a test to ascertain whether the design of any finished or

partially finished work is appropriate for the purpose which was intended to fulfil is

particularized in the specification or bill of quantities in sufficient detail to enable the

contractor to price or allow for the same in his tender. In case specification for a

particular item is not in the tender document, relevant I.S. specification and in their

absence, other international standards will apply.

26.2 Cost of Tests not provided for

If any test is ordered by the Engineer which is either not so intended by or provided for

or (in the cases above mentioned) is not particularized or though so intended or

provided for is ordered by the Engineer to be carried out by an Independent person at

Page 55: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 54 of 246

any place other than the site or the place of manufacture or fabrication of the materials

tested, then the cost of such test shall be borne by the contractor, if the test shows the

workmanship or materials not in accordance with the provisions of the contract or the

Engineer's instructions.

27. Access to Site

The Engineer/ Employer and any person authorized by him shall at all times have

access to the works and to the site and to all workshops and places where work is being

prepared or when materials, manufactured articles, or machinery are being obtained for

the works and the Contractor shall afford every facility for every assistance in or in

obtaining the right to such access.

28. Inspection Register

An inspection register is required to be maintained at the site of work, duly issued by

the Engineer's representative and docketed by from the Engineer's assistant's office,

Which must be produced whenever called upon to do so by the Engineer or his

representative during their inspection of the work. It will be the responsibility of the

Engineer's assistant to ensure that the observations of the inspection officers for each

and every visit are available in the inspection register either through recorded notes or

through pasting the inspection notes. The Engineer's assistant shall carry over such

observation and defects, on which action is to be taken by the contractor, to the site

order book with cross-reference in the inspection register. The observations recorded in

the inspection register by Engineer or his representative is reviewed during subsequent

inspections to ensure their compliance.

29. Removal of Improper Works &Material

29.1Removal of improper works &Material

The Engineer shall during the progress of the works have power to order in writing

from time to time the following:

i. The removal from the site within such time or times as may be specified in the order

of any materials, which in the opinion of the Engineer are not in accordance with

the contract.

ii. The substitution of materials not in accordance with the contract by proper and

suitable materials and

iii. The removal and proper re-execution (notwithstanding any previous test thereof or

interim payment thereof) of any work, which in respect of materials or workman

ship, is not in the opinion of the Engineer in accordance with the contract.

29.2 Default of the Contractor in compliance

In case of the default on the part of the contractor in carrying out such order as in

sub-clause 29.1, the employer shall be entitled to employ and pay other persons to

carry out the same and all expenses consequent thereon or incidental thereto shall be

Page 56: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 55 of 246

borne by the contractor and recoverable from him by the Employer from any moneys

due or which may become due to the contractor.

30.1 In the event of unsatisfactory progress

The progress of the work at each stage shall be subject to the approval of the

Engineer, whose decision as to the rate of progress at each stage shall be final and

binding on the contractor. In case of delay in the progress of work, the Engineer shall

issue to the contractor, a memo in writing pointing out the delay in the progress and

calling upon the contractor to explain the causes for the delay within 3 days of the

receipt of the memo. If the Engineer is not satisfied with the explanation offered, the

Engineer may take further action against the contractor including withholding

payment of pending bills in whole or in part and also reserves to himself the right to

cancel the contract for unsatisfactory progress in the work at any stage. In the event

of the contract being terminated at any stage due to unsatisfactory progress of work,

as per clause aforementioned, the Engineer shall have right to execute the portion of

works left incomplete using the Port's labour or any other agency. The contractor will

be liable to make good any loss incurred by the Port on this account. Such amounts

will be recovered from any moneys due to or to become due to the contractor.

30.2 Suspension of Work

The contractor shall on the written order of the Engineer suspend the progress of the

work or any part thereof for such time or times and in such manner as the Engineer

may consider necessary and shall during such suspension properly protect and

secure the work so far as is necessary in the opinion of the Engineer. The extra cost

including all running wages to be paid on the site, salaries, depreciation and

maintenance of plant on site at cost and general overhead cost of the contract

incurred by the contractor in giving effect to the Engineer's instructions under this

clause shall be borne and paid by the employer unless such suspension is:

i. otherwise provided for in the contract

or

ii. necessary for the proper execution of the work or by reason or weather conditions

affecting the safety or quality of the work or by some default on the part of the

contractor

or

iii. necessary for the safety of the works or any part thereof Provided that the

contractor shall not be entitled to recover any such extra cost unless he gives

notice in writing of his intention to claim to the Engineer within 28 days of the

Engineer's order. The Engineer shall settle and determine such extra payment to be

made to the contractor in respect of such claim in the manner as specified in

Clause 41.

Page 57: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 56 of 246

31. Extension of Time

31.1 The contractor shall commence the works on site within the period named in the

tender after the receipt by him of on order in writing to this effect from the Engineer

and shall proceed with the same with due expedition and without delay except as may

be expressly sanctioned or ordered by the Engineer or be wholly beyond the control of

the contractor.

31.2 The contractor shall maintain the rate of progress required as per schedule. If the

progress of work is held up owing to circumstances, which in the opinion of the

Engineer are beyond the control of the contractor, such as war, stormy weather and for

other reasonable causes in the opinion of the Engineer, the Engineer may at his

discretion grant to the Contractor such extension of time as he considers reasonable

for the completion of the work. In such circumstances, the contractor shall apply for

extension of time within fifteen days of the hindrance on account of which he desires

such extension as a foresaid.

31.3 The execution of the work during the extended period also, shall be only under the

same terms and conditions and at the rates specified in the contract.

31.4 The grant of such extension of time will not bestow on them any right to claim

compensation or extra payment at a future date whatsoever. No claim shall be made by

the Contractor on the grounds of executing the work beyond the completion period

stipulated in the contract.

32. Way Leaves etc

The contractor shall bear all expenses and charges for special or temporary way leaves

required by him in connection with access to the site. The contractor shall also provide

at his own cost any additional accommodation outside the site required by him for

purpose of the works.

33. Work during Night or on Sundays and Authorised Holidays

Subject to any provisions to the contrary contained in the contract, none of the

permanent works shall be carried out during night or authorized holidays without prior

permission in writing of the Engineer. Except when the work is unavoidable or

absolutely necessary for the safety of life, property or works in which case the

contractor shall immediately advise the Engineer accordingly.

34. Works of Repairs

34.1 Execution of works of Repair etc.

To the extent that the works shall at or as soon as practicable after the expiration of the

period of maintenance to be delivered up to the Employer in as good and perfect a

condition (normal, wear & tear excepted) to the satisfaction of the Engineer as that in

which they were at the commencement of the period of maintenance, the contractor

shall execute all such work of other repair, amendment, reconstruction, rectification

and making good of defects, imperfections, shrinkages or other faults as may be

Page 58: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 57 of 246

required of the contractor in writing by the Engineer during the period of maintenance

or within fourteen days after its expiration as a result of an inspection made by or on

behalf of the Engineer prior to its expiration.

34.1.1Test

If the Engineer or his nominee instructs the Contractor to carry out a test not specified

in the Specification to check whether any work has a Defect and the test shows that it

does, the Contractor shall pay for the test and any samples. If there is no Defect the test

shall be a Compensation Event.

34.2 Cost of execution of works, Repair etc.

All such work shall be carried out by contractor at his own expense if the necessity

thereof shall in the opinion of the Engineer be due to the use of materials or

workmanship not in accordance with the contract or to neglect or failure on the part of

the contractor to comply with any obligation expressed or implied on the contractor's

part under the contract. If in the opinion of the Engineer such necessity shall be due to

any other cause, the value of such work shall be ascertained and paid for as if it were

additional work.

34.3 Remedy on contractor's failure to carry out work required

If the contractor shall fail to do any such work as aforesaid required by the Engineer,

the Employer shall be entitled to carry out such work by his own workmen or by any

other contractor. If such work is a work which the contractor should have carried out

at the contractor's own costs the Employer shall be entitled to recover from the

contractor the cost thereon and may deduct the same from any moneys due or that

may become due to the contractor.

35. Liquidated Damages for Delay in Compensation

If the contractor fails to complete the work in all respects within the time specified or

within the extended time that may be allowed by the Engineer as per Clause 31, the

contractor shall pay or allow to the Port a sum equivalent to ½ % (half percent) per

week or part thereof of the total value of the contract subject to a maximum of 10% of

the total value of contract as liquidated and ascertained damages and not by way of

penalty, for every week or part thereof beyond the said period or extended period as the

case may be during which the work shall remain unfinished. Such damages will be

deducted from any moneys due or to become due to the contractor. The payment of

such damages does not relieve the contractor of his obligations to complete the works

or from any other of his obligations or liabilities under this contract.

In case of part / portions of the contract work completed and taken possession by the

Employer and the Ports operates /can be made for operation of the part portion, the

calculation of liquidated damages will be restricted to the uncompleted value of the

work subject to the amount of the maximum percentage prescribed for the liquidated

damages / late delivery charges of the total value of the contract.

Page 59: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 58 of 246

36. Remedy on Contractor's Unsatisfactory Progress in the Work

The progress of the work at each stage will be subject to the approval of the Engineer

whose decision as to the rate of progress at each stage shall be final and binding on the

contractor. The Engineer reserves to himself the right to cancel the contract for

unsatisfactory progress in the work at any stage. In such an event the Engineer also has

the right to execute the portion of works left incomplete using the Ports own labour or

with any other agency and the contractor will be liable to make good a loss incurred by

the Port on this account. Such amounts will be recovered from any moneys due to or to

become due to the contractor.

37. Employment of Technical Staff

37.1 The contractor shall employ following minimum technical staff during the execution of

this work:

Sl. No.

Requirement of Technical staff Minimum

Experience Designation

1 Project Manager (Civil)- (1 nos) with Marine works experience (5 yrs)

20 years Team Leader

2 Construction Engineer (Civil)- (3 Nos) with Marine works experience (3 yrs)

G. 15 years

Construction Engineer

3 QA/ QC Engineer (Civil)- (1 No) with Marine works experience (2 yrs)

H.

10 years QA/ QC Engineer

4

Technical Representative (Civil)- (5 Nos) must have completed minimum two Marine works/ infra projects with hands-on Experience on AutoCadd

10 years Technical

Representative

5

Planning Engineer (Civil) with hands-on experience on Primavera/MSP/MS Office/AutoCadd and very good skills in Preparing MIS reports

1 year Planning Engineer

6

Quantity Surveyor- (1 No)- Experience on Primavera/MSP/MS Office/AutoCadd and very good skills in preparation of Bills/ rate analysis and familiarity with labor productivity etc

4 years

Quantity Surveyor

7

Technical assistant - Graduation in Civil Engineering + 3 years Exp. (or) Diploma in Civil Engineering + 5 years Exp. (5 Nos)- minimum one infra project works/Marine works with hands-on Experience on AutoCadd

3 years or 5 years

Technical assistant

8 Surveyor – (1 No)- Must have held the specific responsibility at least for in last 2 years

5 years

Surveyor

9

HSE Engineer - 5 Yrs (1 No)- Must have held the specific responsibility at least for in last 2 years

I.

5 years

HSE Engineer

Notes:

Page 60: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 59 of 246

a) Rate of recovery in case of non-compliance shall recovered from the contractor’s bills

are Rs 20,000/- Per month per person for Sl. No.1-3 and Rs 10,000/- Per month per

person for others.

37.2 The technical staff should be available at site, at all times during the course of

execution of work. He will take instructions from the Engineer as and when required

by him.

37.3 The decision of the Engineer as to the period for which the required technical staff was

not employed by the contractor and as to the reasonableness of the amount to be

deducted on this account shall be final and binding on the contractor as to the

amount and the contractor’s liability to pay the said amount.

37.4 The Engineer or his nominee will approve any proposed replacement of key personnel

only if their qualifications, abilities, and relevant experience are substantially equal to

or better than those of the personnel listed in the Schedule.

37.5 If the Engineer or his nominee asks the Contractor to remove a person who is a

member of the Contractor’s staff or his work force stating the reasons the Contractor

shall ensure that the person leaves the Site within seven days and has no further

connection with the work in the Contract.

38. Change in Constitution

Where the contractor is a partnership firm, prior approval in writing of the Engineer

shall be obtained before any change is made in the constitution of firm. Where the

contractor is an individual or a Hindu undivided family business concern, such

approval as aforesaid shall likewise be obtained before the contractor enters into any

partnership agreement where under the partnership, the firm would have the right to

carry out the work hereby undertaken by the contractor.

39. Termination of Contract in the Event of Death

In the event of death insanity or insolvency of the contractor or in the case of

contractor being a partnership on dissolution of the firm of the contractor or in case of

the contractor being a company governed by the Companies Act, 1956, the winding up

of the company, the contract shall be terminated on the happening of the event above

said and all acceptable work shall be measured and paid for to the person or person

legally entitled to receive payment for the work done and on his or their executing a

bond indemnifying the Port against any claims that may be made in respect of

payments made by Port by persons claiming from the contractor or others in respect of

work done by the contractor prior to the termination of the contract.

40. Termination of Contract in the Case of Other Events

i) If in the opinion of Engineer the contractor

Page 61: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 60 of 246

a. has abandoned the contract (or )

b. without reasonable excuse has failed to commence the works or proceed with the

works with due diligence or has suspended the progress of work for 20 days after

receiving from the Engineer written notice to proceed (or)

c. has failed to remove materials from the site or to pull down and replace work for

28 days after receiving from the Engineer written notice that the said materials

or work has been condemned and rejected by the Engineer under these

conditions.

d. is not executing the works in accordance with the contract or persistently or

flagrantly neglecting to carry out his obligations under the contract (or)

e. has to the detriment of good workmanship or in defiance of the Engineer's

instructions to the contrary sublet any part of the contract,

Then, the Port may after giving 14 days' notice in writing to the Contractor enter

upon the site and the works and expel the contractor there from without thereby

avoiding the contract of releasing the contractor from any of his obligations or

liabilities under the contract or effecting the rights and powers conferred on the

Port or the Engineer by the contract and may himself complete the works or may

employ any other contractor to complete the works and the Port or other

contractor may use for such completion so much of the constructional plant,

temporary works or may employ any other contractor to complete the work and

materials which have been deemed to be reserved exclusively for the construction

and completion of the works under the provisions of the contract as he or they

may think proper and the Port may at any time sell any of the said constructional

plant, temporary works and unused materials and apply the proceeds of sale in

or towards the satisfaction of any sums due or which may become due to the Port

from the contractor under the contract.

ii) The Engineer shall as soon as may be practicable after any such entry and expulsion

by the Port fix and determine exparte or by or after reference to the parties or after

such investigations or enquiries as he may think fit to make or institute and shall

certify the amount (if any) had at the time of such entry and expulsion been reasonably

earned by or would reasonably accrue to the contractor in respect of work then

actually done by him under the contract and what was the value of any of the said

unused or partially used materials any constructional plant and any temporary works.

iii) If the Port shall enter and expel the contractor under this clause, they shall not be

liable to pay to the contractor any money on account of the contract until the expiration

of the period of maintenance and thereafter until the costs of completion and

maintenance damages for delay, in completion (if any) and all other expenses incurred

by the Port have been ascertained and amount there for certified by the Engineer. The

contractor shall then be entitled to receive only such sum or sums (if any) as the

Page 62: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 61 of 246

Engineer may certify would have been due to him upon the completion by him after

deducting the said amount. But, if such amount shall exceed the sum, which would

have been payable to the contractor on due completion by him then the contractor shall

upon demand pay to the Port the amount of such excess and it shall be deemed a debt

due by the contractor to the Port and shall be recoverable accordingly.

41. Alterations in Specifications and Designs, Additions and Omissions

41.1.The Engineer shall have the power to make any alterations in, omissions from,

additions to or substitutions for the original specification, drawings, designs and

instructions that may appear to him to be necessary during the progress of the work

and the contractor shall carry out the work in accordance with any instruction which

may be given to him in writing signed by the Engineer and such alteration, omissions,

additions or substitutions shall not invalidate the contract and any altered, additional

or substituted work which the contractor may be directed to do in the manner above

specified as part of the work shall be carried out by the contractor on the same

conditions in all respects on which he agreed to do the main work. The time for the

completion of the work shall be extended in the proportion that the altered, additional

or substituted work bears to the original contract work and the certificate of the

Engineer shall be conclusive as to such proportion. The rates for such additional,

altered or substituted work under this clause shall be worked out in accordance with

the following provisions in their respective order:

i) If the rates for the additional, altered or substituted work are specified in the contract for the work, the contractor is bound to carry out the additional, altered or substituted work at the same rates as are specified in the contract for the work.

ii) If the rates for the additional altered or substituted work are not specifically provided in the contract for the work, the rates will be derived from the rates for a similar class of work as are specified in the contract for the work.

iii) If the altered, additional or substituted work includes any work for which no rate is specified in the contract for the work and which cannot be derived from the similar class of work in the contract, then such work shall, be carried out at the rates entered by the department taking into account the Port's rates on which the estimated value of work put to Tender was worked out, with minus / plus percentage which the total tendered amount bears to the estimated cost of the entire work put to tender.

iv) If the rates for altered, additional or substituted work cannot be determined in the manner specified in the sub-clauses 41.1(i) to 41.1(iii) above, then the rates / for such work shall be worked out on the basis of the rates of the Port specified above, minus/ plus the percentage which the total tendered amounts bears to the estimated cost of the entire work put to tender provided always that if the rate for a particular part or parts of the item is not in the Port rate, the rate for such part or parts will be determined by the Engineer/ Engineer representative’s on the basis of the prevailing market rates when the work was done.

Page 63: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 62 of 246

v) If the rates for the altered, additional of substituted work cannot be determined in the manner specified in the sub-clause 41.1(i) to 41.1(iv) above, then the contractor shall within 7 days of the date of receipt of order to carry out the work, inform the Engineer of the rate which is his intention to charge for such class of work, supported by the analysis of the rate or rates claimed and the Engineer shall determine the rate or rates, on the basis of the prevailing market rates and pay the contractor accordingly. However, the Engineer by notice in writing, will be at liberty to cancel his order to carry out such class of work and arrange to carry it out in such manner as he may consider advisable, but under no circumstances, the contractor shall suspend the work on the plea of non-settlement of rates of items falling under the clause. In the event of any disagreement, the Engineer shall fix such rate or price as shall in his opinion be reasonable and proper having regard to the circumstances and such decision of the Engineer shall be final.

41.2 Variation permitted shall not exceed (+)/(-) 25% in quantity of each individual item, and (+)/(-) 10 % of the total awarded/amended contract price. Within 14 days of the date of instruction for executing varied work, extra work or substitution, and before the commencement of such work, notice shall be given either (a) by the contractor to the Employer of his intention to claim extra payment or a varied rate or price, or (b) by the Employer to the contractor of his intention to vary rate or price.

41.3 The rates for additional, altered or substituted work of individual items shall require the approval of Employer.

41.4 Variation beyond ± 10% of the stipulated quantities of individual items in the contract shall require the approval of Employer.

41.5 If the rates and prices in contract arrived on the basis of the prevailing market rates escalation will not applicable.

42. Action where no Specification of Work is Available

In the case of any class of work for which there is no specification, such work shall be

carried out in accordance with the relevant Indian Standards and in the absence of

Indian Standards, any equivalent international standards and in the event of there

being no standard specifications then in such case, the work shall be carried out in all

respects in accordance with the instructions and requirements of the Engineer.

43. No Compensation For Alteration In Or Restriction Of Work To Be Carried Out

If at any time after the commencement of work, the Engineer shall for any reason

whatsoever not require the whole work as specified in the tender to be carried out, the

Engineer shall give notice in writing of the fact to the contractor who shall have no claim

to any payment of compensation neither shall he have any claim for compensation by

reason of any alterations having been made in the original specifications, drawings,

designs and instructions, which shall involve any curtailment of the work as originally

contemplated; Provided that the contractor shall be paid the charges on the cartage only

of materials actually and bona fide brought to the site of the work by the contractor and

rendered surplus as a result of the abandonment or curtailment of the work or any

portion thereof and then taken back by the contractor provided however, that the

Engineer shall have in all such situations, the option of taking over all or any such

materials at their purchase price or at local current rates whichever may be less. The

Page 64: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 63 of 246

contractor shall produce all relevant documentary evidence like vouchers, invoices etc.,

in support of his claim. In the case of such stores having been issued from the

department stores, supervision charges and storage charges shall be refunded in

addition to the issue rates of materials.

44. Method of Measurement

44.1 Except where any general or detailed description of the work in bills of quantities or

schedule of works / items / quantities expressly shows to the contrary, the Bill of

quantities or schedule of works / items / quantities shall be deemed to have been

prepared and measurements shall be taken in accordance with the procedure set forth

in the schedule of rates / specification notwithstanding any provision in the relevant

standard method of measurement or any general or local custom. In the case of items

which are not covered by the schedule of Rates / specifications, measurements shall be

taken in accordance with the relevant standard method of measurements issued by the

Bureau of Indian Standards.

44.2Records & measurements

The Engineer shall except as otherwise stated ascertain and determine by

measurement the value in accordance with the contract of work done in accordance

therewith.

44.2.1 All items having a financial value shall be entered in measurement books/

measurement sheets/ level books etc. prescribed by the employer so that a complete

record is obtained of all work performed under the contract.

44.2.2 Measurements shall be taken jointly by the Engineer or his authorised

representative on the one hand and by the contractor or their representative on the

other. Before taking measurements of any work, the Engineer or the person deputed

by him for the purpose shall give a reasonable notice to the contractor. If the

contractor fails to attend or send an authorised representative for measurement

after such a notice or fails to countersign or to record the objection within a week

from the date of measurements, then in any such event, measurements taken by the

Engineer or by the person deputed by him shall be taken to be the correct

measurement of the work.

44.2.3 The contractor shall, without extra charge, provide assistance with every appliance

and other things necessary for measurement. Measurements shall be signed and

dated by both parties each day on the site on completion of measurement. If the

contractor objects to any of the measurements recorded on behalf of the Employer, a

note to that effect shall be made in the measurement book against the item objected

to and such note shall be signed and dated by both parties engaged in taking the

measurements.

If as a result of such objection, it becomes necessary to re-measure the work wholly

or in part, the expense of such measurement shall be borne by the party requiring

Page 65: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 64 of 246

the measurement to be retaken provided that net errors are found by this

measurement to amount to less than 5% of the value as recorded by the first

measurement. Where however the net errors amount to 5% or over of the said value

the cost of re-measurement shall be borne by the other party. In any case, if the net

value of errors found exceeds Rs 500/-the expense of re-measurement shall be

borne by the other party.

44.3Production of vouchers

The contractor shall when required by the Engineer produce all quotations, invoices,

vouchers and accounts or receipts in connection with expenditure in respect of

provisional or prime cost items. He shall produce vouchers etc. if required to prove to

the Engineer that materials supplied by him are in conformity with the specifications

laid down in the contract.

45. Certified Payments

45.1 Monthly payments:

The contractor shall submit to the Engineer on or before the 10th of each month, a

statement on the standard printed form to be had on application, showing the

estimated contract value of the permanent work executed up to the end of the month

(if such) value shall justify the issue of an interim certificate and the contractor will be

paid monthly on the certificate of the Engineer, the amount due to him on account of

the estimated contract value of the permanent work executed up to the end of the

previous month together with such amount (if any) as the Engineer may consider

proper on account of materials for permanent works delivered by the contractor, All

amount due to the Port by the contractor if outstanding on account of supply of any

materials, electricity, water, services rendered in connection with the contract, repairs

or rectifications to work etc., shall be adjusted from the bills or anyamount due to the

contractor by the Port by way of outstanding deposits etc.

45.2 75 % of the net amount of interim or running bill shall be paid by the employer within

ten (10) days from the date of submission of interim or running bill certificate and the

balance within thirty (30) days from the date of submission of interim certificate or

running bill, subject to certification by Engineer and enclosures of supporting

documents.

45.3The date on which a Cheque/e-payment is made over to the contractor by the

Employer will be considered as the date of payment for all purposes. Delay in making

such payments by the Employer due to exceptional circumstances shall not nullify or

vitiate in any way or other, the conditions of the contract and the contractor shall have

no claim on this account. The employer will not pay any interest on account of any

delay in the payment to the Contractor under any point of time and Contractor cannot

prefer any claim on this account.

Page 66: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 65 of 246

45.4The Engineer may by any certificate make any correction or modification in any

previous certificate, which shall have been issued by him and shall have the power to

withhold any certificate if the work or any part thereof is not being carried out to his

satisfaction.

45.4.1 The contractor shall submit a minimum of 2 copies of each Computerized

Measurement Books for the purpose of reference and record in the various offices of

the Employer signed by both Contractor and Engineer shall be followed.

45.4.2 While preparing the first bill of contractual payment the contractor should submit

the following:

a. Proof of labour license as per contract labour (Regulation & Abolition act 1970).

b. An unconditional undertaking from contractor certified by Engineer (or) his

authorised representative in respect of compliance towards all statutory obligations

laid down by applicable laws as listed under special conditions of contract along

addition or deletion depending on the applicability/non applicability of any new/old

laws respectively with any amendment thereof related to work.

c. Proof of EPF & ESI registrations

d. Proof of registration under building and other constructions under act 1996 &

labour act 1996.

45.4.3 While preparing the subsequent bills, contractor should submit the following.

a. EPF remittance towards contractual employer

b. ESI remittance

c. An undertaking from contractor certified by Engineer (or) his representative in

respect of compliance of all other statutory obligations of contractual labours.

45.4.4 On demand by the Engineer, the contract should submit report/

certificate/declaration/Director’s Responsibility Statement respect to compliance of

provision of applicable laws.

45.4.5 The various situations of breach of contractor attract invocation /forfeiture of

Performance guarantee /EMD.

45.5Final Statement

Not later than 60 days after the issue of the 'Taking Over Certificate' pursuant to

Clause -26 of Section 3, the Contractor shall submit to the Engineer for consideration

a draft final statement with supporting documents showing in detail, in the form

approved by the Engineer.

i. The value of all work done in accordance with the contract.

ii. Any further sums which the contractor considers to be due to him under the

contract.

Page 67: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 66 of 246

If the Engineer disagrees with or cannot verify any part of the draft final statement,

Contractor shall submit such further information as the Engineer may reasonably

require and shall make such changes in the draft as may be agreed between them. The

Contractor shall then prepare and submit to the Engineer the final statement as agreed

(for the purposes of these conditions referred to as the "Final Statement")

45.6 Discharge

Upon submission of the Final Statement, the Contractor shall give to the Engineer, a

written discharge confirming that the total of the Final Statement represents full and

final settlement of all monies due to the Contractor arising out of or in respect of the

Contract. Provided that such discharge shall become effective only after payment due

under the Final Certificate issued pursuant to Sub-Clause -45.7, has been made and

the performance security, if any has been returned to the Contractor.

45.7 Within 30 days after receipt of the Final Statement, and the written discharge, the

Engineer shall issue to the Contractor a Final Certificate stating:

a. the amount which, in the opinion of the Engineer, is finally due under the

Contract, and

b. after giving credit to the Employer for all amounts previously paid by the

Employer and for all sums to which the Employer is entitled under the Contract,

other than Clause -35, the balance, if any, due from the Employer to the

Contractor or from the Contractor to the Employer as the case may be.

46. Time Limit for Payment of Final Bill

The contractor's final bill shall be passed for payment within three (3) months after the

issue of Taking over certificate by the Engineer provided the contractor has fully

complied with the requirements under the contract. If the amount payable under any

running bill is not sufficient to cover deductions to be made under the contract, the

balance outstanding shall be paid by the contractor in cash within fifteen (15) working

days from the date of receipt of the written notice issued in this regard by the Engineer.

After the payment of the amount of the final bill payable as aforesaid has been made,

the contractor may, if he so desires, reconsider his position in respect of the disputed

portion of the final bill and if he fails to do so within ninety (90) days, his disputed claim

shall be dealt with as provided in the contract. The employer will not pay any interest on

account of any delay in the payment to the Contractor under any point of time and

Contractor cannot prefer any claim on this account.

47.Set off Clause

Any sum of money due and payable to the contractor (including security deposit in the

form of BG returnable to him) under this contract may be appropriated by the Port and

set off against any claim of the Port for the payment of a sum of money arising out of or

under any other contract made by the contractor with the port. This provision will also

Page 68: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 67 of 246

apply in case the contractor is also a partner of a JV, which has entered into contract

with Employer where the JV partners are jointly and severally liable.

48.Cessation of Employer's Liability

The Employer shall not be liable to the contractor for any matter or thing arising out of

or in connection with the contract or the execution of the works unless the contractor

shall have made a claim in writing in respect thereof before the issue of the

maintenance certificate under this clause.

49. SETTLEMENT OF DISPUTES

49.1 Engineer's Decision

If a dispute of any kind whatsoever arises between the Employer and the Contractor

in connection with, or arising out of, the Contract or the execution of the Works,

whether during the execution of the Works or after their completion and whether

before or after repudiation or other termination of the Contract, including any

dispute as to any opinion, instruction, determination, certificate or valuation of the

Engineer, the matter in dispute shall, in the first place, be referred in writing to the

Engineer. Such reference shall state that it is made pursuant to this Clause. No later

than the ninety (90) days after the day on which he received such reference the

Engineer shall give notice of his decision to the Contractor. Such decision shall state

that it is made pursuant to this Clause. Unless the Contract has already been

repudiated or terminated, the Contractor shall, in every case, continue to proceed

with the Works with all due diligence and the Contractor shall give effect forthwith to

every such decision of the Engineer unless and until the same shall be revised, as

hereinafter provided, in an amicable settlement or an arbitral award. If the

Contractor dissatisfied with any decision of the Engineer, or if the Engineer fails to

give notice of his decision on or before the ninety (90) days after the day on which he

received the reference, then the Contractor may, on or before the sixty (60) day after

the day on which received notice of such decision, or on or before the sixteenth day

after the day on which the said period of ninety (90) days expired, as the case may

be, give notice to the Engineer, of his intention to commence arbitration, as

hereinafter provided, as to the matter in dispute. Such notice shall establish the

entitlement of the party giving the same to commence arbitration, as hereinafter

provided, as to such dispute and, subject to Sub-Clause 49.4, no arbitration in

respect thereof may be commenced unless such notice is given. If the Engineer has

given notice of his decision as to a matter in dispute to the Contractor and no notice

of intention to commence arbitration as to such dispute has been given by the

Contractor on or before the sixtieth (60th) day after the day on which the party

received notice as to such decision from the Engineer, the said decision shall become

final and binding upon the Contractor.

49.2 Amicable Settlement

Page 69: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 68 of 246

Where notice of intention to commence arbitration as to a dispute has been given in

accordance with Sub-Clause 49.1, arbitration of such dispute shall not be

commenced unless an attempt has first been made by the parties to settle such

dispute amicably. Provided that, unless the parties otherwise agree, arbitration may

be commenced on or after the sixtieth (60th) day after the day on which notice of

intention to commence arbitration of such dispute was given, whether or not any

attempt at amicable settlement thereof has been made.

49.3 Arbitration

Any dispute in respect of which

a) the decision, if any, of the Engineer has not become final and binding pursuant

to Sub-Clause 49.1.

b) amicable settlement has not been reached within the period stated in Sub-

Clause 49.2 shall be finally settled under the Arbitration and Conciliation Act,

1996 by two arbitrators one by each party or by an umpire appointed by the

said arbitrators in case of disagreement between the arbitrators appointed

under such Rules. The said arbitrator/s and / or Umpire shall have full power

to open up, review and revise any decision, opinion, instruction, determination,

certificate or valuation of the Engineer related to the dispute, but within the

provisions of Contract between the two parties. Neither party shall be limited in

the proceedings before such arbitrator/s to the evidence or arguments put

before the Engineer for the purpose of obtaining his said decision pursuant to

Sub-Clause 49.1. No such decision shall disqualify the Engineer from being

called as a witness and giving evidence before the arbitrator/s on any matter

whatsoever relevant to the dispute. Arbitration may be commenced after

completion of the Works, provided that the obligations of the Employer, the

Engineer and the Contractor shall not be altered by reason of the arbitration

being conducted during the progress of the Works. All arbitration proceedings

in connection with the above contract shall be subject to the jurisdiction of the

High court of judicature at Chennai only.

49.4 The above sub-clauses 49.1 to 49.3 will not operate where the contractor is a Public

Sector Enterprise or any other Govt. Dept. or was awarded the contract through the

provisions of the purchase preference policy of the Govt. of India. In such cases,

settlement of commercial disputes under the contract will be governed by the

provisions prevailing in respect of the Permanent Machinery of Arbitrators (PMA) in

the Department of Public Enterprises.

49.5 Failure to Comply with Engineer's Decision Where neither the Engineer nor the

Contractor has given notice of intention to commence arbitration of a dispute within

the period stated in Sub-Clause-49.1 and the related decision has become final and

Page 70: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 69 of 246

binding, either party may, if the other party fails to comply with such decision, and

without prejudice to any other rights it may have, refer the failure to arbitration in

accordance with Sub-Clause-49.3.

Any Dispute Resolution Mechanism Guidelines issued by the Government of India /

Ministry, then the same mechanism shall be followed by both the parties for

resolving any such disputes arising out of this Contract.

50. Safety Code

The Contractor shall scrupulously adhere to and observe the following safety codes:

i) Hoisting machines and tackles used in the Works including their attachments,

anchorage and supports shall be in perfect condition as per stipulations of the

relevant Rules. The ropes used in hoisting or lowering materials or as means or

suspension shall be of durable quality and adequate strength and free from defects.

ii) Workers employed shall be provided with protective footwear and rubber hand

gloves and other gears. Those engaged in welding Work shall be provided with

welder's protective eye shield and gloves.

iii) No paint containing lead or lead products shall be used except in the form of paste

or ready-made paint. Suitable facemasks should be supplied for use by the

Workers when the paint is applied in the form of spray or surface having lead paint

dry rubbed and scrapped. Necessary and adequate facilities shall be provided by

the Contractor to enable the Working painters to wash during the period of

cessation of Work.

All Safety Rules shall be strictly followed while Working on live electrical systems or

installations as stipulated in the relevant Rules.

51. Life Saving Appliances and First Aid

The Contractor shall provide and maintain upon the Works, sufficient, proper and

efficient life saving appliances and first aid equipment to the approval of the Engineer.

The appliances and equipment shall be available for use at all times.

52. Port Rules

52.1 The Contractor shall observe the conservancy rules relating to the Harbour and shall

always take such necessary additional steps to keep the Harbour waters free of

noxious or unhygienic matters coming from his Works as are required by the

Engineer. Under no circumstances shall inflammable materials be allowed to spill into

the Harbour waters.

52.2 The Contractor shall always observe and comply with the Working Rules and

Regulations of the Port in force or as issued from time to time.

53. Details to be Confidential, Drawings and Photographs

Page 71: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 70 of 246

53.1 The Contractor shall treat the details of the Contract as private and confidential, save

in so far as may be necessary for the purpose thereof, and shall not publish or disclose

the same or any particulars thereof in any trade or technical paper or elsewhere

without the previous consent in writing of the Engineer.

53.2 No photograph of the Works or any part thereof or plant employed thereon shall be

taken or permitted by the Contractor to be taken by any of his employees or any

employees of his Sub-Contractors unless otherwise specifically mentioned in the

Contract without the approval of the Engineer.

54. Notice

54.1Notice to Contractor

All certificates, notices or instructions to be given to the Contractor by the Engineer

under the terms of the Contract shall be sent by post, fax, telex or facsimile

transmission to or left at the Contractor's principal place of business or such other

address as the Contractor shall nominate for that purpose and or the Local office at

Site of Work.

54.2 Notice to Employer and Engineer

Any notice to be given to the Employer or to the Engineer under terms of the Contract

shall be sent by post or left at their following address:

THE DY.GENERAL MANAGER (CIVIL), Port Administrative Building, Kamarajar Port Limited, Vallur Post, Chennai - 600120.

54.3 Change of Address

Either party may change a nominated address to another address in the country

where the Works are being executed by prior notice to the other party, with a copy to

the Engineer, and the Engineer may do so by prior notice to both parties.

55. Subsequent Legislation:

If, after the date 28 (Twenty eight) days prior to the date for submission of tenders for

the contract there occur changes to any National or Statute Stature, Ordinance or

Decree or other Law or any regulation or bye law of any local or other duly constituted

authority or introduction of any such state statute, Ordinance, Decree, Law, regulation

or bye law which causes additional or reduced cost to the contractor in execution of the

contract, such additional or reduced cost shall, after due consultation with the

Employer and the Contractor be determined by the Engineer or Engineer's

representative and shall be added to or deducted from the contract price and the

Engineer or Engineer's representative shall notify the contractor accordingly with a

copy to the Employer.

Page 72: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 71 of 246

PART II - SPECIAL CONDITIONS OF CONTRACT

1. Labour

The Contractor shall, unless otherwise provided in the Contract, make his own

arrangements for the engagement of all staff and labour, local or other, and for their

payment, housing, feeding and transport.

The Contractor shall, if required by Engineer or his representative, deliver to the

Engineer or his representative a return in detail, in such form and at such intervals

as the Engineer may prescribe, showing the staff and the numbers of the several

classes of labour from time to time employed by the Contractor on the Site and such

other information as the Engineer may require.

2. Compliance with Labour Regulations

During continuance of the contract, the Contractor and his sub contractors shall

abide at all times by all existing labour enactments and rules made thereunder,

regulations, notifications and bye laws of the State or Central Government or local

authority and any other labour law (including rules), regulations, bye laws that may

be passed or notification that may be issued under any labour law in future either by

the State or the Central Government or the local authority. Salient features of some

of the major labour laws that are applicable to construction industry are given below.

The Contractor shall keep the Employer indemnified in case any action is taken

against the Employer by the competent authority on account of contravention of any

of the provisions of any Act or rules made thereunder, regulations or notifications

including amendments. If the Employer is caused to pay or reimburse, such

amounts as may be necessary to cause or observe, or for non-observance of the

provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including

amendments, if any, on the part of the Contractor, the Engineer /Employer shall

have the right to deduct any money due to the Contractor including his amount of

performance security. The Employer/ Engineer shall also have right to recover from

the Contractor any sum required or estimated to be required for making good the

loss or damage suffered by the Employer.

The employees of the Contractor and the Sub-Contractor in no case shall be treated

as the employees of the Employer at any point of time.

3. Salient Features of some Major Labour Laws Applicable to Establishments Engaged in Building and other Construction Work

a) Workmen Compensation Act 1923: The Act provides for compensation in case of

injury by accident arising out of and during the course of employment.

b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act

on satisfaction of certain conditions on separation if an employee has completed 5

years service or more or on death the rate of 15 days wages for every completed year

Page 73: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 72 of 246

of service. The Act is applicable to all establishments employing 10 or more

employees.

c) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for

monthly contributions by the employer plus workers @ 10% or 8.33%. The benefits

payable under the Act are:

(i) Pension or family pension on retirement or death, as the case may be.

(ii) Deposit linked insurance on the death in harness of the worker.

(iii) Payment of P.F. accumulation on retirement/death etc.

d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to

women employees in case of confinement or miscarriage etc.

e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain

welfare measures to be provided by the Contractor to contract labour and in case the

Contractor fails to provide, the same are required to be provided, by the Principal

Employer by Law. The Principal Employer is required to take Certificate of

Registration and the Contractor is required to take license from the designated

Officer. The Act is applicable to the establishments or Contractor of Principal

Employer if they employ 20 or more contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the

Minimum Wages fixed by appropriate Government as per provisions of the Act if the

employment is a scheduled employment. Construction of Buildings, Roads, and

Runways are scheduled employments.

g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be

paid, when it will be paid and what deductions can be made from the wages of the

workers.

h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for

work of equal nature to Male and Female workers and for not making discrimination

against Female employees in the matters of transfers, training and promotions etc.

i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing

20 or more employees. The Act provides for payments of annual bonus subject to a

minimum of 8.33% of wages and maximum of 20% of wages to employees drawing

Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/-

per month or above up to Rs.3500/- per month shall be worked out by taking wages

as Rs.2500/-per month only. The Act does not apply to certain establishments. The

newly set-up establishments are exempted for five years in certain circumstances.

Page 74: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 73 of 246

Some of the State Governments have reduced the employment size from 20 to 10 for

the purpose of applicability of this Act.

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for

resolution of Industrial disputes, in what situations a strike or lock-out becomes

illegal and what are the requirements for laying off or retrenching the employees or

closing down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all

establishments employing 100 or more workmen (employment size reduced by some

of the States and Central Government to 50). The Act provides for laying down rules

governing the conditions of employment by the Employer on matters provided in the

Act and get the same certified by the designated Authority.

l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade

unions of workmen and employers. The Trade Unions registered under the Act have

been given certain immunities from civil and criminal liabilities.

m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment

of children below 14 years of age in certain occupations and processes and provides

for regulation of employment of children in all other occupations and processes.

Employment of Child Labour is prohibited in Building and Construction Industry.

n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of

Service) Act 1979: The Act is applicable to an establishment which employs 5 or

more inter-state migrant workmen through an intermediary (who has recruited

workmen in one state for employment in the establishment situated in another

state). The Inter-State migrant workmen, in an establishment to which this Act

becomes applicable, are required to be provided certain facilities such as housing,

medical aid, travelling expenses from home up to the establishment and back, etc.

o) The Building and Other Construction workers (Regulation of Employment and

Conditions of Service) Act 1996 and the Cess Act of 1996: All the establishments

who carry on any building or other construction work and employs 10 or more

workers are covered under this Act. All such establishments are required to pay cess

as per the statutory provision of Act. The Employer of the establishment is required

to provide safety measures at the Building or construction work and other welfare

measures, such as Canteens, First-Aid facilities, Ambulance, Housing

accommodations for workers near the work place etc. The Employer to whom the

Act applies has to obtain a registration certificate from the Registering Officer

appointed by the Government.

Page 75: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 74 of 246

p) Factories Act 1948: The Act lays down the procedure for approval at plans before

setting up a factory, health and safety provisions, welfare provisions, working hours,

annual earned leave and rendering information regarding accidents or dangerous

occurrences to designated authorities. It is applicable to premises employing 10

persons or more with aid of power or 20 or more persons without the aid of power

engaged in manufacturing process.

q) Employees State Insurance ESI Act, 1948: The ESI Act, 1948, is applicable to

Factories using power and employing 10 or more personnel and establishment

employing 20 or more persons and drawing wages/Salary upto Rs.15,000/- per

month. Workers covered under ESI Act, are entitled for full medical care for self and

family. Besides, cash benefit in the event of sickness, maternity and employment

injury. Accordingly, the contractual/casual employees drawing wages upto

Rs.15,000/- per month employed either directly by Port Trust or through contractor

are covered under ESI Act, 1948. It is obligatory on the part of the employer to

calculate and remit ESI contribution comprising of employers’ share of 4.75% plus

employees’ share of 1.75% which is payable on or before 21st of the following month,

to which the salary relates.

Page 76: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 75 of 246

SECTION - 3

GENERAL DESCRIPTION OF WORKS AND OTHER CONDITIONS

Page 77: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 76 of 246

SECTION – 3: GENERAL DESCRIPTION OF WORKS AND OTHER CONDITIONS

1. General Description

The works covered under this tender is "Construction of Berth and Car Parking Yard

for Automobile Export/ Import Terminal-II at Kamarajar Port”. The details regarding

the location, alignment, plan, elevation, section and wharf accessories etc are all shown

in the drawing enclosed under the Schedule of Drawings in Section 7. The works

covered under this contract in two different places i.e Construction of Berth nearer to

the existing GCB 1 and Car Parking Yard is east of the existing parking yard. The

major components of works covers are as follows:-

A. Construction of Berth adjacent to existing GCB 1

i. Carrying out land based survey and marine survey including setting out of

berth location on ground with respect to Employer bench mark. If required,

contractor has to establish the temporary bench mark at site.

ii. Positioning and setting up of all piling equipments,

iii. Supplying, fabrication and erection of steel liners,

iv. Boring for piles,

v. Supplying and providing M40 concrete for pile & pile muff and diaphragm

wall.

vi. To perform initial vertical and Dynamic load test on piles

vii. Supplying and providing M40 concrete for deck elements,

viii. Providing screed concrete over the Deck slab,

ix. Supplying, fabricating and placing of steel reinforcement for pile, pile muff,

deck elements and diaphragm,

x. Providing 100/150 Tonne Capacity Bollards

xi. Providing Super Cone fenders

xii. Providing all other wharf accessories such as ladders and steel embedment

etc.

xiii. Removal of soil below the deck from the natural slope with geo textile layer

protection and stone pitching on top.

xiv. Hardening the rear area of berth for Transit parking including clearing the

jungle, earthwork excavation and filling the area, levelling the area with

suitable roller, preparing the sub base layer with granular sub grade/Plain

cement concrete, preparing the base layer including providing paver blocks

concrete surface etc.,

B. Construction of parking Yard in the east of existing parking yard

(i) Hardening the Car Parking Yard area including clearing the jungle, earthwork

excavation and filling the area, levelling the area with suitable roller, preparing

the sub base layer with granular sub grade etc.,

Page 78: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 77 of 246

(ii) Construction of yard for heavy truck movement by using concrete

pavement.(Area is about 32,000 Sqm) ( The area mentioned is indicative only)

(iii) Construction of yard for parking cars by using PCC Paving blocks (Area is

about 53,000 Sq.m)( The area mentioned is indicative only)

(iv) Construction of RCC Storm water drain (Length is about 2100 RM)

(v) Construction of RCC Cable chase. (Length is about 2400 RM)

(vi) Construction of compound wall on three sides of the yard using hollow blocks

with compound Gates. (Length is about 1215 RM)

(vii) Construction of Security watch towers, three storey office building and

approach ramps with RCC near gates.

B. All other miscellaneous and contingent items required for the proper completion of

the work.

Along with the offer, the tenderer should submit a bar chart indicating their

programme of work. On award of contract, the contractor shall within fifteen (15)

days after the date of the Letter of Acceptance - Work order, submit to the Engineer

for his consent a programme, in such form and detail as the Engineer shall

reasonably prescribe, for the execution of the works. The contractor shall whenever

required by the Engineer, also provide in writing for his information a detailed

description of the arrangements and methods which the contractor proposes to

adopt for the execution of the works.

If at any time it should appear to the Engineer's representative that the actual

progress of the works does not conform to the programme to which consent has

been given the contractor shall produce, at the request of the Engineer's

representative, a revised programme showing the modifications to such programme

necessary to ensure completion of the works within the time for completion. The

contractor shall submit to the Engineer within fifteen (15) days after the date of

Letter of Acceptance and in any case prior to the commencement of the work, three

copies of a detailed Critical Path Method (CPM) schedule and bar chart which shall

be based on this preliminary programme submitted with the tender and as approved

by the Engineer, showing the earliest and latest dates of commencement and

completion of various activities of the work and also anticipated dates for delivery,

erection / installation of bought out items for different sections of the work. The

detailed Critical path method (CPM) schedule and bar chart shall be updated by the

contractor every two months.

The contractor shall submit to the Engineer on the first day of each week or such

longer period as the Engineer may from time to time direct, a progress report in an

approved form shown up-to-date total progress, progress achieved against planned

progress, during the previous week and progress forecast for the following week for

all important items in each section or portion of the works, in relation with the

Page 79: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 78 of 246

approved CPM schedule and bar chart. The contractor shall, within fifteen (15) days

after the date of the Letter of Acceptance, provide to the Engineer for his information

a detailed cash flow estimate, in quarterly periods, of all payments to which the

contractor will be entitled under the contract and the contractor shall subsequently

supply revised cash flow estimates at quarterly intervals, if required to do so by the

Engineer.

The submission to and consent by the Engineer of such programme or the provision

of such general descriptions or cash flow estimates shall not relieve the contractor of

any of his duties or responsibilities under the contract.

2. Site Information and Conditions

The berth construction work has to be carried out behind the existing Ro Ro berths

towards North in the proposed inner dock Basin. The berth structure construction has

to be carried out partly in water and remaining part in land. The Hardening work shall

be carried out in the area behind the diaphragm wall.

Adequate area for carrying out works will be allotted within the radius of 1 Km for

fabrication of liners, reinforcement and batching plant for concrete mixing and pre-

casting the elements, site office, laboratory etc. No rental charges will be levied for the

working area spared to the contractor during the tenure of the contract including

extended period, if any granted.

The Engineer may at his discretion allot additional working area if required by the

contractor anywhere inside the Port premises subject to availability and free of rental

charges based on the requirements of work. The area occupied by the contractor

beyond the time limit specified including extended period if any granted shall be

charged as per the Employer's scale of rates. In addition, the port will also allot a

temporary waterfront for loading the men and materials for this work.

The area for berth construction where the works have to be executed is located close to

the existing Ro Ro berth and hence care shall be taken to avoid hindrance to regular

movement of vessels at the Berth. During the construction period necessary safety

measures has to be taken for the men working at site and also protect the activities

carried out at the adjacent Ro Ro berth and its Transit parking area by providing

necessary strong wind barriers of suitable height so as to avoid damages if any.

Car Parking Yard has to be carried out in Eastern side of existing car Parking Yards.

The tenderer shall inspect and examine the site and its surroundings and shall satisfy

himself before submitting his tender as to the nature of the structure and substructure

(so far as is practicable), the form and nature of the site, the stacking and movement of

the traffic, the quantities and nature of work and materials necessary for the

Page 80: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 79 of 246

completion of the works and the means of access to the site, the accommodation he

may require and in general, shall himself obtain all necessary information as to risks,

contingencies and other circumstances which may influence or affect his tender. No

extra charges consequent to wrong assumptions / assessment by the tenderer or

otherwise shall be allowed. The tenderer shall take into account all these aspects

before quoting their rates and shall not hold the Port responsible for any details that

might have been omitted to be mentioned in the tender schedule which may affect the

pricing of the tender and any claim by the tenderer on this account will not be

entertained by the Port. In case any additional investigations are required to be

done at site by the tenderer, he may do so at his own cost with the prior approval

of the Engineer.

The site will be handed over in stages/ fully, depending upon the construction

programme of work. In case, if there is delay in handing over the site, due to the Port

activities, the Engineer at his discretion may grant extension of time, as he considers

reasonable for the proper completion of work. The tenderer has to take into account all

the delays due to this kind of port activities. The grant of such extension of time

however will not bestow on the contractor any right to claim compensation / extra

payment for idling of plant, labour and overhead loss etc., even at a future date for any

reasons whatsoever. No claim towards idle time charges will be entertained by the

Port for any reasons whatsoever.

3. The contractor is deemed to have satisfied himself before tendering as to the correctness

and sufficiency of his tender for works and of the rates and prices quoted in the priced

Bill of Quantities and the schedule of rates and prices (if any) which rates and prices

shall except in so far as they are otherwise provided in the contract, cover all his

obligations under the contract apart from all matters and things necessary for the

proper completion and maintenance of the work. The rate quoted shall be inclusive of

all tax (excluding GST)s, levies, duties, cost of insurance etc. apart from the cost of

materials to be procured by the contractor and also labour, tools, plants, fuel,

consumables, etc.

4. The rates quoted by the contractor shall be deemed to be basic unit rate excluding GST

that the contractors will have to pay for the performance of this contract. The GST will

be reimbursed by KPL. ITC will be reflected in KPL’s GST portal. The employer will

perform such duties in regard to the deduction of such taxes at source as per applicable

law. Any new taxes, levies, duties imposed after signing the contract shall be

reimbursed by the Employer on production of documentary evidence.

Page 81: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 80 of 246

5. Tax

The quoted rates of the bidders shall include of all taxes, duties, etc., except applicable

GST. TDS as applicable shall be deducted at source by Kamarajar Port in accordance

with IT, GST and any other acts such as Tamil Nadu construction workers welfare cess

Act 1996, etc. Further, the contractor has to raise GST tax invoice timely, not

withstanding reimbursement/ payment from KPL, Contractor has to comply GST

statutory provisions i.e remittance, filing, etc. KPL shall reimburse the GST portion on

reflection of Input tax credit at GST portal.

6. If any temporary item of work is needed for the execution of the contract, the required

details shall be submitted by the tenderer with the proposals and connected drawings

along with the tender. No payment shall be made for any temporary items of work.

Before any Temporary works are commenced, the contractor shall submit sufficiently

in advance to the Engineer or his representative for approval, his proposals for all

temporary works including drawings and design calculations. The Engineer or his

representative shall be at liberty to make any modifications to the temporary works in

accordance with the conditions of the contract and the contractor shall carry out such

modifications. In the event of the contractor considering that such modifications

required by the Engineer or his representative will affect the security of the temporary

works, or increase the contractor's liability under the contract, he shall give notice in

writing to the Engineer within seven days of receipt of such communication. The

Engineer will thereupon consider the matter and communicate his decision, which

shall be final and binding on the contractor. Notwithstanding the approval by the

Engineer or his representative of any submitted design for any of the temporary works

the contractor shall remain entirely responsible for such works in all respects.

7. The description of the item of work given in the schedule of quantities should be read

along with the specifications, drawings and the conditions of contract.

8. It is to be expressly understood that the measured work is to be taken

(notwithstanding any custom or practice otherwise) according to the drawing or as may

be directed from time to time by the Engineer or his representative and that the value

of the work done will be calculated by the measurement of various items at the

respective rates without additional charges for any necessary incidental or contingent

work connected therewith as detailed in specifications and conditions of contract.

9. The quantities given under the Bill of Quantities are those upon which the approximate

estimated cost of work are based but they are subject to alterations, omissions,

deduction and additions and not necessarily show the actual quantities of work to be

done and can be increased or decreased at the discretion of the Engineer. The rates

Page 82: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 81 of 246

quoted shall be firm for such variation up to the limit of 25% in respect of individual

items and upto 10 % of the total Agreement value/Amended Agreement value. In case

the variation results in the total contract value exceeding the prescribed percentage,

the revision of rates, if any, shall be applicable only for that portion of contract carried

out in excess of the permissible percentage.

10. The area where the berth construction works have to be executed is inside the basin

area, due care shall be taken to avoid hindrance to regular movement of vessels.

During the construction period necessary safety measures have to be taken for the

men working at site. The tenderer shall inspect and examine the site and its

surroundings and shall satisfy himself before submitting his tender as to the nature of

the structure and substructure (so far as is practicable), the form and nature of the

site, the stacking and movement of the traffic, the quantities and nature of work and

materials necessary for the completion of the works and the means of access to the

site, the accommodation he may require and in general, shall himself obtain all

necessary information as to risks, contingencies and other circumstances which may

influence or affect his tender. No extra charges consequent to wrong assumptions /

assessment by the tenderer or otherwise shall be allowed. The tenderer shall take into

account all these aspects before quoting their rates and shall not hold the Employer

responsible for any details that might have been omitted to be mentioned in the tender

schedule which may affect the pricing of the tender and any claim by the tenderer on

this account will not be entertained by the KPL. In case any additional investigations

are required to be done at site by the tenderer, he may do so at his own cost with the

prior approval of the Engineer. The site will be handed over in one stage. In case if

there is delay in handing over the site, due to the port activities, the Engineer at his

discretion may grant extension of time, as he considers reasonable for the proper

completion of work. The tenderer has to take into account all the delays due to the port

activities. The grant of such extension of time however will not bestow on the

contractor any right to claim compensation / extra payment for idling of plant, labour

and overhead loss etc., even at a future date for any reasons whatsoever. No claim

towards idle time charges will be entertained by the Port for any reasons whatsoever.

11.1. Drains, pipes, cables, overhead wires and similar services encountered in the course

of the work shall be guarded from injury by the contractor at his own cost, so that

they may continue in full and uninterrupted use to the satisfaction of the Engineer or

his representative thereof and the contractor shall not store materials or otherwise

occupy any part of the site in a manner likely to hinder the operation of such services.

11.2. If any damage be done by the contractor to any mains, pipes, cables or lines (whether

above or below structure) whether or not shown in the drawing, the contractor must

Page 83: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 82 of 246

make good or bear the cost of making good the same without delay, to the satisfaction

of the Engineer or his representative.

12. KPL shall not be held liable for any damages or compensation payable under the law

in respect or in consequence of any accident or injury to any workmen or other

persons in the employment of the contractor or any sub-contractor and the contractor

shall indemnify and keep indemnified the Employer against all such damages and

compensation and against all claims, demands, proceedings, costs, charges, expenses

whatsoever in respect thereof or in relation thereto.

13. The contractor shall (except if and so far as the specification provided otherwise)

indemnify and keep indemnified the Employer against all losses and claims for

injuries or damage to any person or any property whatsoever (other than surface or

other damage to land being or crop being on the site suffered by tenants or occupiers)

which may arise out or in consequence of the construction and maintenance of the

works and against all claims, demands, proceedings, damages, costs, charges and

expenses whatsoever in respect of or in relation thereto. Provided always that nothing

herein contained shall be deemed to render the contractor liable for or in respect of or

to indemnify the Employer against any compensation or damages for or with respect

to:

i. The permanent use or occupation of the land by the works or any part thereof

or (save as hereinafter provided) surface or other damages as aforesaid.

ii. The right of the Employer to construct the works or any part thereof on over

under or in through any land.

iii. Interference whether temporary or permanent with any right of light, airway

or water or other easement or quasi easement which is the unavoidable result

of the construction of the works in accordance with the contract.

iv. Injuries or damage to persons / property resulting from any act or neglect

done or committed during the currency of the contract by the Employer, its

agents, servants or other contractors (not being employed by the contractor)

or for in respect of any claims, demands, proceedings, damages, costs,

charges and expenses in respect thereof or in relation thereto provided further

that for the purposes of this clause, the expression "the site" shall be deemed

to be limited to the area defined in the specification or shown in the drawings

in which land crops will be distributed or damaged as an inevitable

consequence to carry out the works.

The contractor shall within 24 hours of the occurrence of any accident at or about the

site or in connection with the execution of the work, report such accident to the

Engineer's representative. The contractor shall also report such accidents within the

Page 84: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 83 of 246

prescribed time to the competent authorities to whom such report is required to be

made by law.

14. Care of Works:

From the commencement to the completion of the works, the contractor shall take full

responsibility for the care thereof and of all temporary works and in case any damage,

loss or injury shall happen to the works or to any part thereof or to any temporary

works from any cause whatsoever (save and except the excepted Risks as defined in

Clause 15 thereof) shall at his own cost, repair and make good the same so that at

completion, the works shall be in good order and condition and in conformity in every

respect with the requirements of the contract and the Engineer's instructions. If the

contractor fails to comply with the Engineer's instructions, the engineer shall repair

the damage and recover the cost of such repairs from any moneys due or becoming

due to the contractor. In the event of any such damage, loss or injury happening from

any of the excepted Risks, the contract shall if and of the extent required by the

Engineer and subject always to the provisions of Clause 23 "SpecialRisks" hereof

repair and make good the same as aforesaid at the cost of the Employer. The

contractor shall also be liable for any damage to the works occasioned by him in the

course of any operation carried out by him for the purpose of complying with his

obligations under Clause 21 & 22.

However, if

a) If the Engineer issues a Taking-Over Certificate for any Section or part of the

works, the Contractor shall cease to be liable for the care of that section or

part from the date of issue of the Taking-Over Certificate, when the

responsibility for the care of that section or part shall pass to the Engineer,

and

b) The Contractor shall take full responsibility for the care of any outstanding

works, materials and plant for incorporation therein which he undertakes to

finish during the Defects Liability Period until such outstanding works have

been completed pursuant to Clause–22.

15. Excepted Risks:

These are risks due to riots (otherwise than among contractor's employees and civil

commotion in so far as both these are uninsurable), war (whether declared or not),

invasion, act of foreign enemies, hostilities, civil war, rebellion, revolution,

insurrection, military or usurped power, any acts of Government, damage from

aircraft, acts of God / Forces of nature such as earthquake, lightning and

unprecedented floods and other causes over which the contractor has no control or

the contractor could not foresee or could not reasonably provide against and accepted

as such by the Accepting Authority or caused solely due to use or occupation by the

Page 85: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 84 of 246

Employer of the works in respect of which a certificate of completion has been issued

or a cause solely due to Employer's faulty design of works.

16. Insurance of Works, etc

Without limiting his obligation and responsibilities under Clause 14 - 'Care of works'

and Clause 15 -'Excepted Risks' hereof, the contractors shall insure in the joint

names of the Employer and the contractor against all loss or damage from whatever

cause arising (other than the Excepted Risks) for which he is responsible under the

terms of the contract and in such manner that the Employer and contractor are

covered during the period of construction or the works are also covered during the

period of maintenance for loss or damage arising from a cause occurring prior to the

commencement of the period of maintenance and for any loss or damage occasioned

by the contractor in the course of any operations carried out by him for the purpose of

complying with his obligations under Clauses 21 & 22.

i. The works and the temporary works shall be insured to the full value of such

works executed from time to time.

ii. The materials, constructional plant and other things brought on to the site by

the contractor to the full values of such materials, constructional plant and

other things.

iii. As in case of sinking of constructional plant and equipment for the cost of

salvage of the same as assessed by the Port, such insurance shall be effected

with an insurer and in terms approved by the Engineer. The contractor shall

whenever required, produce to the Engineer or Engineer's representative, the

policy or policies of insurance and the receipts for payment of the current

premium provided always that without limiting his obligations and

responsibilities as aforesaid, nothing in the clause contained shall render the

contractor liable to insure against the necessity for the repair or reconstruction

of any work with the materials or workmanship not in accordance with the

requirements of the contract.

17. Urgent Works and / or Repairs:

If by reason of any accident or failure or other event occurring to or in connection

with the works or any part thereof either during the execution of the works or during

the period of maintenance and remedial or other work, repairs shall in the opinion of

the Engineer or the Engineer's representative be urgently necessary for security and

the contractor is unable or unwilling at once to do such work or repair, then the

Employer may by his own or other workmen do such work or repair as the Engineer

or the Engineer's Representative may consider necessary. If the work or repair so

done by the Employer is work which in the opinion of the Engineer, the contractor

was liable to do at his own expense under the contract, all costs and charges

properly incurred by the Employer in so doing shall on demand be paid by the

Page 86: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 85 of 246

contractor to the Employer or may be deducted by the Employer from any moneys

due or which may become due to the contractor. The Port also reserves the right, to

encash the Bank Guarantee deposited in the KPL favour towards Security Deposit

for recovering the dues, claims, charges etc., payable to the Port by the Contractor.

Provided always that Engineer's representative (as the case may be) shall as soon

after the occurrence of any such emergency as may be reasonably practicable, notify

the contractor thereof in writing.

18.1 Third Party Insurance:

Before commencing the execution of the works, the contractor but without limiting

his obligation and responsibilities under Clause 19.2 hereof shall insure against

any damage, loss or injury which may occur to any property (including that of the

Employer or to any person including any employee) if the employer by or arising out

of the execution of the works in carrying out of the contract otherwise than due to

the matter referred in the provision to Clause 19.1.

18.2 Minimum amount of the Third Party insurance

Such insurance shall be effected with an Insurer and in terms approved by the

Employer and for at least the amount stated in the tender and the contractor shall

whenever required produce to the Engineer or the Engineer's representative, the

policy or policies of insurance and the receipts for payment of the current

premiums. The minimum insurance cover for physical property, injury and death is

Rs.15 Lakhs (Rupees Fifteen Lakhs only) per occurrence with the number of

occurrences limited to Four. After each occurrence, contractor will pay additional

premium necessary to make insurance valid for four occurrences always.

19.1 Accident or injury to workmen:

The Employer shall not be liable for or in respect of any damages or compensation

payable at law in respect or in consequence of any accident or injury to any

workmen or other person in the employment of the contractor and the contractor

shall indemnify and keep indemnified, the Employer against all such damages and

compensation and against all claims, demands, proceedings, costs, charges and

expenses whatsoever in respect there of or in relation thereto.

19.2 Insurance against accident etc., to workmen

The contractor shall insure against such liability with an Insurer approved by the

Employer and shall continue such insurance during the whole of the time that any

person or employed by him on the works and shall when required produce to the

Engineer or the Engineer's representative such policy of insurance and the receipt

for payment of the current premium provided always that in respect or any persons

employed by any subcontractor, the contractor's obligation to insure as aforesaid

under this sub clause, shall be satisfied if the sub contractor shall have insured

against the liability in respect of such persons in such manner that Employer is

Page 87: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 86 of 246

indemnified under the policy, but the contractor shall require such sub-contractor

to produce to the Engineer or Engineer's representative when required, such policy

of insurance and the receipt for payment of the current premium.

20. Remedy of Contractor's Failure to Insure:

If the contractor shall fail to effect and keep in force the insurance referred to in the

Clauses 16, 18.1, 18.2, & 19.2 above hereof or any other insurance which he may

be required to effect under the terms of the contract then, and in any such case, the

Employer may effect and keep in force any such insurance and pay such premium

or premium as may be necessary for that purpose and from time to time deduct the

amount so paid by the Employer with interest as stated below from any moneys due

or which may become due to the contractor or recover the same as a debt due from

the contractor at the rate of 3% above the prevailing Bank rate or as announced by

the Reserve Bank of India from time to time under section 49 of Reserve Bank of

India Act, 1934.

21. Compliance with Rules and Regulations

The contractor shall at all times during the currency of the contract conform to and

comply with the regulations and by-laws of the State or Central Government or of

the KPL and of all other local authorities, the provisions, contained in the various

labour acts enacted by the State Legislature and Central Parliament in force and the

rules made there under including those under Minimum Wages Act, Factories Acts,

the Indian Electricity Act and Rules framed under it, Workmen's Compensation Act,

Provident Fund Regulation Act, Employees Provident Act,1961 and Schemes made

under the said act, Health and Sanitary arrangements for worker and safety code

and the Contract (Regulation and Abolition) Central Rules 1971 etc. for welfare and

protection of workers or for the safety of the public and other insurance provisions.

KPL shall not be liable for the failure of the contractor in conforming to the

provisions of the Acts, Rules and Regulations referred to in the above para and in

case of any contravention of the provision of the Acts, Rules and Regulations etc.

The contractor shall keep Employer indemnified against any loss, cost and damages

in the event of any action being taken for contravention.

22. Defects Liability

22.1 Defects Liability Period

The contractor shall be responsible to make good and remedy at his own expense

within the period as may be stipulated by the Engineer, any defects which may

develop or may be noticed before the expiry of the period i.e. twelve (12) months

from the certified date of completion of entire scope of work and intimation of which

has been sent to the contractor within seven days of the expiry of the said period by

a letter sent by hand delivery or by registered post.

Page 88: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 87 of 246

22.2 Default of the contractor in compliance

In case of default on the part of the contractor in carrying out such order, the

Employer shall be entitled to employ and pay other persons to carry out the same

and all expenses consequent thereon or incidentals thereto shall be borne by the

contractor and shall be recoverable from him by the Employer or may be deducted

by the Employer from any moneys due or which may become due to the contractor.

The Port also reserves the right, to encash the Bank Guarantee deposited in the Port

favour towards Performance Security Deposit for recovering the dues, claims,

charges etc., payable to the Port by the Contractor.

22.3 Cost of Remedying Defects

During the course of the execution of the contract, if any damage is caused to the

Employer's properties by the contractor, the same shall be rectified by the

Contractor at his own cost to the satisfaction of the Engineer within a reasonable

time as specified by the Engineer.

22.4 Contractor's failure to carry out the rectification of damages caused to the Employer's property

In case of default on the part of the Contractor in carrying out such rectification of

damages to the Employer's properties within a reasonable time, the Employer shall

be entitled to employ and pay other persons to carry out the same and if such Work

is work which, in the opinion of the Engineer, the Contractor was liable to do at his

own cost under the Contract, then all costs consequent thereon or incidental thereto

shall, after due consultation with the Contractor, be determined by the Engineer

and shall be recoverable from the Contractor by the Engineer, and may be deducted

by the Employer from any monies due or to become due to the Contractor and the

Engineer shall notify the Contractor accordingly. The Port also reserves the right, to

en cash the Bank Guarantee deposited in the Port favour towards Performance

Security Deposit for recovering the dues, claims, charges etc., payable to the Port by

the Contractor.

23. Special Risks

23.1 The contractor shall be under no liability whatsoever whether by way of indemnity

or otherwise for or in respect of destruction of or damage to the works (Save any

work condemned under the provisions of Section-4 clause7.1,"Removal of

improper works and material" and default of contractor in compliance with that

hereof prior to the occurrence of any special Risks hereinafter mentioned) or

temporary works or to property whether of the Employer or third parties or for in

respect of injury or loss of life which is the consequence whether direct or indirect of

war, hostilities (whether war be declared or not) invasion, act of foreign enemies,

rebellion, revolution, insurrection or military or usurped power, civil war or

(otherwise than among the contractor's own employees) riot, commotion or disorder

(hereinafter comprehensively referred to as "the said special risks").

Page 89: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 88 of 246

23.2 Projectile, Missile etc

Destruction, damage, injury or loss of life caused by the explosion or impact

whenever and wherever occurring of any mine, bomb-shell, grenades or other

projectile, Missile, ammunition or explosive of war shall be deemed to be a

consequence of the said Special Risks.

23.3 Increased costs arising from special Risks

The Employer shall reimburse to the contractor any increased cost of or incidental

to the execution of the works (other than such as may be attributable to the cost of

reconstructing work, condemned under the provisions of Section-4 clause7.1,

"Removal of improper works and material". Default of contractor in compliance to

that thereof prior to the occurrence of any special risks) which is howsoever

attributable to or consequent on or the result of or in any way whatsoever connected

with Special Risks (subject however to the provisions of this clause hereinafter

contained in regard to outbreak of war) but the contractor shall as soon as such

increase of cost shall come to his knowledge, forthwith notify the Engineer thereof in

writing.

23.4 Outbreak of war

If during the currency of the contract, there is an outbreak of war (whether war is

declared or not) in any part of the world which whether financially or otherwise

materially affects the execution of the works, the contractor shall unless and until

the contract is terminated under the provisions contained in this clause, use his

best endeavours to complete the execution of the works provided always that the

Employer shall be entitled at any time after such outbreak of war to terminate this

contract by giving notice in writing to the contractor and upon such notice being

given, this contract shall (save as to the rights of the parties under this clause and

to the operation of Clause, "Settlement of disputes by arbitration" hereof)

terminate but without prejudice to the rights of either party in respect of any

antecedent breach thereof.

23.5 Removal of plant on termination

If the contract is terminated under the provisions of the preceding clause, the

contractor shall with all reasonable despatch remove from the site, all

constructional plant and shall give similar facilities to his sub contractors to do so.

23.6 Payment if contract terminated

If the contract is terminated as aforesaid, the contractor shall be paid by the

Employer (insofar as such amounts or items shall not have already been covered by

payments on account made to the contractor) for all works executed prior to the date

of termination at the rates and prices provided in the contract and in addition,

i. The amounts payable in respect of any preliminary items so far as the work or

service comprised therein has been carried out or performed and a proper

Page 90: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 89 of 246

proportion as certified by the Engineer of any such items the work or service comprised in which has been partially carried out or performed.

ii. The cost of materials or goods reasonably ordered for the works or temporary works which have been delivered to the contractor or of which the contractor is legally liable to accept delivery (such materials or goods becomes the property of the Employer upon such payment being made by him).

iii. A sum to be certified by the Engineer being the amount of any expenditure reasonably incurred by the contractor in the expectation of completing the whole of the works insofar as such expenditure shall not have been covered by the payments in this clause before mentioned including any additional sum payable under the provisions of Clause 23.3.

iv. The reasonable cost of removal under this clause and (if required by the contractor) return thereof to the contractor’s at no greater cost.

v. The reasonable cost of repatriation of all contractors' staff and workmen employed on or in connection with the works at the time of such termination.

In respect of the Sub-Clauses 23.6 (ii) to 23.6 (v), the cost shall be determined by

the Engineer at his discretion based on the department estimation. Provided always

that against any payments due from the Employer under this sub-clause, the

employer shall be entitled to be credited with any outstanding balance due from the

contractor in respect of the execution of the works.

24. In case any materials are rejected, such goods or materials shall be removed by and

at the expense of the contractor after notice shall have been given of the rejection. If

not so taken away within the time limit prescribed by the Engineer, the Engineer

may cause the goods or materials to be removed and charge the contractor with all

the expenses incurred in such removal.

25. Date of Commencement and Completion of Work

The work shall be taken to have been commenced from the date on which the

contractor takes over the site or the twenty first (21st ) days of receipt of the letter for

commencement of work by the contractor, whichever is earlier and the contractor

shall complete the works within Twenty (20) Months from this date. The milestones

for completion of activities are given in Appendix of the tender document.

26. Taking-Over Certificate

26.1 When the whole of the Works have been fully completed and have satisfactorily

passed any Tests on Completion prescribed by the Contract, the Contractor may

give a notice to that effect to the Engineer also after full filling the requirements as

specified in Clause 3, Part-I, Section -4. Such notice shall be deemed to be a

request by the contractor for the Engineer to issue a Taking-Over Certificate in

respect of works. The Engineer shall within Thirty (30) days from the date of delivery

Page 91: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 90 of 246

of such notice either issue to the Contractor a Taking over Certificate or give

instruction in writing to the Contractor specifying all the works, which in the

Engineer's opinion is required to be done by the contractor before the issue of such

certificate. The Contractor shall be entitled to receive such Taking-Over Certificate

within Thirty (30) days of completion, to the satisfaction of the Engineer, of the

works so specified and remedying any defect so notified.

27. Release of Performance Security Deposit

The amount deposited by the Contractor, as Performance Security Deposit under

this Agreement will be released to the Contractor only after satisfactory completion

of the Defects liability period specified in Clause 22. If during this Warranty /

Maintenance period any defects are noticed, which in the opinion of the Engineer

are due to bad materials used and/or defective workmanship, the Contractor shall

be required to carry out at his cost, such repairs, as the Engineer considers

necessary or in the event of the Contractor failing to do this within the notice period,

the Engineer may arrange for such repairs to be carried out and deduct the cost of

such rectification of the defects from the amount retained, without prejudice to the

recovery of any amount that may have been spent in excess of the deposit.

28. Supply of Materials

No materials will be supplied free by the KPL unless otherwise stated elsewhere and

it is the responsibility of the contractor to procure and supply all the materials

required for the work at their cost.

29 Service Available at Cost

29.1 Supply of water for the works

The contractor shall make his own arrangements to get usable water at his own cost

from outside.

29.2 Electricity Supply for Works

Electrical power required by the contractor will be provided from the Substation to

the extent that can be conveniently spared by the company from time to time. The

KPL will provide the power in the grade of 3 phase, 440 volts.

1. The power point will be provided at the Substation or at the nearest pillar

box.

2. The contractor has to make his own arrangement for the cable required to

extend the power supply to the load point, energy meter of the rated

capacity, control switch and other safety devices.

3. The power cables shall be properly laid and the switch board shall be erected

as per the electricity rules and guidelines.

4. Power supply will be provided after the inspection of the installations by the

KPL Engineer.

5. Electrical safety regulations shall be strictly followed.

Page 92: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 91 of 246

6. A caution deposit of maximum demand to be paid initially to Employer which

is refundable after surrendering the power supply. Each month of maximum

demand charges plus unit consumption charges of for the actual units

consumed plus GST @ 18% will be collected on monthly basis.

7. The above rates are subjected to change from time to time as and when the

TNGEDCO effects the tariff changes.

30. Cement

The contractor has to make his own arrangements. For more details regarding

cement refer Clause 2 of partII of Section 4.

31. Steel

The contractor has to make his own arrangements. For more details regarding steel

refer Clause 6 of part II of Section 4.

32. Supply of Drinking Water

The contractor has to make his own arrangements and no drinking water will be

supplied by the Employer either free or at cost.

33. Water and Fuel for Plants and Machinery

The contractor shall make his own arrangements for the supply of water, fuel, etc.,

at his own cost for the plants and machinery etc.

34. Advances

34.1 Void

35. Financial Background

The work covered under this contract is a time bound work and the work will have

to be completed within the stipulated period. The contractor shall be financially

sound so as to ensure sufficient cash flow for the monthly work.

36. Mode of Measurement and Payment

The mode of measurement and payment are described in the "Preamble to Bill of

Quantities", Section 7.

37. Retention Money

Not applicable.

38. Escalation

38.1 Compensation for escalation in the prices of materials, labour and POL, when due

shall be worked out based on the following provisions:

38.2.1 The base date for working out such escalation shall be the last date on which

tenders were stipulated to be received. Compensation for escalation is only

applicable in the Contract Period only. If any delay in KPL side for Natural

calamity / handing over the site during construction of work, that period also

Page 93: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 92 of 246

considered for compensation for escalation. Delay in contractor shall not be

considered for escalation.

38.2.2 The cost of work on which escalation will be payable shall be reckoned as 85% of the

cost of work as per the bills, running or final and from this amount, the value of

materials supplied free of cost by the KPL of this contract or services rendered at

fixed charges under the terms of the contract and propose to be recovered in the

particular bill, shall be deducted before the amount of compensation for escalation

is worked out. In the case of materials brought to site for which any secured

advance is included in the bill the full value of such materials as assessed by the

Engineer (and not the reduced amount for which secured advance has been paid),

shall be included in the cost of work done. Similarly, when such materials are

incorporated in the work and the secured advance is deducted from the bill, the full

assessed value of the materials originally considered for operation of this clause

should be deducted from the cost of the work shown in the bill, running or final.

Further the cost of work shall not include any work for which payment is made

under the terms of the contract at prevailing market rates.

38.2.3 The components of materials, labour & POL, shall be 60%, 30%, 10% respectively.

38.2.4 The compensation for escalation for materials, labour and POL shall be worked out

as per the formula given below:

(i) MATERIAL

VM = W*( X/100) *( MI-MIO)/ MIO

VM = Variation in material cost i.e. increase or decrease in the amount in rupees to

be paid or recovered.

W = Cost of work done worked out as indicated in sub Clause 38.2.2 above.

X = Component of materials expressed as percent of the Total value of work.

MI &MIo= All India whole sale index for all commodities for the Period under

reckoning as published by the Economic Adviser to Government of

India, Ministry of Industry and Commerce, for the period under

consideration and that valid at the time of submission of tenders (

Technical bid ), respectively.

ii) LABOUR

VL = W *(Y/100) *(LI-LIO)/ LIO

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, worked out as indicted the in subClause 38.2.2 above.

Y -Component of labour expressed as percent of the total value of work

LI -Minimum wage in rupees of an unskilled adult male mazdoor, as fixed under any

law, statutory rule order as applicable on the last day of the quarter previous to

the one during which escalation is being paid.

Page 94: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 93 of 246

LIo -Minimum daily wage in rupees of an unskilled adult Male Mazdoor, as fixed

under any law, statutory rule or order as on the last date on which tenders for

the work were to be submitted.

iii) FUEL, OIL AND LUBRICANT

VF = W*(Z/100) *(FI-FIO)/ FIO

VF -Variation in cost of fuel, oil and lubricant increase or decrease in rupees to be

paid or recovered.

W -Value of work done, worked out as indicated in sub Clause 38.2.2 above.

Z -Component of POL expressed as a percent of total value of work.

FI &FIo-Average index number of wholesale price for Group (Fuel, power, light and

lubricants) as published weekly by the Economic Adviser to Govt. of India

Ministry of Industry for the period under reckoning and that valid at the

time of submission of tenders, respectively.

38.2.5 The following principles shall be followed while working out the indices mentioned in

sub Clause 38.2.4 above:

a) The index relevant for any month will be the arithmetical average of the indices

relevant to the three calendar months preceding the month in question.

b) The base index will be the one relating to the month in which the tender was

stipulated to be received.

c) The compensation for escalation 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 will be made at the end of three months after the month

(excluding) in which the tender was accepted and thereafter at three months

interval.

d) The contractor shall abide by the escalation clause provided for in the tenders

and shall not stipulate their own conditions.

e) Payment of such claims for reimbursement / refund would be made on certification

by the engineer and after verification by the accounts department.

38.2.6 In the event the price of materials, fuel and / or wages of labour required for

execution of the work decrease/s, there shall be downward adjustment of the cost of

work so that such price of materials, fuel and/or wages of labour will be deductible

from the cost of work under this contract and in this regard the formula here in

before stated under this agreement shall apply provided that:

i) No such adjustment for the decrease in the price of materials and / or wages of

labour before mentioned would be made in case of contracts in which the

stipulated period of completion of the work is less than six months;

Page 95: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 94 of 246

ii) The Engineer shall otherwise be entitled to lay down the principles on which the

provision of this sub-clause shall be implemented from time to time and the

decision of the engineer in-charge in its behalf shall be final and binding.

38.2.7 Price escalation shall apply for the work done from the commencement date up to

end of initial intended completion date or extensions granted by the Engineer /

Engineer's representative and shall not apply to the work carried beyond the

stipulated time for reasons attributable to the contractor.

39. General Conditions Relating to Marine Works

39.1 It shall be noted that the Port is an operating port and the traffic operations shall

not be stopped for any reason whatsoever. Hence, throughout the period of the

contract, the contractor shall ensure that his work is carried out without causing

any obstruction or interference to the normal traffic in the Port. The contractor's

crafts and personnel must at all times adhere to the established rules of the

Employer and comply with any direction in respect of navigation that may be issued

from time to time, by the Employer. The contractor shall also conform in every way

to the Employer requirements in respect of marking, lighting and watching any

structure, craft or equipments employed in the execution of the work.

39.2 Notice of Operations

The contractor shall not carry out any operation without the consent in writing of

the Engineer, as the site is a part of the operational area. Reasonable notice shall be

given by the contractor to the Engineer in advance. The Successful bidder will be

provided the operation and transfer data after award of work. In the existing berth

and parking yard side maximum 10m wide will be allotted for movement of plant

and machinery and erection of wind barrier . No restriction for working shift basis

with prior approval

39.3 Assistance for Engineer

The contractor shall provide the Engineer at all times during the contract period

sufficient and qualified personnel to assist the Engineer in this duties to carry out or

check any work and / or measurement of works. The contractor is also to provide

the engineer with necessary survey instruments, computers and any gadgets,

ladders, gangways etc., as directed for inspection or measurement of the works by

the Engineer.

39.4 Safety of Adjacent Structures of Works

In pursuance of the conditions of contract the contractor or his representative shall

provide and erect to the approval of the Engineer such supports as may be required

to protect efficiently all structures or works in the vicinity of working area or

otherwise take such permanent measures to protect the structures or works. Any

Page 96: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 95 of 246

damage to the structures shall be made good by the contractor without delay as

directed by the Engineer at his cost.

39.5 Expatriate Personnel

The contractor shall make his own arrangement to obtain immigration or any other

approval required for his expatriate personnel.

39.6 Shipment and Landing Charges Customs Duty etc.,

The contractor shall bear all expenses in connection with the shipment and landing

of any plant, materials or other things imported or brought for the purpose of the

contract. The rates quoted by the contractor shall also include the cost of customs

duties on any plant, materials or things imported into by him for the contract

whether for permanent or temporary works.

39.7 Unauthorized Persons

No unauthorized persons will be allowed at the site. The contractor shall take steps

to prevent trespass and prevent unauthorized persons from entering and / or being

on the site. All the personnel will be required to wear their security passes as per

requirements of local / port authorities. Access shall be limited to the area they are

working in and allowed by local / port authorities. Such passes shall be arranged

sufficiently in advance both for men as well as vehicles and shall be renewed as and

when required. Non-availability of passes or personnel to carry out the job within

the stipulated time period shall not be considered as a plea for extension of time or

extra cost.

39.8 Fire Fighting Arrangements

a) The contractor may be subjected to periodic fire prevention inspections by local

fire prevention authorities / Port Marine Department. Deficiency or unsafe

condition shall be corrected at the cost of the contractor and the approval of the

Engineer and the Port Marine Department.

These fire prevention inspections will include but are not limited to the following:

i) Proper handling, storage and disposal of combustible materials, liquids

and waste.

ii) Work operations, which can create fire hazards.

iii) Access to fire fighting equipment.

iv) Type, size, number and location fire extinguishers or other fire fighting

equipment.

v) Inspection and maintenance of records for extinguishers.

vi) Type, number and location of containers for the removal of surplus

materials and rubbish.

vii) General housekeeping.

Page 97: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 96 of 246

b) While carrying out works inside the Port area, the contractor shall isolate the

zone under his occupation in consultation with the Marine Department. Smoke

from welding etc., should be kept to minimum to ensure that false alarms are

not raised.

39.9 First aid Facilities

The contractor shall provide and maintain upon the work sufficient proper and

efficient life saving appliances and first aid equipment to the approval of the

Engineer and in accordance with the requirements of International Labour

Organization (I.L.O.) Convention No.62. The appliances and equipment shall be

available for use at all times. For work carried out within the dock area or in the

vicinity of any wharf or quay, the contractor shall abide by all the provisions of the

Dock Workers (Safety, Health and Welfare) Scheme, 1961. The contractor's

particular attention is drawn to Clause 43 of Section 2 of the above said Regulation

in respect of erection and maintenance of staging. Contractor shall indemnify the

Port from the cases booked by the Labour Enforcement Officer (L.E.O.) for his

(contractor's) negligence. The contractor shall at his own expense, provide adequate

First aid services on the site including trained first aid staff during all working

hours. The contractor shall also make necessary arrangements with a local hospital

and with doctors so that his sick or injured persons may receive the best available

medical treatment with a minimum billing at any hour of the day or night. For this

purpose, he shall provide a suitably equipped ambulance.

39.10 Site Register

For the purpose of quick communication between the Engineer and the contractor,

site register shall be maintained at site in the manner as described below: Any

communication, relating to the works may be conveyed through records in the Site

Registers, such as communication from one party to the other shall be deemed to

have been adequately served in terms of Clause 54 of Section 2 of the Conditions of

Contract. Each Site register shall have machine numbered pages in triplicate and

shall be carefully maintained and preserved by the contractor and shall be kept in

the office of the Engineer. Any instruction or order which the Engineer may like to

issue to the contractor may be recorded by him in the Site Register and two copies

thereof taken by him for his record.

39.11 Progress Photographs

The contractor shall arrange to take Progress Photographs and videos regularly at

his cost; the positions from which the photographs/videos are to be taken shall be

directed by the Engineer. The contractor shall submit on monthly basis minimum

one set of color photographs (size 15cm x 10cm) containing 12 photographs in

albums and also in CD form both photos and videos. Prints may not be reproduced

Page 98: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 97 of 246

without the approval of the Engineer. No extra rate shall be paid for this purpose

and the quoted rate is deemed to cover the cost of this item also.

39.12 Construction Records

The contractor shall keep and supply to Engineer full and accurate records of the

dimensions and positions of all new work and any other information necessary for

the Engineer to be able to prepare completion drawings, recording details of the

work as constructed.

39.13 Temporary Fencing

The contractor shall at his cost provide and maintain temporary fencing both fixed

and movable type and gates to adequately enclose all boundaries of the site office /

site workshop, site stores etc., including security and in accordance with the

requirements of the Engineer and regulations of local authorities. These shall be

altered, relocated and adopted from time to time as necessary and removed on

completion, all expenses in this connection shall be borne by the contractor.

39.14 Temporary Access

Access shall be provided to the site by the contractor from the nearby main road at

no extra cost as directed by the Engineer or his representative. The contractor shall

be responsible for proper maintenance of this access road and take all care to see

that the existing services if any are maintained in working order. The contractor

shall provide temporary access / approach if necessary, otherwise shall maintain

the existing roads being used by him.

39.15 License, Permits, etc.,

The contractor shall make his own arrangements for obtaining all necessary

licenses, permits etc., for his crafts and also for the procurement of any spares that

he may require during the progress of the works. The contractor shall have adequate

supply of necessary spares from the very beginning to ensure that no serious delay

or holdup occurs in the execution of works. “The charges for bringing the vessel

inside the port and other related charges has to be borne by the contractor”.

39.16 Existing Services

The contractor's attention is drawn to the possibility that there might be existing

underground or overhead services & service line inside and around the port areas

i.e., within the site of the proposed works. It is the contractor's responsibility to

work cautiously and carefully so that these are not damaged. Any damage to the

services shall be repaired and restored immediately as directed by the Engineer

without any extra cost. The contractor is required to ascertain and allow in his cost

for any rerouting of the services that may be necessary for the due execution of the

contract and any claim resulting from his failure to do so will not be admitted.

39.17 Safety and Security Measures

Page 99: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 98 of 246

a) The method of work for successful completion of work shall be at the sole

discretion of the contractor. The contractor shall take all preventive and

precautionary measures to ensure complete safety of all site personnel,

inhabitants of the buildings including any third party, together with all buildings

on or around the site. Temporary and permanent including adjacent building and

buildings completed or partly completed by any third party, till satisfactory

completion of work in respect to each existing building.

b) The contractor shall comply with all applicable Laws, Regulations and Standards.

The contractor shall be responsible for the co-ordination of all safety matters and

shall promptly comply with any specific safety instructions given by the Engineer

or by the respective authorities.

c)When any work is performed at night or where day light is shut off or obscured,

the contractor shall, at his cost provide appropriate lighting facilities to continue

execution and permit inspection. During such periods the access to the place of

work shall also be clearly illuminated. All wiring for electric lights and power shall

be installed and maintained, securely fastened in a place at the points and shall

be kept away as far as possible from telephone and signal wires. All wiring shall

be subject to approval by the Engineer.

d)The contractor shall adequately safeguard the site, products, materials, plant and

the works from damage and theft. The contractor shall provide his and his sub

contractor's staff and work people with permits required for admittance to

restricted areas. In relation with this contract the following shall be observed.

i)Any security procedures as demanded by local authorities / Port such as passes,

badges interruptions to work, etc., shall be strictly adhered to.

ii) The cost for security measures under this Clause shall be borne by the

contractor.

39.18 Maintaining Utility and Services

The contractor shall not damage, close or obstruct any utility areas, roads, Port

traffic or other property until permits thereof have been obtained. If facilities are

closed, obstructed, damaged or rendered unsafe by contractor's operation, the

contractor shall, at his own cost, make such repairs and provide such temporary

guards, lights and other signals or as necessary or required for safety and as will be

acceptable to the Engineer and / or the Employer of the utility, highway, road or

other property.

39.19 Facilities, Attendance etc., on Nominated Sub Contractors

The contractor shall allow for the provision of facilities, attendance etc., for the

nominated sub-contractors. These facilities, attendance etc., include:

a) Storage facilities for plant and equipment and products and materials.

b) The use of sanitary accommodation, medical and welfare facilities.

c) Watching and lighting and protection of their work as necessary.

Page 100: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 99 of 246

39.20 Limitation of Operations

The contractor shall refrain entering area of the site not allocated to him unless he

obtains the prior written approval of the Engineer and appropriate authorities.

Should the contractor wish to make use of any adjoining or property of offices or

halls, he shall first obtain the written clearance / consent of the Engineer and then

shall apply to the appropriate authority for permission to us the area. If such

permission is granted, the contractor may make use of the area thus permitted to

use, but on completion shall clear away and make good any damage at his own

expense and pay all costs and charges in connection therewith. The contractor shall

be solely responsible to obtain required permits / authorization from other

agencies/ Departments for the due performance of the contract and delay if any

arising thereof shall not be quoted as reason for extension of time and consequent

additional cost. The Contractor has to comply with all Port operational procedures

set forth by Port Authorities as and when required at his own cost.

39.21 Work Programme for Areas with Restricted Access

Work to be carried out inside the seaport shall be so programmed to ensure, that

the time period required to carry out the entire activities is minimum. All advance

preparations with regard to approvals, procurement of all materials, plant,

personnel etc., shall be make the achieve the targets, this may call for working

continuously or at unscheduled hours as directed and approved by the Engineer.

39.22 Stoppage of Works

Contractor may be instructed to stop the works from time to time due to security

reason, movement of ships or any other reasons as per the instruction of Port

Authorities.

39.23 Noises and Dust Control

The contractor shall take all necessary precautions in reducing noise and dust

caused by Plant and minimum acceptable level by means of mufflers, silencers,

screens and the like.

39.24 Access to Contractor's Plants, Works, Surveying etc.,

The Engineer shall have at all time during working hours access to the Contractor's

plant workshop etc., and shall have the right to call for an obtain any information

regarding the maintenance and operation of plant, progress of works, etc., from the

contractor. For making such visits to the Plant etc., the contractor shall make

available to the Engineer a suitable transport facilities provided for the purpose.

39.25 Working Condition

39.25.1Access to the Site

The access of men and materials to the site has to be through any of the designated

Gates of the Port. The contractor has to comply with all necessary formalities as per

Page 101: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 100 of 246

Port rules for movement of men material and equipment’s on to the site and also to

communicate with Port Control when any movement is required.

39.25.2Port Requirement

The normal port operations will be continued throughout the progress of the works

and the contractor must conduct his operations so as not to obstruct shipping, port

traffic and operations. The contractor shall obey orders and directions given by the

Engineer or his authorized representative in the course of the discharge of his

duties. The contractor shall cease work whenever and for as long as the Engineer

may consider it essential to do so.

39.26.1Maintenance of Crafts

All plant and floating craft shall be in good working order to the satisfaction of the

Engineer and shall be maintained in a seaworthy condition. The contractor shall

forthwith arrange to remove at his own cost any plant (floating or otherwise)

belonging to him or to any subcontractor or to any person employed by him which

may be sunk in the course of the execution and completion of the works or

otherwise deal with the same as the Engineer may direct.

39.26.2Provision of materials, stores, equipment’s and craft

The contractor shall be responsible for the provision of all materials, stores,

equipment and craft necessary for satisfactory execution and completion of the

work.

39.26.3 Wrecks and other obstructions

Unless the Engineer directs otherwise all wrecks and other objects encountered

during the execution of work shall be lifted, removed and disposed of by the

contractor.

39.27 Interruptions of work and idle time charges

The contractor shall allow in his rates for any loss of working hours due to weather,

and shifting of plants and other equipment from one area to another area depending

upon the traffic operations or for maintenance.

Any claim for idling of the contractor's plant and machinery or any other inputs shall

not be entertained by the Port for reasons whatsoever including non-availability of

working area and therefore the contractor may consider all such events including the

normal Port operations and submit their offer accordingly. For the reasons stated or

for any other reasons, no claim on idle time charges shall be entertained by the Port.

39.28 Clearance of site on completion

All the completion of the contract the contractor shall remove at his own cost all

anchors, chains, wires and any other equipment, plant or materials introduced by

him.

39.29 Environmental Considerations

Page 102: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 101 of 246

The contractor shall refrain from using plant, which makes excessive noise,

particularly during the hours of darkness, which shall be limited to 45db (A) at a

distance of 100 m from the working area and other plants. The information furnished

hereinafter and provided elsewhere is given in good faith, but the Tenderer shall

satisfy himself regarding the weather, tides, etc., and no claim will be entertained due

to any error in the information supplied.

40. Meteorological and Oceanographically Information

40.1 Monthly Sea Level Pressure are shown in Table 1

Table 1- Monthly Sea Level Pressure (In Millibars)

Month Pressure January 1014 February 1013 March 1011 April 1008 May 1005 June 1003 July 1004 August 1006 September 1007 October 1009 November 1011 December 1013

40.2 Temperatures are shown in Table 2

Table 2 - Temperature

Mean Daily Temperature Max: 28º C - 37º C Min: 21º C – 28º C

Maximum ever recorded 43.6º C

Minimum ever recorded 15.6º C

40.3 Monthly Mean Relative Humidity are shown in Table 3

Table 3- Relative Humidity

Month Relative Humidity (%) 08.00 Hrs 17.00 Hrs.

January 84 67 February 83 65 March 79 66 April 68 69 May 66 65 June 60 59 July 67 60 August 73 64 September 75 68 October 83 74 November 85 74 December 84 70

40.4 Monthly Rainfallare shown in Table 4

Page 103: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 102 of 246

Average annual : 1200 mm

Average monthly : 100 mm

Table 4- Monthly Rainfall

Month Rain fall in mm January 24 February 7 March 15 April 21 May 52 June 53 July 83 August 124 September 118 October 267 November 308 December 157

40.5 Monthly Wind Speed

Details of monthly mean wind speed at Port are given in the Table5

Table 5 -Monthly Mean Wind Speed

Month Wind Speed (Km/hr) Direction January 18.2 NE February 15.5 NE March 19.3 SE April 25.0 SSE May 24.9 S June 23.4 S July 21.7 S August 20.9 SSW September 17.9 SE October 16.8 NE November 22.6 NE December 20.2 NE

40.6 The Frequency and Intensity of Cyclones Experienced so far

The area had the influences of 26 storm and 26 severe storms in the period of 88

years. (1890 to 1978) which suggests the probability of occurrence of storms and

severe storms once in 1.693 years.

Dates of severe storms that have crossed that Tamilnadu–Andhra Coast in the

vicinity of Chennai are shown in Table-6.

Table 6 - Frequency and Intensity of Cyclones

Year No. of storms

Date/Month

1977 2 12.11.77 and 19.11.77

1979 1 11.05.79 to 12.05.79

1984 2 12.11.84 and 01.12.84

1985 1 11.12.85 to 13.12.85

Page 104: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 103 of 246

Year No. of storms

Date/Month

1987 1 31.10.87 to 03.11.87

1989 1 06.11.89 to 09.11.89

1990 1 05.05.90 to 09.05.90

1991 1 13.11.91 to 15.11.91

1993 1 03.12.93 and 04.12.93

1994 1 30.10.94 and 31.10.94

1996 1 03.12.96 to 06.12.96

2000 1 28.11.2000 and 29.11.2000

2001 1 October

2003 1 December

2005 1 October

2006 1 October

2007 1 October

2008 1 November

2009 1 December

2011 1 December

2012 1 October

40.7 Monthly Waves around port are shown in Table. 7

Table 7 – Monthly waves

Month (1998)

Significant wave Height (M)

Significant Period (s)

Wave Direction from True North (Degrees)

January 0.9 8.1 90

February 1.1 8.2 115

March 0.9 8.3 135

April 1.3 9.5 135

May 1.6 10.8 135

June 1.5 11.1 135

July 1.0 10.4 135

August 1.1 11.0 135

September 1.2 11.0 135

October 1.1 9.8 115

November 1.0 8.6 90

December 1.4 8.4 90

Notes: 1. 900 from True North = Waves approach from East

2. 1100 from True North = Waves approach from East of South East

3. 1350 from True North = Waves approach from South East

From this data, the following observations can be made.

Kamarajar is very near to Chennai, wave climate of Chennai Port has been adopted for studies at Kamarajar Port till subsequent data specific to the Port is generated.

Page 105: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 104 of 246

Significant wave height varies from 0.9 m to 1.6 m. Maximum significant wave height of 1.5 and 1.6 m has been observed in May and June of summer and SW monsoon period.

The average wave height is 63% of significant wave height. So the observed average wave height varies from 0.57 m to 1.0 m

The above wave parameters based on a short period of observation are only

indicative. Earlier wave data collected during longer duration reveal that about

40 days in a year, the significant wave height exceeds 2.5 M.

40.8 Tides

The tides at Kamarajar are semi-diurnal having two peaks and two lows in every day

and in every duration between new and full moon days (spring and Leap). Tide level

changes continuously. Tide levels at Chennai Port are continuously measured.

Kamarajar is only 20 Km. away along the coast from Chennai Port. In view of close

proximity to Chennai, it can be assumed that there is no variation in tides and its

predictions from Chennai Port. With this assumption, the different levels of tides at

Kamarajar are shown in Table 8

Table 8 – Tides Sl.No. Description Height (in m) 1 Highest high water +1.50

2 Mean High Water Springs +1.10

3 Mean High Water Neaps +0.80

4 Mean Sea Level +0.65

5 Mean Low Water Neaps +0.40

6 Mean Low Water Springs +0.10

7 Lowest Low Water -0.10

These tidal ranges are low and may not have any significant effect on open coast at

Kamarajar except the process involving water and sediment movement below low

tide level.

40.9 Currents

The direction of the current during the North-East monsoon, namely mid October to

mid-January is directed southwards and in the southwest monsoon namely from

mid April to mid August the current is directed northwards. The currents in the

coastal zone are approximately 0.15m/sec to 0.25m/sec. NIOT has measured

currents at Kamarajar Port for three seasons for a period of 30 days at a water depth

of 10m. The flow is parallel to the coast and the direction changes from south to

Page 106: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 105 of 246

north at the end of Northeast monsoon. Current observations at Kamarajar are

shown in Table 9.

Table 9 - Current Season Period of observation Min.

(m/sec) Max. (m/sec)

Mean (m/sec)

1 18 -02-99 to 19-03-99 0.01 0.39 0.22

2 28-05-99 to 05-06-99 0.05 0.42 0.28

3 14-12- 99 to 21-2- 99 0.09 0.46 0.25

However, since the proposed jetty is located inside the Port basin well protected by

the breakwaters the effect of the currents is negligible.

40.10 Swells

During northeast monsoon period (October to January) the swells in the Sea outside

the harbour vary from 0.91 to 1.22 m and during southwest monsoon (April to

June) 0.61 to 0.91 m during Cyclones.

40.11 Fog

January to March: 1 day; April to September free from Fog.

40.12 Visibility

The visibility in Kamarajar area is more than 20 km for the major part of the year,

occasionally extending to 50 km. On an average, visibility is between 4 and 10 km

on 40 days per year and less than 4 km on 4 days per year.

40.13 Monthly density

Mean value for harbour waters - 1.020 to 1.021 gm / ml

Mean density value of Adjoining Coastal water - 1.025 gm. / ml

40.14 Properties of Shore and Bed Materials

Wet soil Specific Gravity: Ranging from 1.50 to 1.80

Grain size : Range between 60 to 200 microns Grain Density : 1.40 to 1.80 gm /ml

40.15 Types of breakers

Mostly plunging types.

41. Contractor to Submit Mooring Proposals

The contractor shall submit, every week, to the Engineer a statement showing the

proposals for mooring the floating crafts during the ensuing fortnight. The

contractor shall also submit for approval to the Engineer his proposals for mooring

his small craft and floating plant.

Page 107: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 106 of 246

42. Navigable Channel to be Kept Free

Throughout the period of the contract, the contractor shall ensure that the work is

carried out without causing any obstruction or interference to the normal traffic in

the approach channel and basin as specified elsewhere in the contract agreement.

The contractor’s craft and personnel shall at all times adhere to the established

Rules of Port Authorities and comply with any directions in respect of navigation in

the basin in waters that may be issued from time to time by the Engineer and

General Manager(MS). The contractor shall also conform in every way to the

requirements in respect of making, lighting and watching and structure, craft or

equipment employed in the execution of the contract.

43. Survey

43.1 Survey Stations

The contractor shall at his own expense provide and maintain survey stations and

buoys which he may require to carry out the works and shall remove the same as

completion of the works.

43.2 Survey and Setting Out

43.2.1The contractor shall at his expenses carry out all the necessary surveys,

measurements and setting out of the works and shall for this purpose engage

qualified and competent Engineering surveyors whose names and qualifications

shall be submitted to the Engineer for his approval.

43.2.2The contractor shall provide for the purpose of checking the survey and setting out

to the Engineer or his representatives all the assistance, which he may require the

chain man shall be selected having appropriate experience and as far as possible the

same chain man shall be provide throughout the contract period.

43.2.3Before commencing any work at any location the contractor shall give the Engineer

not less than two days notice of this intention to set out or give levels for any part of

the works in order that arrangements may be made for inspection.

43.3 Survey Instruments

43.3.1 The contractor shall provide for the sole use of the Engineer and his staff all

necessary survey instruments and other equipment and all technicians, labour and

attendants which the Engineer or his representative may require for checking the

setting out and making of the works.

43.3.2 The contractor shall maintain in good working order at all times during the period of

contract the instruments provided by him for the proper setting of the works.

43.3.3 The contractor shall make available, at his own expense, any poles, pregs, staging,

templates or profiles required by the Engineer or his representative for inspection

and / or measurements of the works.

Page 108: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 107 of 246

44. Tidal Working

44.1 Allowances for Tidal Working

Where the work to be undertaken is in and over tidal waters, the contractor shall

allow for all necessary tidal working and for all delays and damages due to weather

and wave action in his programme and in his rates and prices affixed to the Bill of

quantities. The following clauses shall be applicable in relation to tidal working.

44.2 Tide Gauge

Tide gauge boards, clearly marked in 10cm graduations are to be provided and

maintained at the contractor’s expense at the site throughout the contract. They

should be erected as directed by the Engineer’s representative and the zero of the

tide gauge is to be set to the Chart Datum.

44.3 Marker Buoys, Beacons etc.,

44.3.1The contractor shall at his own expense, install and maintain marker buoys to define

the extent of the site as directed by the Engineer or other competent authority.

44.3.2All beacons and marked for setting out the works and for defining the limits of the

permitted working areas shall be of such size as shall be clearly visible at all times

and lights shall be fitted where necessary or required by the appropriate authority.

44.4.1 Identifying Defects

The Engineer or his nominee shall check the Contractor's work and notify the

Contractor of any Defects that are found. Such checking shall not affect the

Contractor's responsibilities. The Engineer or his nominee may instruct the

Contractor to search for a Defect and to uncover and test any work that the Nodal

Officer or his nominee considers may have a Defect.

44.4.2 Correction of Defects

The Engineer or his nominee shall give notice to the Contractor of any Defects before

the end of the Defects Liability Period, which begins at Completion and is defined in

the Contract Data. The Defects Liability Period shall be extended for as long as

Defects remain to be corrected.

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

within the length of time specified by the Nodal Officer or his nominee’s notice.

44.4.3 Uncorrected Defects

If the Contractor has not corrected a Defect within the time specified in the Nodal

Officer or his nominee’s notice, the Nodal Officer or his nominee will assess the cost

of having the Defect corrected, and the Contractor will pay this amount

Page 109: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 108 of 246

SECTION - 4

TECHNICAL SPECIFICATION OF MATERIALS AND WORKS

Page 110: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 109 of 246

SECTION – 4: TECHNICAL SPECIFICATION OF MATERIALS AND WORKS

PART I - MATERIAL AND WORKMANSHIP

1. General Provision

1.1 Standards

Unless otherwise specified in the Contract, the relevant provisions of the appropriate

bureau of Indian Standards shall apply for all materials and workmanship. Where

relevant BIS Standards do not exist, the latest version of the relevant British

Standard Specification or Standard of the American Society for Testing Materials

shall apply. Equivalent standards from other countries may be used provided they

are demonstrated to be equal to or more onerous than the standard quoted. In such

a case, the standard shall be provided with an acceptable translation.

IS / BIS: Indian Standards

BSS: British Standard Specification

Cp: British Standard Code of Practice

ASTM: Standard of the American Society for Testing Materials

1.2 Standard Products

If mention is made in the Contract of named products of individual manufacturers,

this indication of the standard or type and workmanship of goods, which are

satisfactory to the Engineer. The Contractor may substitute similar Products of at

least equal quality and suitability, subject to the approval of the Engineer provided

that the Contractor has submitted with his Tender proposals for such substitution

with full particulars of the proposed alternative products; otherwise, the

Contractor's proposals may not be considered. Proposals by the Contractor for the

supply of manufactured products shall be accompanied by certification that the

manufacture's products are approved by the relevant standards authority.

2. Test Certificates

Where specified, each consignment of materials or products intended for use in the

Permanent works shall be accompanied by a manufacturer's test certificate showing

that it conforms in all respects to the appropriate standards and specifications. If no

such certificates are enclosed, the Engineer shall have the materials or products

tested by a nominated testing authority. The costs of such tests shall be borne by

the Contractor.

3. As-Built Drawing

During performance of work under this contract, the Contractor shall keep at the

site of the works, records as a set of transparencies which shall be kept marked up

in detail to indicate such changes or additions as may be requested by the Engineer

or required to suit field or other conditions. Whenever, requested by the Engineer

during the execution of the works, the contractor shall submit copies of these up to-

Page 111: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 110 of 246

date drawings. After completion of the project in all respects, the contractor shall

submit as-executed drawings incorporating all changes made by the Engineer

during execution, in the form of CDs along with one set of hard copies.

4. Works to be Kept Dry

If certain parts of the Works or Temporary works are liable to flooding at any stage,

the Contractor shall be responsible for preventing such flooding and for promptly

rectifying any damage to the works or Temporary works so occasioned by flooding.

5. Materials and Workmanship

5.1 Quality of Materials, Workmanship and Testing Facilities

All materials intended to form or forming part of the works. All workmanship and all

work under the Contract shall be in accordance with the Contract and with the

instructions of the Engineer. Those materials, which shall conform to the relevant

standards, shall be subject to the approval of the Engineer and shall be subjected

from time to time to such tests as the Engineer may direct. Tests shall be carried out

either at the contractor's laboratory or at any other place as directed by the

Engineer. The Contractor shall provide without delay, all such attendance,

assistance, facilities and equipment as are required for examining, measuring,

sampling and testing of work and the quality, weight and quantity of materials and

things intended to form or forming part of the works as and where required by the

Engineer. The Contractor shall re do/replace such work, materials and things

rejected by the Engineer.

5.2 Sampling

Samples shall be taken in accordance with the relevant standards and in such a

way and number that they can be considered to be representative of the full quantity

of materials from which they are taken. Samples submitted for approval of materials

to be supplied, or of the standard of workmanship and subsequently approved will

be kept by the Engineer's Representative who may reject all materials or

workmanship not corresponding in quality and character with the approved

samples. Suitable labelled boxes or containers for the transport and storage of

samples shall be provided by the Contractor.

5.3 Testing

All materials intended to form part of the Works shall, unless otherwise directed by

the Engineer, be tested in accordance with relevant standards and with the

requirements of this specification. The contractor shall carry out such tests of his

own as is necessary to ensure compliance with the Specifications.

The Contractor shall be entitled to be represented at all tests carried out by or on

behalf of the Engineer in order to determine whether workmanship and materials

meet the requirements of the Specifications. Sufficient notice shall be given to the

Page 112: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 111 of 246

Contractor to enable him should he so wish to be present during any control test.

Should the Contractor not wish to witness or be present at any control test, it shall

be assumed that the Contractor accepts the validity of the results of that test.

5.4 Prevention of Damage to Materials

The Contractor shall take adequate measures to prevent damage, contamination

and the like at any stage and by any cause to all materials intended to form part of

the works.

5.5 Costs of Compliance

The costs incurred by the Contractor in complying with the provisions of Clause 5

shall be borne by the Contractor provided that the Employer shall reimburse to the

Contractor.

- The cost of testing if the testing is ordered by the Engineer to be carried out by

an independent person or agency at any place other than the Site or the place of

manufacture or fabrication of the materials or things to be tested and is not

specifically required by the Contractor to be carried out by an independent

person or agency.

- The cost of core drilling if such drilling is required by the Engineer to obtain

samples from the Works and not specifically required by the Contract;

- Such cost if any, of finished or partially finished work is ordered by the Engineer

to be tested under load to ascertain whether the design of such work is

appropriate for the purposes which it is intended to fulfil and such test is not

clearly intended or provided for in the contract.

Notwithstanding the above provisions, the costs incurred by the Contractor in

complying with the provisions of this Clause shall entirely be borne by the

Contractor if the test shows workmanship, materials or things not in accordance

with the provisions of the Contract or the Engineer's instructions.

5.6 Compliance no Reason for Extension of Time

Compliance by the Contractor with the provisions of this Clause shall not give the

Contractor any right to extension of time for the completion of the works.

5.7 Inspection before Concealment

Whenever work requiring inspection or testing is subsequently to be concealed, due

notice shall be given to the Engineer so that inspection may be made or tests

witnessed before concealment. Failure to give such notice may necessitate the

Contractor's uncovering the work for inspection purposes and reinstating it all at his

own expense.

6. Levels and Dimensions

Page 113: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 112 of 246

The Contractor shall carry out his own surveys and measurements to verify existing

levels and dimensions of existing features shown on the drawings, as and when

deemed necessary by him. Wherever dimensions or levels are shown on the

Drawings such dimensions or levels shall take precedence over dimensions scaled

from the Drawings and scaled dimensions shall be used only in the absence from

the Drawings and/or elsewhere of other more precise information. Large scale

Drawings shall be used in preference to drawings of a smaller scale. In the event of

discrepancies between the Drawings and the specifications, the specifications shall

have precedence over the Drawings. Whenever there is any doubt or in-consistency

regarding the levels/datum's etc., indicated in the drawings, the same shall be got

clarified from the Engineer before proceeding with the works. The Engineer's

decision will be final and binding on the contract.

7. Setting out

7.1 Setting out the Works

Setting out the works shall be done by the Contractor by such dates as to permit

timely commencement of the work. The Contractor shall furnish, install and

maintain all markers, buoys, shore beacons and other items necessary to define the

works. The setting out of the Works under Contract shall be executed by the

Contractor with the Engineer's Representative in attendance.

7.2 Checking of Setting out

The Contractor shall provide the Engineer's Representative with sufficient

equipment, duly calibrated in the field, labour and materials to enable the

Engineer's Representative to check the Contractor's setting out, at any time the

Engineers' Representative may direct.

7.3 Data for Setting out the Works

The levels shown in the Drawings are referred to Chart Datum (C.D.) unless

otherwise stated in the Drawings. Prior to commencement of work, the Contractor

shall engage a qualified Surveyor to check the locations and levels of the existing

reference points at the Site and install additional reference points for his works,

which will not be affected by construction operations. Coordinates and levels of

existing reference points will be provided by the Engineer but the Contractor shall

carry out all additional survey and levelling work necessary for setting out the works

in fulfilment of his obligations.

8. Conditions of Site

Before carrying out any work, the Contractor shall inspect the Site in conjunction

with the Engineer's Representative to establish its general condition which shall be

agreed and recorded in writing, and where, in the opinion of the Engineer or his

Representative it is deemed necessary, by means of photographs.

Page 114: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 113 of 246

The boundary of the land provided for the execution of the works will be defined by

the Engineer's Representative and the Contractor shall provide erect and maintain

from commencement to final completion, approved markers indicating the boundary

of the working area at regular intervals as the Engineer's Representative may

require.

PART II - SPECIFICATION OF MATERIALS

1. The goods or materials to be supplied by the contractor shall be of the quality or sort

specified and in every respect equal and answerable to the pattern or samples

submitted by him for approval of the Engineer or his representatives.

2. Cement

2.1. The contractor shall procure 53 grade (conforming to IS 12269) Ordinary Portland

Cement or any other special grade/quality of cement as required for the work, from

reputed manufacturers of cement such as L&T, Birla, ACC, India Cements, Madras

Cements, Chettinadu Cements, Dalmia Cements or any other equivalent brands as

approved by the Engineer.

2.2. Supply of cement shall be made in 50-Kg bags bearing manufacturer's name and

BIS marking. Every consignment of cement shall be accompanied with the

manufacturer's test certificate with the following specific information / details:

i. The complete test results conducted for the specifications mentioned in the

contract.

ii. Reference to the supplies made on the strength of the test certificate sent to

the Trust.

iii. The competent officer of the supplier should authenticate all the entries

made in the test certificate.

iv. The test certificate can be either original or photo copy duly authenticated by

a responsible official of the supplier.

2.3 If so desired or if the cement so supplied is not accompanied with such test

certificates, samples of cement procured by the contractor shall be taken by the

Engineer's representative and got tested in accordance with provisions of relevant

BIS codes. In case, test results indicate that the cement arranged by the contractor

does not conform to the relevant BIS codes, the same shall stand rejected and shall

be removed from the site by the contractor at his own cost within a week's time from

the date of written order from the Engineer or his representative to do so.

2.4 The cement shall be brought to site in bulk supply of approximately 10 tonnes or as

decided by the Engineer or his representative.

Page 115: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 114 of 246

2.5. The cement shed with a capacity to store a minimum of 200 bags of cement or as

decided by the Engineer or his representative shall be constructed by the contractor

at the site of work for which no extra payment shall be made. The contractor shall

be responsible for the watch & ward and safety of the cement godown. The

contractor shall facilitate the inspection of the cement godown by the Engineer or

his representative at any time. Thatched shed shall not be permitted.

2.6. If the consignment is not accompanied with manufacturer's test certificate or any

additional test ordered by the Engineer's representative at random the contractor

shall supply free of charge the cement required for testing. The cost of tests shall be

borne by the contractor/department in the manner such indicated below;

i) By the contractor if the results show that the cement does not conform to

relevant BIS codes or the cement supplied by them is not accompanied with

manufacturer test certificate leading to testing of cement at site.

ii) By the Department if the retest results carried out at site show that the

cement conforms to relevant BIS codes.

2.7. The requirements of cement shall be calculated on the basis of the standard formula

for consumption of cement as laid down by the Engineer or his representative and

over this theoretical quantity, the variation allowed shall be plus or minus 2% only.

2.8. The actual issue and consumption of cement on work shall be regulated and proper

accounts maintained. The theoretical consumption of cement shall be worked out on

the standard formula as laid down by the Engineer or his representative. Over this

theoretical quantity shall be allowed a variation of minus 2%. In the event of it being

discovered that the quantity of cement used is less than the quantity ascertained as

herein before provided (allowing variation on the minus side as stipulated above),

the cost of quantity of cement not so used shall be recovered from the contractor at

the local market rate prevailed during that time.

2.9. Cement brought to site and cement remaining unused after completion of work shall

not be removed from the site without the written permission of the Engineer or his

representative.

2.10 A Copy of the manufacturer's test certificate showing conformity of the particular

consignment to BIS specifications in addition to the invoice and bills shall be

submitted by the contractor for the supply of cement.

3. Grading of Aggregates

i. Fine Aggregate:

Page 116: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 115 of 246

Aggregate most of which passes through 4.75mm IS sieve is known as fine

aggregate. Fine aggregate shall consist of natural river sand/ M sand conforming to

IS: 383. It shall be hard, durable, chemically inert, clean and free from adherent

coatings, organic matter etc. and shall not contain any appreciable amount of clay

balls or pellets and harmful impurities e.g. iron pyrites, alkalies, salts, coal, mica,

shale or similar laminated materials in such form or in such quantities as to cause

corrosion of metal or affect adversely the hardening, the strength, the durability or

the appearance of mortar, plaster or concrete The grading of fine aggregate for

concrete shall be within the limits of either zone I or zone II of the IS 383, table 4.

ii. Coarse Aggregate:

It shall consist of naturally occurring granite (broken stone) stones. It shall be hard,

strong, dense, durable and clean. It shall be free from veins, adherent coatings, and

injurious amounts of disintegrated pieces, alkali, vegetable matter and other

deleterious substances. It shall be roughly cubical in shape. Flaky and elongated

pieces shall be avoided. The overall grading of the coarse aggregate, viz., graded

aggregate of nominal size 20 mm shall conform to the requirements specified in IS

383. The contractor shall, if required by the Engineer, obtain the specified grading

by combining single aggregates in proportions to give the specified grading.

iii. Storage of Aggregates:

Each size of fine and coarse aggregates shall be stored in separate areas covered

with metal sheets, concrete or other hard and clean surface, which shall be self-

draining and protected from contamination by earth or other deleterious matter. All

roads from source to storage areas and between and around storage areas shall be

metalled in such a way, that no mud or other contamination for aggregates can stick

on the tyres of the transporting equipment for aggregates. Fine and coarse

aggregates shall be stored in such a way so as to avoid intermixing of different

aggregate sizes.

4. Works Tests on Aggregates

During the course of the Contract, fine and coarse aggregates shall be tested at site

as often as required by the Engineer and at the Contractor's expense. Tests shall be

carried out in accordance with the methods specified in Table: 1 below, unless

otherwise ordered by the Engineer.

TABLE 1 WORKS TEST ON AGGREGATES

Sl.No. Test Method of Test

1 Particle size IS 2386 Part I 2 Silt content by field settling test IS 2386 Part I

Page 117: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 116 of 246

3 Moisture content IS 2386 Part III

4 Organic impurities content IS 2386 Part II

5. Water

The water used for all purposes throughout the Works shall be free from objectionable

quantities of silt, organic matters, alkali, salt or other impurities.

The water used for mixing concrete and mortar, washing of aggregates and for curing

the concrete, shall be from an approved source and shall contain no deleterious

matter which significantly affects the setting time or strength or durability of the

concrete or which has any effect on the appearance of the hardened concrete by

discoloration or efflorescence. The use of seawater shall not be permitted.

Generally, water for mixing, washing aggregates, curing and rinsing shall be free from

oil, salt and organic impurities and shall not contain more than 500 mg/1 of

chlorides as Cl nor more than 500 mg/1 of sulphates as SO3 at any one same time.

6. Steel

6.1. The contractor shall procure steel reinforcement bars conforming to IS 1786-2008

from main producers such as SAIL, VSP, RINL, TISCO or other equivalent firms

having ISI mark as approved by the Engineer’s representative in respect of all supplies

of steel brought by him to the site of work.

6.2 The steel reinforcement shall be brought to site in bulk consignment of 5 tonnes or

more or as decided by the Engineer’s representative. Every consignment of steel shall

be accompanied with the manufacturer’s test certificate with the following specific

information /details:

- The complete test results conducted for the specifications mentioned in the contract.

- Reference to the supplies made on the strength of the test certificate sent to the KPL.

- The competent officer of the supplier should authenticate all the entries made in the test certificate. The test certificate can be either original or photo copy duly authenticated by a responsible official of the supplier.

6.3 The steel reinforcement shall be stored by the contractor at the site of work in such

away as to prevent any distortion and corrosion and nothing extra shall be paid on

Page 118: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 117 of 246

this account. Bars of different sizes and lengths shall be stored separately to facilitate

easy counting and checking.

6.4 For checking nominal mass tensile strength, bend test, re-bend test etc., specimens of

sufficient length shall be cut from each size of the bar at random and at frequency not

less than that specified below:

Size of Bar

For consignment below100 tonnes

For consignment above 100 tonnes

Below 10mm dia

One sample for each 25 tonnes or part thereof

One sample for each 40 tonnes or part thereof

10 to 16 mm dia

One sample for each 35 tonnes or part thereof

One sample for each 45 tonnes or part thereof

Over 16 mm dia One sample for each 45 tonnes or part thereof

One sample for each 50 tonnes or part thereof

6.5 The contractor shall supply free of charge, the steel required for testing and the cost

of tests shall be borne by the contractor / department in the manner indicate below:

i) By the contractor, if the results show that the steel does not conform to the

relevant BIS code or if the steel supplied by them are not accompanied with

manufacturer’s test certificate leading to testing of cement at site.

ii) By the department, if the retest results carried out at site shows that the steel

conforms to relevant BIS code.

6.6 The actual issue and consumption of steel on work shall be regulated and proper

accounts maintained. The theoretical consumption of steel shall be worked out as per

procedure prescribed below:

Theoretical quantity of steel shall be taken, as the quantity required as per design or

as authorized by the Engineer including authorized Lappages. The cost of the quantity

of steel actually consumed in excess of this theoretical requirement will be borne by

the contractor and no payment will be made for this. Approved laps, hooks, spacer

bars, chairs, etc., shall be measured and paid.

7. Bollards

7.1 Scope

The scope includes design, manufacture, delivery to site and install at the locations

shown in drawings. The supply shall include bollard and its accessories such as

anchor bolts, nuts and washers.

Page 119: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 118 of 246

Cast steel bollards shall be of T type and shall be provided and fixed to the

satisfaction of the Engineer. Each bollard shall be capable of withstanding a load

specified after fixing. The quantity of bollards in each category shall be as per Bill of

Quantities and as specified drawings.

The Contractor shall be responsible for ensuring correct and safe configuration,

functionality and operability of the supplied and installed Bollards. The Contractor

shall ensure that no omissions from, or compliance with the specifications, data and

documentation supplied by others shall prejudice this responsibility.

The Contractor shall ensure that the Contractor’s installation complies in all respects

with the requirements of the Bollards supplied.

The capacity of bollard, location and spacing of bollards shall be as per design

drawings. The Contractor shall design the bollard and its fixtures to the concrete

including base plate, anchor bolts etc. The Contractor shall submit the design

calculations for the bollard casting and the base plate / anchor bolt details to the

Engineer for approval.

7.2 Design Loads

Bollards will have a load rating of minimum 100/150 Metric Tonnes in the direction of

±25° relative to horizontal and ±90° relative to the perpendicular to the berth front.

The theoretical point of loading for the line pull shall be the intersection of the bollard

vertical axis centre line and the horizontal axis running through the centre of the

horns.

The safety factor for each bollard is 1.25 against the yield point in the material used

and 2.5 against breaking point. After fabrication process completion and before

shipment, each bollard will be shocked tested.

7.3 Design Features

Simplicity of design with standard parts to ensure economic maintenance shall be the

first consideration. Notwithstanding the foregoing, the bollards shall incorporate the

following designed features, as a minimum:

- Bollards will be Twin-Horn, T-Head or Sloping Lobe type.

- Each bollard will be capable of supporting, at least, two mooring lines, of

approximately 80 mm diameter. Tension of each bollard generated by mooring

lines will be less than bollard capacity in order to avoid bollard overloading.

- Maintenance will be reduced to a minimum therefore simplicity on design will

be priority consideration.

Page 120: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 119 of 246

- Bollards working ranges will be consistent with project drawings.

Bollards shall be made of cast steel complying with BS 6349. The steel for the

bollards shall be cast steel complying with BS EN 10293 or equivalent, with traction

resistance equal to or greater than 500 MPa and a conventional elastic limit equal to

or greater than 300 Mpa, or of similar characteristics. Stretching shall be equal to or

greater than 18%.

Holding down bolts verification shall be done in accordance to Euro codes. Concrete

verification against bolt pullout shall be done in accordance to IS 456. Bollards shall

be supplied with certificates that confirm their resistance to the test pulls with no

reservations and that the results of the x-ray examinations performed at 100% are

satisfactory. This certificate shall be issued by an internationally recognized company.

Absence of goose pen and intrusions shall be proved.

7.4Anchorage hardware

Contractor shall carry out calculations for anchor bolts assuming available anchorage

depth in to in-situ concrete of 300mm.

Drawings shall be used as reference for location of bollard units, installation details

and conditions.

Anchorages shall be embedded in concrete, to allow the union between them and

bollard basis, passing through corresponding holes and holding them with nuts. Steel

for the anchorages shall be in accordance with IS 800.

Once the installation of bollards is finished, the Owner shall carry out all the tests as

necessary to prove its correct operation.

7.5Finish

The anchor bolts, nuts for fixation of bollards will be SS 316 as per specification. The

bollards and its anchorages shall be designed to safely withstand the specified

working load after fixing.

7.6Painting

All bollards, whether or not mentioned on the drawings shall be painted after

installation with one coat of primer of red oxide, zinc chrome paint conforming to IS

2074 “Ready mixed paint red oxide zinc chrome priming” and two coats of finishing

paint of yellow colour to IS 2933 “Enamel, exterior (a) Undercoating (b) finishing”. The

rates quoted by the contractor shall be deemed to be inclusive of cost of painting etc.,

complete. Surfaces of metal against which concrete will be placed, shall be free from

oil, grease or other objectionable matter.

7.7 Submittals

Page 121: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 120 of 246

7.1.1 Pre-Manufacture

CONTRACTOR shall submit, at least, following information for approval prior to

manufacturing bollards and hardware:

- Shop drawings for bollards

- Detailed design calculations demonstrating proposed anchorages meet loading

requirements with the required safety factor.

- Grout

- Bolts, nuts and washers

- Chemical analysis test reports

- Coating system data sheets

7.2.2 Post-Manufacture

Contractor shall submit following information after manufacture of bollards and

hardware:

Mill test certificates for each heat number

Certificate of conformance for line pull rating

Record showing heat numbers and serial numbers

8. Fenders

8.1 Scope

CONTRACTOR is responsible for the design, fabrication and supply of all materials

and components required for the fendering system. CONTRACTOR shall also be in

responsible for fender transportation and installation at the specified location in the

drawings including all man power and equipment required.

Supply consists of a number of units (as specified in construction drawings) of

Super Cone fenders with front panels to be placed at the wharf front wall including

attachment hardware.

8.2 Technical requirements

8.2.1 Fender Performance

Each fender to be placed in the berthing front shall meet design requirements as per

BS 6349. Fender performance shall comply as a minimum, following requirements:

All the fenders supplied shall exhibit load deflection and energy-deflection

characteristics. Unless otherwise specified all fenders shall exhibit linear load-

deflection relationship for their rated deflection. Energy absorptions and maximum

allowable reactions shall be as per following table.

Page 122: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 121 of 246

Fender Technical requirements

Property Requirement

Fender type Super Cone Type

Minimum Energy absorption 1125 kN-m

Maximum Reaction limit 1400 kN

Limiting Size 1400 mm

Maximum friction coefficient 0.2

Limiting Hull pressure 20 T/m2

Quantity As per Bill of quantities

Location As per drawings

Test quantity Minimum 10% of the total

quantity or 2 numbers

8.3 Products

8.3.1 General

All the materials to be used for fender fabrication and installation shall be suitable

for withstand the extreme and severe conditions expected at berth. The surface skin

shall be uniform black colour and uniform texture, free of cracks, warpage,

punctures, blisters or defects that could affect fender performance. The skin shall

not degrade or lose colour due to the high temperature variations or the extended

sun exposure typical from the site.

8.3.2 Rubber Properties

Rubber shall meet, as minimum, following requirements:

Rubber Properties – before aging

Property Requirement (units) Testing standard and conditions

Before Aging

Tensile strength 160 kg/cm2 (min.) ASTM D412 Die C / BS 903 A.Z. Elongation 350 % (min.)

Hardness 84 deg. (max.) ASTM D2240 shore A durometer / BS 903 A.Z.

Rubber Properties – after aging

Property Requirement Testing standard

After aging ( 700 C x 96 hrs aging through air heating)

Change in

Tensile Strength

Not less than 80 % of

Original Value

ASTM D 573 Die C/BS 903 A.Z.

Change in

Elongation

Not less than 80 % of

Original Value

ASTM D 573 Die C/BS 903 A.Z.

Property Requirement Testing standard

Hardness Original value +80 max ASTM D2240 shore A durometer

Page 123: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 122 of 246

Tear Resistance Minimum 70 kg/cm ASTM D 624 Die B/BS 903 A.3

Compression

set 700 x 22

hours heat

treatment

Maximum 30% ASTM D 395/BS 903 A.6A

Abrasion

Resistance

Maximum 1.5 CC BS 903 A9 method C 3000

revolutions

Upon delivery, the fender shall be tested and any deficiency shall be repaired at

CONTRACTOR expense.

Bottom plates are to be made of steel flanges bonded together by special rubber. The

outside parts, including bolt holes, shall be covered by rubber for rust prevention.

8.3.2 Fender Installation and Workmanship

The CONTRACTOR shall submit all necessary shop drawings for the fenders. All

holes shall be made by drilling.

Manufacturing tolerances shall be within:

For rubber: +/-1mm.

For steel: overall dimensions: +/-5mm.

For UHMW board: length and width: +/- 5mm

For UHMW board: thickness: +/-0.3mm.

For UHMW board: out-of-straightness of the finished panel surface shall be less than 1/1200.

Positioning tolerances of the fender assembly relative to the lines and levels shown shall be within +/-20mm.

Any damaged paint shall be touched up to the approval of the Engineer. Washers

shall be used under bolt heads in order to avoid damage to the paint.

8.3.4 Fender Panel

Fender protection panels shall be covered with low friction material.

The fender receiving panel shall be bolted to the fender bottom plate, opposite the

quay wall. It consists on closed-cell steel plate, coated and UHMW Polyethylene pads

bolted to the steel plate.

Page 124: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 123 of 246

Hydrostatic tests shall be carried out in order to assure waterproofing.

All fender panels and fittings shall fulfill following requirements.

Fender Panel Requirements

Item Standard

Pad Ultra High Molecular Weight Polyethylene Thickness: 50 mm Friction Coefficient: 0.2

Structural Steel ASTM A36 Welded Steel Construction AWS D1.1

Galvanizing ASTM A123 or ASTM A153

Anchor Bolts / Pad fixing ASTM A307

There shall not be sharp edges at any location on the hardware, whether internal or

external to the fender.

8.3.5 Chains and Hardware Material

Chains shall be provided in order to fulfil following requirements:

- To prevent the fender assembly from sagging under its own weight after installation on berthing front.

- To restrain outward movement at the top of the fender panel

- To support shear strength, if necessary

- Minimum chain size shall be 1 inch

- Compliance with Grade 30 Class 1 BS 6405

Fender anchors and embeds shall be supplied and designed to have yield strengths,

when welded to steel panels, not less than 1.25 times the average breaking strength of

the chain or bolts. Nuts and bolts shall be type 316 Stainless Steel.

Weight chains shall be furnished with tensioning devices which shall allow proper

tensioning of the chains after installation.

All chains, attaching hardware and other steel hardware shall be hot-dip galvanized

after fabrication.

8.3.6 Fender Supports

Fenders shall be anchored to concrete edge beam.

Page 125: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 124 of 246

CONTRACTOR shall provide, for review by Engineer, the arrangement drawing

including fenders, panels, chains and fitting, in order to check compatibility with

fender support.

The Fabrication of fendering system shall be performed after Engineer approval of

CONTRACTOR documentation.

8.4 Corrosion Protection

Appropriate material and/or protective coating system shall be selected by

CONTRACTOR and approved by OWNER.

Corrosion allowance shall be 3 mm for all exposed surfaces.

8.5 Materials not allowed

Usage of following materials is not permitted:

- Wood or any other material that could contribute to combustion

- Coal tar epoxy coating

8.6 Fender labelling

Fenders shall be labelled (stencilled, branded or moulded) with, at least, the following

information:

- Manufacturer’s name

- Fender size

- Manufacturing date or date code

- Fender serial number

- Initial or rated internal pressure

8.7 Inspection and testing

8.7.1 General

All fenders, fixtures and facia pads supplied shall be subjected to inspection by the

Engineer or his representative, if he so desires. For this purpose, the Engineer shall

direct the tenderer to get the finished product tested through approved inspecting

agencies like ITS Lloyds, A.B.S., etc., at the tenderer's expense. The contractor shall

extend all facilities for such inspection at all reasonable time. Non-conformity to these

specifications in the opinion of the Engineer or his representative or as evident from

the results of additional or retesting shall be sufficient cause for rejection. The

tenderer shall furnish information on the laboratories/testing centres where he

intends to carry out all tests required along with the tender. Such laboratories/testing

centres shall be fully equipped to carry out all the tests specified in the tender.

Page 126: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 125 of 246

The Contractor shall supply the test samples free of charge and supply labour and

appliances at his own cost for such testing as may be carried out in his premises in

accordance with relevant codes. In the absence of facilities at his own works for

carrying out the specified tests, the contractor shall bear the cost of carrying out such

tests elsewhere. The tests that are expected to be carried out in the product includes

but not limited to the following:

a) Type, size and quantity.

b) Dimensions including height, width, length, thickness and pitch of anchor

bolt.

c) Appearance.

d) Physical properties of rubber like tensile strength, elongation, hardness,

ageing, tear resistance and compression test. (The sample pieces are

extracted from the rubber compound in production to test them in

accordance with the standards).

8.7.2 Inspection and Test Plan

CONTRACTOR shall submit his proposal for Inspection and Test Plan to be approved

by Engineer/Employer.

8.7.3 Factory Acceptance Test (FAT)

CONTRACTOR shall submit FAT procedure for Engineer approval prior FAT starting.

Quality Control Agency shall be present at FAT in order to approve and verify proper

test methods are being applied. Warranty letters for fenders and material certificates

shall be provided.

For fender rubbers, 10% of total units shall be tested with a minimum of 2 units.

These tests shall be witnessed by Engineer or his representative.

8.7.4 Site Acceptance Test (SAT)

CONTRACTOR shall provide SAT procedure for the fender system in order to verify

proper delivery and installation.

8.8 Documentation

8.8.1 Calculation Notes

Following notes shall be included, as a minimum:

- Fender rubber strength against drooping in vertical direction due to self weight of fender and frontal frame

- Fender System Justification (front panels and fender) according to performance requirement including manufacturer tolerances.

Page 127: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 126 of 246

- Panel structural justification

- Chains and accessories structural justification

- Anchor bolt calculations for fenders and chains

- Fitting justification

- PE-UHMW pads technical data sheets

- Fenders performances curves

8.8.2 General and Detailed Drawings

Including, at least, following drawings:

- Fendering system plans (plan view, front and side elevations)

- Anchor bolt layout

- Insert details

- Panel details

- Chain pad eye details

- Bolts, nuts and washers details

- UHMW panel details

- Chain assemblies

- Chain turn buckles

- Bill of material

8.8.3 Fabrication and Related Procedures

Including, at least, following documents:

- FAT procedure and PIANC procedure

- Installation and maintenance procedure

- Painting procedure

- Inspection and tests plan

- Handling, transportation and storage procedure

8.8.4 Certificates and Test Reports

Including, at least, following documents:

- Material certificates type 3.1 for panels, including material traceability sheet

- PIANC Material certificates for rubber, including material traceability sheet

- Material certificates type 3.1 for accessories or, at least, Certificate of

compliance with the purchase order type 2.1, including material traceability

sheet

- FAT report

- PIANC test report

Page 128: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 127 of 246

- Painting report

8.9 Commissioning

Commissioning method shall be proposed by CONTRACTOR to ensure adequate fit for

purpose fendering system and shall be incorporated in the commissioning plan.

Operating, Maintenance and Repair Manual giving instructions for performing field

repairs shall be delivered during this stage.

8.10 Handling and storage of fenders

All materials shall be handled in the proper way to preserve their Quality and fitness

for the work.

Materials shall be handled with suitable and approved handling devices and methods

in order to avoid stresses and deformation as well as preserve rubber coating.

Materials shall be stored in such manner as to assure the preservation of their quality

and fitness for the work, fenders shall not be directly exposed to sun or rain. Stored

rubbers shall be placed on skids to prevent contact with the ground. A sufficient

number of skids shall be used in order to prevent deflection in the stored rubber

fenders, which shall be kept clean and fully drained, protected from standing water,

corrosive products, blast cleaning, painting and dropped object. Damaged rubbers

shall be rejected and replaced. Soured materials, even though approved before

storage, shall be again inspected prior to their installation.

8.11 Special Points

i) All metal parts including bolts, washers head, plate, etc., are to be of stainless

steel only.

ii) The system should preferably be designed to facilitate easy removal of old bolts

and reinserting of new bolts in case of bolts connecting the fender to the wharf

fail.

iii) Suitable arrangements to prevent the bolt working loose while in operation due

to berthing force and frequent tightening of the bolts is to be avoided.

iv) The connection between the front bearing plate and the fender rubber should be

carefully designed to avoid the bolts shearing often.

v) Full specifications with illustrations and necessary drawings, spare parts lists,

complete set of all necessary tools and spanners shall be supplied along with the

fenders together with detailed instructions and all other information needed for

guidance and any further clarification that may be sought later to enable proper

installation of the fenders.

Page 129: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 128 of 246

vi) All materials and workmanship and duty shall be corresponding to Indian

Standard Specifications and ratings. In case the materials and ratings are as per

standard specifications and ratings other than I.S.S. or I.S. ratings the supplier

shall enclose two copies of such standard specification or ratings along with his

tender.

vii) Compression test accordingly is performed on one fender extracted from a lot of

shipment at random (one test per ten fenders but at least one test per shipment)

to confirm that the fender meets with the specifications, viz., energy, absorption,

reaction load and deflection including tolerance, it any. (To compress the sample

fender vertically, with the compression tester to measure the reaction load, one

rubber fender will be tested at a time).

viii) The recovery in height of the rubber fender at one minute after the fender is

released from the load should be more than 95% of its original height.

ix) All materials used shall be new and no material shall be used on the work

without the prior approval of the Engineer or his representative.

x) The decision of the Engineer or his representative regarding the quality of any

materials used on the work will be final and binding on the contractor. He shall

remove from the site of work any material rejected as unfit for use on the work at

his own cost as soon as he is ordered to do so, failing which the Engineer or his

representatives shall remove such materials from the site of work and shall

deduct the cost incurred by such removal by the Board from the site of work

from any moneys due to the contractor.

xi) All the work shall be carried out as per relevant specifications and to the

satisfaction of the Engineer.

xii) The specification of all other materials shall be as per the relevant Indian

Standard specifications as applicable. All BIS specification referred to in this

schedule shall be the latest version.

9. Geotextile

Geotextile shall be woven polyester fabric and shall comply to the following

specifications.

- Tensile strength to ISO 5081

Shall not be less than 50 kN/m warp

Shall not be less than 50 kN/m weft

- The permittivity to NEN 5167 shall not be less than 0.1 S-1

- Pore size O90 to NEN 15168 (dry sieving) shall be < 100 micron

- Weight per m2 of geotextile to ISO 3801 not less than 350 gms/m2

- Retain at least 80% of minimum strip tensile strength after 500 hours exposure

to UV radiation to ASTM G26-92

- The geotextile shall be manufactured with a minimum width of 5m.

Page 130: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 129 of 246

10.Gabions

Gabions shall be made of 9mm 4 strand PP Rope Flexible Gabions (untarred) with

150 mm aperture and of size 3mx1mx1m. The Gabion box shall be filled with stones

of minimum size no less than 200 kg in weight and 300mm in size as per

specification.

11. Rocks

Rocks proposed for the slope protection works shall be having size ranging from 500

kg to 1000 kg (25% between 500 kg and 1000 kg and 75 % over 1000 kg). The source

of the rocks shall be approved by the Engineer prior to the use in the project.

12. Paver Blocks

The specification covers material specifications, manufacture, laying and quality

control aspects of precast concrete paving blocks.

Materials

I. Cement

The cement used in the manufacture of precast concrete paving blocks shall

comply with the requirements of IS: 12269 for grade 53 ordinary port land cement.

II. Aggregates

The fine and coarse aggregate shall consist of naturally occurring crushed or

uncrushed materials which, apart from the grading requirements comply with IS:

383. The fine aggregate used shall contain a minimum of 25% natural silicon sand.

Limestone aggregate shall not be used.

Aggregates shall contain not more than 3% by weight of clay and silt and shall be

free from deleterious salts and contaminants.

III. Water

The water shall be clean and free from any deleterious matter and shall conform to

IS: 456 with latest amendment.

IV. Other materials

Any other material/ingredients used in the concrete shall conform to IS

specifications.

Finishes

Cement concrete blocks shall be of natural colour without use of any colour pigment.

The cement content of the compacted concrete shall be not less than 450 kg/cum.

However Minimum 405 Kg to 425 Kg of Cement Content per cubic meter of concrete is

acceptable as far as M 50 grade is achieved within 28 days of Casting.

Page 131: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 130 of 246

Curing

After manufacture the blocks shall be stored so as to prevent undue loss of moisture

and curing shall be done as per relevant IS specifications. Curing method shall be

adopted so that the blocks attain required strength, texture and durability.

Sampling for Testing

When required, blocks shall be sampled as described in as specified at relevant clause

at a rate of 16 blocks for every day production and shall be protected from damage

and contamination until tested. As soon as practicable after sampling, the sample

blocks shall be stored in water at 20 degree C +/ -5 degree for 24 hours prior to

testing.

Dimensions and Tolerances

I. Dimensions

Nominal sizes: The rectangular blocks shall be manufactured with a nominal

length of 200 mm, and a nominal width of 100 mm, and nominal thickness of 100

mm. Blocks shall be chamfered. The width and height of the chamfered edges

measured in horizontal and vertical projection must be at least 4 mm and may not

exceed 6 mm.

The blocks must be of a uniform shape and may have no structural faults such as

gravel accumulations, hollows or cracks. The blocks must be fairly straight, flat

and rectangular and have virtually no burrs or projections.

II. Tolerances

(a) Length: The length of all blocks from the sample shall be within + or – 2 mm of

the nominal specified length.

(b) Width: The width of all blocks from the sample shall be within + or – 2 mm of

the nominal specified width.

III. Standard Deviation

The standard deviation of the length and width may not be more than 1.2 mm. The

standard deviation of the length and width of the sample is calculated using the

following formula.

S = (X – X)2 / N - 1

Where S = The standard deviation rounded of to 0.1mm

X = The arithmetic mean of the length and width of the blocks rounded off to

0.1mm

X = Successively the length and width of the blocks of the sample in mm

N = The size of the sample 16 blocks

Thickness: The thickness of all blocks from the sample shall be within + or – 3 mm

of the nominal specified thickness.

Page 132: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 131 of 246

Dimensions shall be measured as described in Appendix B.

Dimensions and Tolerances

I. Calculation of corrected strength for individual blocks: The compressive strength of

each block specimen, tested in accordance with the specifications given at relevant

clause shall be calculated by dividing by actual cross sectional area of the block

and multiplying by a factor of 1.24. The strength shall be expressed to the nearest

0.1 N/sq mm.

II. Compressive strength: The average compressive strength of the blocks on delivery,

when sampled and tested in the manner described, shall not be less than 50 N/sq

mm. If, however, the average strength of the first four blocks tested is not less than

54 N/sq mm, the sample shall be deemed to comply and the remaining twelve

blocks from the sample need not be tested.

Facilitates for Sampling and Inspection

The Engineer shall at all reasonable times be permitted access to the place where

the paving blocks are manufactured or stored, for the purpose of examining and

sampling the materials and the finished paving blocks.

Test Results

Should any of the test results not comply with the requirements of this

specification, the consignment shall be deemed not to comply.

Test Results

I. Base

The furnished surface of the concrete base shall match the design profile in the

concrete block pavement with tolerance of 3 mm.

Compaction shall be done with suitable vibrating machine.

II. Bedding Layer -

a) The bedding shall be from either a single source or blended to achieve the following grading. Sieve size % passing

9.52mm 100

4.75mm 95 – 100

2.36mm 80 – 100

1.18mm 50 – 100

600 microns 25 – 60

300 microns 10 – 30

150 microns 5 – 15

75 microns 0 – 10

Single sized, gap-graded sands or those containing an excessive amount of fines will not be used. The sand particles should preferably be sharp not rounded.

Page 133: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 132 of 246

The joint-filling sand should pass a 2.35 mm sieve and be well graded. The following grading has been shown to give good results.

Sieve size % passing

2.36 mm 100

1.18 mm 90 – 100

600 microns 60 – 90

300 microns 30 – 60

150 microns 15 – 30

75 microns 0 – 10

The use of cement in the joint-filling sand is not recommended as a general

practice as the cemented sand is likely to crack into segments which are easily

dislodged.

b) Average thickness of this laying course shall be 50 mm, with a minimum of 40 mm and a max. of 80 mm.

c) Humidity contents shall be at least 4% by weight.

d) It should contain not more than 3% by weight of clay and silt and the materials shall be free from deleterious salts or contaminants.

e) The finished surface of the bedding layer shall match exactly the design profile as indicated on the drawings.

f) Before placing the bedding layer, clean the surface of base concrete by sweeping.

g) Do not allow any walking or driving on the finished surface of the bedding layer.

h) During construction the draining of the surface of bedding and / or concrete is assured by perforations in the gully chambers at a matching level.

III. Laying of Concrete Paving Blocks

a) Laying of the blocks shall be done, precisely at the indicated level and profile and in a way that good surface drainage to the gully chambers is assured.

b) Around gulley chambers, inspection pits, etc., the pavement shall have a level 5mm higher than the above mentioned elements.

c) The blocks shall be laid in a herring bone pattern. The blocks shall be laid as tight as possible to each other, and also along connections. The maximum joint width is limited to 4 mm.

d) Laying of broken blocks is not allowed except along connections. The minimum length of a broken block proposed to be used shall be 100 mm.

Breaking of the blocks shall be done with a “block splitter”.

Page 134: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 133 of 246

e) Fine angular sand max. 1.25 mm shall be brushed into the joints, thereafter compaction shall be done with a vibrating plate compactor on a clean surface. After compaction again fine angular sand shall be brushed into the joints.

f) As well before as after the compaction the maximum tolerance in height under a linear scale with a length of 3 m shall be within + or – 5 mm.

Sampling Blocks

I. Method of Sampling

Each designated section or part thereof in a consignment shall be divided into eight

real or imaginary approximately equal groups. Two blocks shall be drawn from each

group.

II. Marking and Identification

All samples shall be clearly marked at the time of sampling in such a way that the

designated section or part thereof, and the consignment represented by the sample,

are clearly defined.

Method of Measuring Dimensions

I. Length and Width

Apparatus

The apparatus used to measure the shape is a metal, rectangular box large enough to

put a concrete block in it. The horizontal base plate and the two adjoining vertical

plates are fixed to each other, the two other vertical plates can be moved in directions

perpendicular to these plates, and distance between moveable parallel plates can be

read off from a scale to a whole number of mm.

The apparatus_ construction must be such that the accuracy of the measurements

obtained to a whole no. of mm. can be trusted.

II. Procedure

Before measuring remove any impurities and /or burrs from the blocks to be

measured with a hard brush. Put the blocks with its top surface facing downwards on

horizontally positioned base plate of apparatus and press it as far as possible between

the two fixed, vertical plates, which are at the right angles to each other, so that the

long side of the block comes to the completely flush with the long vertical plates.

Determine the length and width of the block by successively pressing each of the

movable plates against the block and reading off the distances between the parallel

plates in mm on the scales.

Page 135: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 134 of 246

III. Height

The height of each block is accurately measured in whole mm using a sliding head

with calipers 50 mm long, measurements being taken at the four corners and in the

centre. The height is measured to the nearest 0.1 mm as the arithmetic mean of these

five values.

When measuring the height, the calipers of the sliding head are placed as flush as

possible with the top and bottom surfaces of the block at the corners at an angle of 45

degrees on the long side surface of the block.

Test for Compressive Strength

I. Testing Machine

The testing machine shall be of suitable capacity for the test and capable of applying

the load at the rate specified. It shall comply, as regards repeatability and accuracy,

with the requirements of clause 2.1 of BS 1881, Part 4.

II. Procedure

The sample specimens shall be tested in a wet condition after being stored for at least

24 hr. in water maintained at a temperature of 20 degrees C + or – 5 degree C. Before

the specimens are submerged in water, the necessary area shall be determined by the

method described in Appendix „B.

The platens of the testing machine shall be wiped clean and any loose grit or other

material removed from the contact faces of the specimen. Plywood, nominally 4 mm

thick, shall be used as packing between the upper and lower faces of the specimen

and the machine plates, and these boards shall be larger than the specimen by a

margin of at least 5 mm at all points. Fresh packing shall be used for each specimen

tested.

The specimen shall be placed in the machine with the wearing surface in a horizontal

plane and in such a way that the axes of the specimen are aligned with those of the

machine plates.

The load shall be applied without shock and increased continuously at rate of

approximately 15 N/sq mm per minute until no greater load can be sustained. The

maximum load applied to the specimen at failure shall be recorded.

III. Compressive Strength Calculation

The average corrected compressive strength for the designated block section shall be

calculated.

Page 136: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 135 of 246

IV. Compliance

The average corrected compressive strength at the specimens samples shall comply

with the requirement as specified.

Page 137: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 136 of 246

PART III - SPECIFICATION OF WORKS

1. Demolition / Dismantling

1.1 The term Demolition implies breaking up. This shall consist of demolishing whole

or part of work including all relevant items as specified or shown in the drawing.

1.2 The term Dismantling implies carefully removing without damage (up or down).

This shall consist of dismantling one or more parts of the structure and other

structures specified or shown in the drawing.

1.3 The tenderer is deemed to have inspected the structures for dismantling/ demolition

and acquainted him with their condition. The dismantling/ demolition shall be done

carefully, without causing any damage to the property of the port and / or other

agencies. The debris collected after dismantling / demolition shall be immediately

cleared from the site and dumped at the places as directed by the Engineer or his

representative within the Harbour premises.

1.4 The demolished materials shall not be used by the tenderer for any other works.

1.5 Demolition shall always be planned beforehand and shall be done in reverse order of

the one in which structure was constructed. The scheme of demolition/ dismantling

of structures shall be got approved from the Engineer before starting the work.

1.6 Any serviceable materials, obtained during dismantling or demolition, shall be

separated out and stacked properly as directed by the Engineer within a lead of 50

metres as specified and handed over to Kamarajar Port as directed. All debris shall

be disposed of as directed by the Engineer from the existing structures.

1.7 Pre measurements will be jointly recorded for the dismantling items by the

contractor (or his representative) and Engineer's representatives before starting the

dismantling work. The final quantity of dismantling will be the levels taken prior to

and after completion of the dismantling work at site.

a) The levels will be taken to the nearest 5 mm

b) The levels shall be taken on a grid as directed by the Engineer's representative to

suit the site condition.

c) For the purpose of payment, quantity shall be calculated by an average area

method.

2. Design Mix Concrete

2.1 Definition

Design mix concrete is that concrete in which the design mixes i.e. the

determination of proportions of cement, aggregate and water is arrived as to have

target mean strength for a specified grade of concrete. It shall be designed based on

the principles given in IS 456, IS 10262 and SP 23 “Hand book on concrete mixes”.

Page 138: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 137 of 246

In order to ensure that not more than the specified proportions of test results are

likely to fall below the characteristic strength, the concrete mix has to be designed

for higher average compressive strength and this higher average compressive

strength for a specified grade of concrete is defined as target mean strength.

2.2 Materials

The materials like cement, coarse aggregate, fine aggregate, water etc. required for

design mix concrete shall conform to Section 4Part II, "Specification of

Materials".

2.3 Data for Preliminary Mix Design

Data for Preliminary Mix Design: (For M 40)

a) Characteristic compressive strength of concrete at 28 days is 40 N / mm2

b) Degree of workability As per I.S

c) Maximum free Water Cement Ratio As per I.S

d) Other than diaphragm wall concreting Minimum cement Content 400 kg / m3

e) Type of exposure Extreme

f) Maximum nominal size of aggregate 20 mm

g) Standard deviation of compressive strength of concrete 5 N / mm2

Data for Preliminary Mix Design: (For M30)

a) Characteristic compressive strength of concrete at 28

days is

30 N / mm2

b) Degree of workability As per I.S

c) Maximum free Water Cement Ratio As per I.S

d) Minimum cement content 400 kg /

m3

e) Type of exposure Severe

f) Maximum nominal size of aggregate 20 mm

g) Standard deviation of compressive strength of concrete 5 N / mm2

Notwithstanding the foregoing, the Standard deviation should be determined from

the test results as soon as 30 samples are tested.

Page 139: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 138 of 246

2.4 Proportions of Materials

Concrete mixes shall be proportioned to give workable, dense concrete, which can be

thoroughly compacted within the shuttering and around reinforcement and other

cast in situ items. The mix proportions for fine and coarse aggregate shall be comply

with the requirements for designed concrete mixes according to IS: 456 for concrete.

The proportions of cement, fine and coarse aggregates and water proposed by the

contractor for use in the works for class of concrete shall be subject to approval by

the Engineer and satisfactory results from the preliminary tests outlined in the

following Clause (Trial Mixes and Preliminary Tests) The contractor shall arrange to

carry out necessary calculations all the tests for determining the class of concrete.

The proportioned weight of coarse aggregate and fine aggregate to produce the

concrete of required strengths.

i. The proportion of cement, aggregate (Fine and coarse) and water to determined.

ii. The sieve analysis of aggregates, which they proposed to use in the works.

iii. Full details of preliminary tests on concrete and

iv. All the calculations relevant to the design of class of concrete mix.

2.5 Trial Mixes and Preliminary Tests

The contractor shall prepare trial mixes using the same type of plant and equipment

as will be used for the works. Trial mixes shall be made for concrete of designation

M30 & M40 and from each trial mix preliminary 15-cm concrete test cubes shall be

made in sets of nine, three for test at 7 days and six for test at 28 days.

The preliminary cubes shall be made, cured and tested in accordance with IS 516.

The Contractor shall test them in a nominated laboratory or field laboratory and

certified copies of the results of all tests shall be submitted to the Engineer.

Preparation and testing shall be carried out in the presence of the Engineer if he so

desires.

All test should be in conformity with IS 456-2000 in which consistency of the

concrete shall be determined by the compacting factor test in accordance with IS

1199 (latest version) or other method approved by the Engineer.

The remainder of the trial mix shall be cast in a steel mould and compacted. After

24 hours the sides of the mould shall be struck and the surface examined in order

to determine whether or not, in the opinion of the Engineer, an acceptable surface

can be obtained using the mix.

2.6 Approval of Design Mix

Page 140: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 139 of 246

When all tests mentioned above for strength, consistency and surface finish are

satisfactory, the mix will be approved by the Engineer. When a proposed mix has

been approved, no variation shall be made in the mix proportions, or in the type,

grading zone or source of any of the constituent without the consent of the Engineer.

2.7 Ready mix concrete

The contractor shall also be permitted to use Ready mix concrete subject to the

following condition:

a) There should not be any deviation of material specification from those listed

above.

b) The contractor shall give in writing the details of the agency doing the ready

mix concrete, location, previous experience of the producer etc. and get the

approval of the Engineer or his representative in writing.

c) Engineer's representative shall post a departmental supervisory staff at the

location of ready mix plant and all the ready mix concrete shall be made only

in his presence. The Port's representative apart from ensuring the mix

proportion is as per the contract condition, shall endorse the trip sheet of the

truck conveying the ready mix concrete. No ready mix concrete shall be

accepted at the site unless the same is accompanied with the authenticated

trip sheet.

d) The contractor shall provide in writing, the programme of ready mix concrete

well in advance so as to enable the Engineer's representative to post his staff

/ officer. In addition, the contractor shall provide necessary assistance at the

location of the ready mix plant to the department's representative to

discharge his assigned duties.

2.8 Weigh Batching and Mixing

The Contractor's arrangements for handling, batching, transporting and mixing of

materials for concrete together with all control procedures shall receive approval in

principle from the Engineer before any concreting work commences on site. Before

the commencement of concreting operations for any particular section of the works,

the Contractor shall satisfy the Engineer that sufficient plant is in working order

including adequate stand-by equipment in order to ensure the proper mixing and

production of concrete in the quantity required to complete the section of the works.

The capacity and location of the main batching and mixing plant(s) shall be such as

to ensure a production rate sufficient for all the construction needs throughout the

Contract.

Page 141: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 140 of 246

Materials for all concrete classes shall be proportioned by weight in an approved

weigh-batcher and shall be thoroughly mixed in a batch mixer of an approved size

and type so as to ensure a uniform distribution of the materials throughout the

concrete.

a) Batching:

Materials shall be weighed to an accuracy of (+)/(-) 2% apart from water which

shall be weighed to an accuracy of (+)/(-) 1%. The weighing mechanism shall be

checked and adjusted monthly and the Contractor shall provide simple and

convenient means for this. He shall supply to the Engineer on request, records of

all test checks to be made to the plant. The Engineer may, at any time, call for a

check to be made. The device for measuring water shall show accurately the

quantity added and be so designed that the water supply will be automatically

cut off while water is being discharged into the mix. Water shall not be added to

the mixer until just prior to the time when the concrete is to be mixed. Due

allowance shall be made for the moisture content of the aggregates and the

Contractor shall make readily available to the Engineer assistance and

equipment as required to carry out moisture tests.

b) Mixing:

If cement is delivered in individual bags or containers, the sizes of batches shall

be such that only full bags or containers of cement are used. The type of the

mixer must be in accordance with the maximum nominal size of the aggregate.

The materials shall be mixed for a period and at a drum speed specified by the

manufacturer of the mixer.

Mechanical means shall be provided for recording the number of revolutions for

each batch and automatically preventing the discharge of the mixer until the

materials have been mixed for the specified minimum time.

The maximum size of the batch shall not exceed the maximum rated capacity of

the mixer as stated by the manufacturer and as stamped on the mixer. The

batch size shall not be less than 75% of the rated capacity of the mixer.

Where small quantities of high class concrete or mortar or cement grout are

required to be used for jointing and grouting of precast units, etc. the Contractor

shall, if ordered by the Engineer, provide small portable covered pan mixers of

approved type for this type of work.

The entire contents of the mixer shall be removed from the drum before

materials for a succeeding batch are placed in it.

Page 142: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 141 of 246

The first batch of concrete materials placed in the mixer shall contain a

sufficient excess of cement, sand and water to coat the inside of the drum

without reducing the required mortar content of the mix. Upon cessation of

mixing for more than 20 minutes, the mixer shall be thoroughly cleaned and the

process repeated.

The Engineer may, at his discretion, forbid the mixing of any concrete if he

considers the ambient temperature too high. The Contractor may also be

required by the Engineer to carry out frequent cleaning of equipment to remove

deposits of hardened or dried concrete, which accrete rapidly at high air

temperatures.

The Contractor shall make allowance for all contingencies, which he may

consider necessary for ensuring the production of concrete complying fully with

this specification under any climatic conditions at any time during the contract

and to the entire satisfaction of the Engineer.

Mixing by hand will not be permitted.

2.9 Water and Slump Tests

Frequent slump tests shall be carried out in accordance with IS:1199 on samples of

concrete taken immediately before placing to determine the consistency of concrete.

3. WORK CUBE TESTS

Sampling & Strength of Designed Concrete Mix and Acceptance Criteria shall be as

per IS: 456-2000 or latest version.

4. The working area should be cordoned off from the rest of the wharf / apron and

there should be no obstruction/hindrance to the handling operations in the vicinity.

The newly constructed structure shall be protected against all traffic usage

including that during construction by providing necessary barricading, danger lights

and flags etc., wherever necessary. Any part of the structure damaged by traffic or

other causes occurring prior to its final acceptance shall be repaired or replaced in a

manner satisfactory to the Engineer or his representative. Traffic shall be excluded

from the newly constructed structure for a period of 14 days. Before the area is

opened to traffic, it shall be cleaned.

5. All the works shall be carried out as per the Civil Engineering Works practice with

latest amendments and/or relevant Indian Standard Specification as applicable. All

BIS specification referred to in this schedule shall be the latest version.

Page 143: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 142 of 246

6. All works embracing more than one process shall be subject to examination and

approval at each stage thereof and the contractor shall give due notice to the

Engineer's representative when each stage is ready. In default of such notice, the

Engineer's representative shall be entitled to appraise the quality and extent thereof.

No work shall be covered up or put out of view without the approval of the

Engineer's representative and the contractor shall afford full opportunity for

examination and measurement of any work which is about to be covered up or put

out of view and for examinations of foundations before permanent work is placed

thereon. The contractor shall give due notice to the Engineer's representative

whenever any such work or foundation is ready for examination and the Engineer's

representative shall without unreasonable delay, unless he considers it necessary

and advises the contractor accordingly, attend for the purpose of examining and

measuring such work or of examining such foundations. In the event of the failure

of the contractor to give such notice, he shall if required, by the Engineer's

representative uncover such work. The entire cost of such uncovering of work and

making good the same thereafter to the satisfaction of the Engineer's representative

shall be borne by the contractor.

Departmental office concerned with the contract shall have powers to inspect and

examine any part of the works any time and the contractor shall give such facilities

as may be required for such inspection and examination.

7.0 Removal of improper works & material

The Engineer shall during the progress of the works have power to order in writing

from time to time the following:

i) The removal from the site within such time or times as may be specified in the

order of any materials, which in the opinion of the Engineer are not in

accordance with the contract.

ii) The substitution of materials not in accordance with the contract by proper

and suitable materials and

iii) The removal and proper re-execution (notwithstanding any previous test

thereof or interim payment thereof) of any work which in respect of materials

or workmanship is not in the opinion of the Engineer in accordance with the

contract.

8.0 Default of the contractor in compliance

In case of the default on the part of the contractor in carrying out such order, the

employer shall be entitled to employ and pay other persons to carry out the same and

Page 144: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 143 of 246

all expenses consequent thereon or incidental thereto shall be borne by the contractor

and recoverable from him by the Employer from any moneys due or which may

become due to the contractor.

8.1 As soon as in the opinion of the Engineer, the work has been completed and

satisfactorily passed in the final test that may be prescribed by the contract, the

Engineer shall on receiving a written undertaking by the contractor, issue a certificate

of completion in respect of the works and the period of maintenance shall commence

from the date of such certificate.

PART – IV CONCRETE

1. Scope of Work

The work covered by this section of the specification includes but is not necessarily

limited to the following:

i. furnishing all plant, labour, equipment, materials and performing all operations in connection with all the concrete works for the different types of work to be executed under this contract and where applicable any design and drawing work in connection herewith

ii. furnishing, placing and removal of shuttering for cast in-situ concrete as well as precast concrete, including the design and preparations of drawings for the form work structures.

iii. furnishing and placing of reinforcement steel for cast in-situ concrete as well as precast concrete.

iv. furnishing all plant, labour, equipment, materials and performing all operations in connection with the detailed design, construction, transport, storage and erection of pre-cast concrete beams, slabs.

The mixing, transportation, placing and curing of concrete for in-situ and precast

items.

2. Materials and Testing

The materials like cement, coarse aggregate, fine aggregate, water etc. required for

design mix concrete shall conform to Section 4 Part - II "Specification of

Materials".

3. Concrete Additives

No materials of any description shall be used in any concrete mix other than

aggregates, cement and water as defined in this specification unless specified

otherwise or with written approval of the Engineer in each and every case.

If permitted on works, admixtures for concrete, plaster, damp proof course etc., where

specified shall be from approved standard manufacturers and shall be approved by

Page 145: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 144 of 246

the Engineer. It shall comply with the requirement of IS 2645. It shall be mixed with

the concrete as per manufacturer's recommendation but not exceeding 3% by weight

of cement and as approved by the Engineer.

4. Concrete Cores

If the results of the cube tests do not fulfil the requirements as stated in the foregoing

clause, or if, in the opinion of the Engineer defects of workmanship during

construction give rise to doubt as to the strength, durability and/or safety of the

structure or part thereof, supplementary testing shall be performed at the Engineer's

request.

If, in the opinion of the Engineer, additional testing is necessary, at least six concrete

cores shall, where ordered by the Engineer, be drilled or cut from the Works and

tested in accordance with IS 516.

The cores shall be appropriately 150 mm in diameter and, where possible have a

height / diameter ratio of two, the correction factor given in IS 516 shall be applied to

give the equivalent strength of a cylinder having a height / diameter ratio of two. If the

compressive strength of the cores, adjusted for height / diameter ratio and age, fails

to attain the characteristic compressive strength at 28 days as specified above, the

concrete which they represent shall be cut out, and replaced to the satisfaction of the

Engineer and at no extra cost to the Employer.

The cost of sampling, drilling or cutting and preparing cores, together with the

provision of equipment and apparatus and the packing and transporting to the field

laboratory (if applicable) and testing, shall be to the Contractor's account unless the

results of tests ordered on the basis of suspected defects in workmanship

demonstrate that adequate quality and strength were achieved during construction,

whereupon the Employer shall pay such costs as are reasonably incurred by the

Contractor in complying with the requirements of this Sub-Clause.

5. Water and Slump Tests

The moisture content of the aggregate shall be determined before concreting begins

for the purpose of assessing the amount of free water to be added at the mixer and

the Contractor shall provide himself with a chart, a copy of which shall be given to the

Engineer's Representative for approval, relating moisture content in aggregate to

water to be added at the mixer for all classes of concrete in use.

The amount of water introduced into the mix shall be strictly controlled and shall be

the minimum amount consistent with achieving satisfactory workability and

compaction.

Page 146: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 145 of 246

Frequent slump tests shall be carried out in accordance with IS 1199 on samples of

concrete taken immediately before placing to determine the consistency of concrete.

The slumps of the trial mixes shall be recorded for identification purposes and for

subsequent use as a routine check on workability. However, slump shall not be used

as an official measure of the workability of any concrete. Whenever required by the

Engineer, checks on the water content of the fresh concrete shall be executed

according to one of the methods described in IS: 1199 (latest version).

6. Placing and Compaction

6.1 Preparatory works

The Engineer's approval in writing shall always be obtained before any concrete is

placed in the works. The shutter or area of deposition shall be cleaned as specified in

the Clause 7 entitled "Shuttering".

All constructional equipment and materials required, or which may be required,

during the concreting work and for curing, shall be on site and fully prepared for the

work. The Engineer's approval to place concrete will only be given after all these

preparations and other relevant requirements of the specification have been carried

out and complied with.

If concreting is to be executed at dusk, night or when otherwise daylight is not

sufficient, the Contractor shall provide sufficient lamps on site so that all elements of

the site relevant for the concreting are well lit.

Struts, stays and braces within the shuttering, serving temporarily to hold the

shuttering for structures in correct shape and alignment, pending the placing of

concrete at their locations, shall be removed when the concrete placing has reached

an elevation rendering their services unnecessary. These temporary members shall be

entirely removed from the shuttering and not buried in the concrete.

Concrete shall not be placed in the shuttering until the shuttering has been approved

by the Engineer. The Engineer must be given adequate notice by the Contractor to

enable him to inspect any shuttering before placing of the concrete begins.

If necessary and/or directed by the Engineer, the Contractor shall cool any shuttering

that has become overheated or exceptionally dry through prolonged exposure to the

sun. The Contractor shall ensure that all timber shuttering retains sufficient moisture

content and does not become shrunken or warped. All soaking or spraying of

shuttering shall be done with fresh water.

Page 147: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 146 of 246

The Engineer may, at his discretion, forbid the placing of concrete in any shuttering

which he judges has become too hot and/or dry that concrete members cannot be

satisfactorily produced there from. No extra payment for cooling or soaking shuttering

shall be claimed and costs incurred by the Contractor due to shuttering becoming too

hot or dry shall be deemed to be included in the rates.

6.2 Placing of concrete

The methods of conveying and depositing concrete shall be such as to prevent

segregation of the materials and shall be approved by the Engineer before concreting

begins. Concrete shall be deposited directly in the work, without the need for re-

handling, as soon as possible and not more than 60 minutes after mixing and in any

case, before the initial set has taken place.

If any delay has occurred after mixing and the concrete has begun to set, it shall not

be used in the works, and shall be removed from the Site. Normally, concrete for

structures may be deposited by dropping through a maximum vertical height of 1.50

metres without the use of tubes, provided suitable measures are taken to prevent

segregation and premature coating of upper reinforcing steel. Deposition of concrete

at a height of more than 1.50 metres shall be executed by means of tubes, chutes or

other means to the satisfaction to the Engineer.

Concreting of any section or unit of the work shall be carried out in one continuous

operation and no interruption of the concreting will be allowed without the approval of

the Engineer.

Where deposition of concrete has to be interrupted, precautions shall be taken to

ensure satisfactory adhesion of later batches of concrete to that previously placed.

Where delays of more than one hour occur between successive concreting operations

is one section or unit of work, concreting shall only be resumed when, in the opinion

of the Engineer, the previously placed concrete had ample time to harden and the

resulting joint shall be treated as Construction Joint within the meaning and

description of the Clause 8.1 entitled "Construction Joints" hereafter.

At all times when concrete is being placed, a competent steel fixer shall be in

continuous attendance to adjust and correct the position of any reinforcement which

may become displaced.

The Contractor shall take care that during and immediately after depositing the

concrete in the works, the concrete will not be contaminated by dust, organic matter

or other foreign material. Concrete that, in the opinion of the Engineer has been

Page 148: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 147 of 246

contaminated will be regarded as defective and shall be dealt with as described in the

Clause 6.9 entitled "Faulty Work".

Transportation of concrete directly over the fixed reinforcement during the depositing

shall not be allowed without proper provisions to avoid displacing or any other harm

to the reinforcement.

6.3 Placing in layers

Concrete other than tremie concrete shall be deposited in approved quantities and in

horizontal layers of such thickness as to permit thorough compaction, expulsion of air

and incorporation with the layers below. However, in no case may the thickness of the

layer be deeper than 0.30 m. Each layer shall be placed and compacted before the

preceding batch has reached initial set.

If, for unforeseen reasons, it is necessary to stop concreting before completion of the

lift, then construction joints as specified shall be formed and further concreting will

be suspended for at least 24 hours.

6.4 Compaction of concrete

All concrete shall be thoroughly compacted immediately after deposition to expel air

and to ensure that the concrete is in full contact with all containing and embedded

surfaces. Vibrators shall be used for compacting, unless otherwise specified or

ordered by the Engineer.

The type of vibrator to be used is subject to the approval of the Engineer. For concrete

placed in-situ the vibrators shall be of immersion type. Vibrators of the immersion

type shall have a frequency of 5000-8000 vibrations per minute for concrete with a

slump of more than 80 mm and a frequency of 9000-12000 vibrations per minute for

concrete with a slump of less than or equal to 80 mm.

The Contractor shall provide sufficient number of vibrators to properly compact each

batch immediately after it is placed in the form work.

The Contractor shall also provide at least a 50% duplication of all vibrator equipment

as stand-by during any period of concreting.

Vibrators shall not be allowed to come into contact with the reinforcements or

shuttering and great care shall be taken to avoid over-vibration causing segregation or

pockets in the finished mass. All personnel handling vibrators shall be trained in their

proper use.

Page 149: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 148 of 246

Vibrators shall not be applied directly or through the reinforcement to section of

layers of concrete, which have hardened to the degree that the concrete ceases to be

plastic under vibration. It shall not be used to make concrete flow in the form work

over a distance so great as to cause segregation, and vibrators shall not be used to

transport concrete in the form work or shuttering.

Every care shall be taken to see that reinforcement and fittings attached to the

shuttering are not disturbed and that no damage is caused to concrete that has

already set or to the internal face of the shuttering by using immersion type vibrators.

In areas of congested reinforcement, it may be necessary to use small diameter pokers

and the Contractor shall supply suitable sizes of pokers for each part of the work.

Vibration of concrete by hammering the shuttering with hard tools shall not be

permitted.

Concrete that, in the opinion of the Engineer has been compacted in a way that does

not conform to the specifications as described above will be regarded as defective and

shall be dealt with as described in the Clause 6.9 entitled "Faulty Work".

6.5 Placing concrete on previously executed work

Where concrete is to be deposited against or on top of previously executed work, the

surface of the old concrete shall be thoroughly wire brushed and hacked and cleaned

with water and air under pressure to expose the surface of the aggregate and to

remove all laitance. Special care shall be taken to ensure that the new concrete is

thoroughly compacted and rammed against the old. In certain cases, depending on

the grade of concrete in use, the elapsed time between successive concreting

operations and the weather conditions at the time of recommencing concreting, the

Engineer may require the old concrete surface to be treated differently, including the

use of "wash off" and "dry-bond" techniques, wire brushing etc., The cost of all such

preparations shall be included in the rates.

6.6 Concreting in unfavourable weather

Concreting will not be permitted during heavy rain or stormy weather. The decision of

the Engineer in this regard is final and binding.

6.7 Until a period of seven days has elapsed from the time of placing the concrete, it shall

be kept protected against direct sunlight, loss of moisture, rapid temperature change,

rain and flowing water, mechanical injury and contamination by air-borne dust and /

or sand. This period may be varied at the discretion of the Engineer. Following

completion of the above period a further period of curing will be required by the

Page 150: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 149 of 246

Engineer. This may require that covers, sand layers and the like be kept in place for

longer than the 7 day minimum curing period otherwise specified.

The Contractor's attention is drawn to the importance of starting curing as soon as

possible after placing the concrete.

All methods of curing and protecting freshly placed concrete shall be subject to the

prior approval of the Engineer. These methods may include the use of curing

membranes, watering, damp covers, shades and / or any other precautions

acceptable to the Engineer.

Curing membranes, where used, shall be sprayed on the surface of the concrete as

soon as all free water has evaporated from the surface. In the case of shutters, which

have been eased or struck before seven days have elapsed from the date of placing

concrete, the curing membranes shall be applied immediately after the shutter has

been removed.

In case rain falls on the newly coated concrete before the membrane has dried

sufficiently to resist damage, or if the membrane is damaged in any other manner, a

new coat of the membrane shall be applied to the affected portions.

The Contractor should note that it is of the utmost importance that all concrete

surfaces, against which further concrete is to be cast, shall be cleaned of all traces of

curing compounds to the satisfaction of the Engineer before commencement of further

operations.

The Contractor shall submit details of the curing procedure be proposes to use prior

to commencement of the concreting works. During very hot weather conditions, the

Contractor may be required to cool and/or wet form work containing concrete by

spraying with water and this shall be carried out where directed notwithstanding

other measures the Contractor may employ for the curing of the concrete.

All materials, spray equipment and an ample supply of water for curing shall be ready

on site before any concreting starts. The quality of water used for curing shall comply

with the specifications of "Water". Care must be taken to ensure that the temperature

difference between curing water and concrete surface is not large enough to cause

adverse surface temperature gradients in the concrete.

Where concrete surfaces are to be painted or otherwise protectively treated

immediately after removal of the shutters, the Engineer may modify the curing

requirements specified in this clause in such a way as, in his sole opinion, is justified.

Page 151: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 150 of 246

Any concrete which exhibits plastic settlement or plastic or drying shrinkage or which

in the opinion of the Engineer has not been properly cured is liable to rejection in

which case it shall be dealt with as described in Clause 6.9 entitled "Faulty Work".

6.8 Record of concreting

The Contractor shall keep on site a complete record of the works showing the time

and date when concrete is placed in each part of the works. This record shall be

available at all times for inspection by the Engineer.

6.9 Faulty work

Any portion of the work, which is honeycombed, or otherwise defective shall on the

written instruction of the Engineer, immediately be cut out and reconstructed in an

approved manner at the Contractor's expense. Plastering of defective work will not be

permitted.

7. SHUTTERING

7.1 Drawings and Calculations

The Contractor shall submit drawings and substantiate their proposals, showing

details of the shuttering he intends to use, for the approval of the Engineer. The

drawings shall show the material proposed and indicate details of construction, such

as sizes of members and spacing and position of waling, struts, bolts and wedges.

Shuttering shall not be constructed until the drawing and the calculations, if

applicable, have been approved by the Engineer, but such approval shall not relieve

the Contractor of the responsibility for the sufficiency of the shuttering. Any changes

or modifications to the shuttering required by the Engineer shall not entitle the

Contractor to any extra payment.

Shuttering shall be of suitable design and substantial construction to carry the loads

due to the wet concrete and any incidental loads without inadmissible bulging,

distortion or deflection. Shuttering should be sufficiently tight to prevent loss of water

or mortar from the concrete. Special attention shall be paid to shuttering where

pokers or shutter vibrators are to be used. All shuttering shall be accurately aligned

and have close fitting joints.

7.2 Dimensional tolerances

Unless specifically indicated otherwise on the Drawings tolerances on dimensions of

all finished concrete works shall be +4% and-0% of the design dimensions subject to a

maximum of +10 mm. Deviations in the alignment or position of structural members

of the permanent concrete work shall be within + or -10 mm.

7.3 Materials for shuttering

Shuttering shall be made from good quality plywood or steel. All shuttering shall be

accurately aligned and have close fitting joints. Plywood shall be resistant to

Page 152: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 151 of 246

penetration by water and shall be fixed and jointed in such a manner as to give a

perfectly smooth and even finish to the concrete. It must have a thickness not less

than 17.5 mm. The outside of steel shuttering must be painted in light colour to

reduce temperature gain due to solar radiation. With the approval of the Engineer,

shuttering may be made from good quality seasoned timber, free from loose knots,

shakes and warped surfaces. This timber shall not be less than 30 mm in thickness

and the board faces in contact with concrete and the board edges shall be planed

smooth and joints shall be tongued and grooved.

7.4 Fixing of shuttering

Shuttering shall be fixed in perfect line and be truly plane, with no crevices and joints

and shall be securely braced, supported and wedged so as to retain its position

without displacement or deflection during the placing and compaction of the concrete.

Joints in shuttering shall be made so that no leakage of grout can occur from the

concrete. All joints shall be either horizontal or vertical, unless the form of the

finished concrete requires them to be otherwise. Chamfers measuring 30 mm by 30

mm are to be made to all exposed edges of concrete, unless otherwise shown on the

Drawings or directed by the Engineer.

7.5 Back shuttering

Back shuttering for structures shall be used to form concrete surfaces which are

designed to be concealed by earth backfill or further construction, and shall comply

with the specified requirements of shuttering except in so far as the board faces are

not required to be planed.

7.6 Internal ties

Subject to the approval of the Engineer, internal ties may be used. All such fastenings

shall be so arranged that when the shutters are removed, no metal left permanently in

the work shall be within 50 mm of any surface.

Any holes left in the face of the concrete by the ties shall be filled immediately after

removal of the shutters with an approved non shrinkable polymer modified cement

mortar with qualities at least as good as those of the adjacent concrete.

7.7 Coating to prevent adhesion

All shuttering surfaces in contact with concrete shall be treated with an approved

composition before usage to prevent adhesion of the concrete. Such composition shall

be carefully applied in such a manner that it does not come into contact with

reinforcement, construction joints or previously placed concrete. The use of diesel,

mineral or engine oil for this purpose shall not be allowed. Any material, which will

adhere to or discolours the concrete, shall not be used.

Page 153: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 152 of 246

7.8 Cleaning and re-using of shuttering

Before any concrete is placed, the shutters shall be properly cleaned and washed out

with fresh water and air under pressure to remove saw dust, shavings and all other

foreign matter. All water shall then be drained and mopped out from the shutter. If

shutters or side forms are to be re-used, all surfaces shall be cleaned and shall be

completely free from remnants of concrete or mortar. If, in the opinion of the

Engineer, shutters or moulds are not acceptable for re-use, they shall be either

properly repaired or be substituted by other shutters or moulds. Substituted shutters

or moulds shall comply with the requirements as specified above.

7.9 Removal of shutters

Shutters shall be removed only under skilled supervision and in such a manner as

will not damage the concrete. Shutters shall not be removed before the concrete is

sufficiently set and hardened. The minimum periods which shall elapse between

placing the concrete and the removal of the shutters for the various parts of the

structures shall be as per IS 456-2000, but compliance with these requirements shall

not relieve the Contractor of the obligation to delay the removal of the forms if the

concrete has not sufficiently set, hardened or strengthened. The Contractor shall

delay the removal of the form work if, the results of the cube tests show that the

concrete has not attained sufficient strength. Due to variations in site temperatures

and depending upon curing conditions, the Engineer may, at his discretion, vary the

time listed in Clause 11.3.1 of IS 456-2000 and the Contractor's rates shall be

deemed to cover such a contingency. Any damage to the concrete which may occur by

removal of the shutters or forms or by overloading shall be made good at the

Contractor's expense and to the satisfaction of the Engineer. No separate payment

shall be made for shuttering works. The rate for concrete shall be deemed to include

the cost of shuttering for all works.

7.10 Curing of concrete

Until a period of seven days has elapsed from the time of placing the concrete. It shall

be kept protected against direct sunlight, loss of moisture, rapid temperature change,

rain and flowing water, mechanical injury and contamination by air-borne dust

and/or sand. This period may be varied at the discretion of the Engineer. Following

completion of the above period, a further period of curing will be required as directed

by the Engineer. This may require that covers, sand layers and the like be kept in

place for longer than the 7 day minimum curing period otherwise specified.

The Contractor's attention is drawn to the importance of starting curing as soon as

possible after placing the concrete.

Page 154: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 153 of 246

All methods of curing and protecting freshly placed concrete shall be subject to the

prior approval of the Engineer. These methods may include the use of curing

membranes, watering, damp covers, shades and/or any other precautions acceptable

to the Engineer.

Curing membranes, where used, shall be sprayed on the surface of the concrete as

soon as all free water has evaporated from the surface, in the case of shutters which

have been eased or struck before seven days have elapsed from the date of placing

concrete, the curing membranes shall be applied immediately after the shutter has

been removed.

In case rain falls on the newly coated concrete before the membrane has dried

sufficiently to resist damage, or if the membrane is damaged in any other manner, a

new coat of the membrane shall be applied to the affected portions.

The Contractor should note that it is of the utmost importance that all concrete

surfaces against which further concrete is to be cast, shall be cleaned of all traces of

curing compounds to the satisfaction of the Engineers before commencement of

further operations.

The Contractor shall submit details of the curing procedure he proposes to use prior

to commencement of the concreting works.

During very hot weather conditions, the Contractor may be required to cool and/or

wet form work containing concrete by spraying with water and this shall be carried

out where directed notwithstanding other measures the Contractor my employ for the

curing of the concrete.

All materials, spray equipment and an ample supply of water for curing shall be ready

on site before any concreting starts. The quality of water used for curing shall comply

with the specifications of clause "Water". Care must be taken to ensure that the

temperature differences between curing water and concrete surface is not large

enough to cause adverse surface temperature gradients in the concrete.

Where concrete surfaces are to be painted or otherwise protectively treated

immediately after removal of the shutters, the Engineer may modify the curing

requirements specified in this clause in such a way as, in his sole opinion, is justified.

Page 155: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 154 of 246

Any concrete which exhibits plastic settlement or plastic or drying shrinkage or which

in the opinion of the Engineer has not been properly cured is liable to rejection, in

which case it shall be dealt with as described in Clause 6.9 entitled "Faulty Work".

8. Joints

8.1 Construction joints

Construction joints shall be formed either on horizontal or vertical planes. The exact

position of construction joints, if not shown on the Drawings, shall be agreed with the

Engineer before depositing the concrete.

Construction joints in structures shall generally be made across planes of minimum

shear. They shall, in addition, be so located and the amounts of concrete placed at

any one time shall be so limited in size and shape, as to minimize shrinkage and

temperature effects. Shuttering for construction joints shall be square to the work

and shall incorporate continuous shear keys of substantial proportions so as to

produce a well-keyed joint.

The outside edges of all construction joints shall be formed by means of dressed

timber edging secured to the shutter so as to ensure an exact straight finish. Stop-

ends shall be firmly fixed and made grout-tight and closely-fitting to all reinforcement

and other obstructions.

All horizontal construction joints are to be roughened by means of water blasting or

otherwise approved system by the Engineer, to expose the surface of the aggregate

and to remove all laitance.

Vertical construction joints will be roughened by using expanded metal as formwork,

or such other equivalent method acceptable to be Engineer. The Contractor's rates for

concreting shall be deemed to include the cost of all construction joints and all other

costs arising from compliance with the provisions of this clause.

8.2 Expansion joints

Expansion joints shall be formed at the locations shown on the drawings and be

provided with a steel edging construction as shown on the drawings. The

requirements for the steel construction shall be in accordance with relevant IS

Specification.

Expansion joints shall be of the pre-moulded type and shall extend to the entire width

of deck and from the bedding layer to 25 mm below the surface of the deck. They shall

be held so upright during the placing and finishing of the concrete by a metal

Page 156: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 155 of 246

bulkhead a metal channel cap or other approved method. The concrete shall be

deposited on both sides of the joint and shall be compacted and struck off before the

bulk head is removed.

The joint filler shall comply with the requirements of IS 1838 -latest edition

"Specification for pre-formed filler for expansion joints, in concrete non-extruding and

resilient type".

8.3 Sealing of joints

After the curing period is over the temporary seal or other intruded materials of

expansion joints shall be removed completely and the slots filled with the approved

joint sealing compound. The joint opening shall be thoroughly cleared of all foreign

matter before the sealing material is placed. If necessary, the foreign matter shall be

blown out. All contact faces of the joint shall be cleaned with wire brush to remove

loose material and shall be surface dried when the sealing compound is poured. The

sealing compound shall conform to IS 1834 -1984 or its latest version.

The edges of joints shall be painted with a thin coat of bituminous paint which shall

be allowed to dry before the sealing compound is applied. The primer shall be applied

with a brush.

The bitumen shall be melted and fluxed with the oil when cold, solvent naptha shall

be added. Bituminous emulsions shall not be used as primers. Alternatively the

primer can be from the same manufacturer who is supplying sealing compound for

the work.

Care shall be taken to ensure that the sealing compound is not heated above 200° C

(392° F) and the temperature does not exceed 180° C (365° F) for long periods and for

other temperature as specified by the manufacturer of the compound.

Sealing compound shall be poured into the joint opening in such a manner that the

material will not be spilled on the exposed surface of the concrete. Any excess filler on

the surface of the deck shall be removed immediately and the deck surface cleaned.

9. FINISHING CONCRETE SURFACE

Unless otherwise specified, all unformed top surfaces of concrete shall be finished

immediately after compaction to a smooth plain finish or to a ridged finish, as

specified or as directed. All finishing work shall be executed directly after the concrete

has been cast and before the concrete is set. Finished surfaces shall be protected

against damage and loss of moisture during the curing period in accordance with

Clause 7.10"Curing of Concrete".

Page 157: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 156 of 246

10. Steel Reinforcement

10.1 Materials

The steel reinforcement required for this work shall conform to Section 4 Part -II

"Specification of Materials".

10.2 Bending and cutting schedules

The Contractor shall prepare for his own use bending schedules, bar lists, cutting

schedules and sheet lists for each individual structure from the information given on

the Drawings and in the Specification and shall be responsible for ensuring that

correct information is given when ordering reinforcement. Copies of these schedules,

lists and orders shall be submitted to the Engineer for approval. Steel bar supports

shall be included in the bending schedules.

The approval of these bending and cutting schedules, lists and orders shall not

release the contractor from his responsibility to ensure that reinforcement is provided

and fixed in accordance with the drawings.

10.3Protection and cleaning Reinforcing steel shall be protected at all times from damage

and excessive rusting and when placed in the structure shall be free from dirt, loose

mill scale, rust scale, paint oil and other foreign substances. All reinforcing steel shall

be carefully cleaned of all set, or partially set concrete and all shutter oil or paint,

which may have become accumulated during the construction of adjacent work.

10.4Bending of bars Steel reinforcement shall be cut from straight bars, free from kinks

and bends or other damage and bend cold by experienced competent workmen. Bars

of diameter greater that 19 mm shall be bent in bending machine designed for the

purpose and approved by the Engineer. Any reinforcing bar that has already been

bent shall not be re-bent at the place of the previously made bend. Dimensions for

bending shall be in accordance with the requirements set out in I.S. 2502.

10.5 Lapping of Bars

Lapping of Bars is permitted when necessary and approved by the Engineer provided

that they are not placed at critical sections. No welding shall be carried out unless

authorized by the Engineer.

Lapping lengths of bars shall be calculated in compliance with I.S. 2502 and I.S. 456.

Laps shall be arranged in staggered locations. Lapping of adjacent sections of wire

fabrics shall, generally, be carried out as follows:

i. End to end by lapping the two pieces one full mesh (measured from the ends of the longitudinal wires in one piece to the ends of longitudinal wires in the

Page 158: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 157 of 246

other piece) and securing the two pieces together with wire ties placed at intervals of about 45 cm.

ii. Side by side by placing the two selvage wires (the longitudinal wires at the edges of the fabric) one alongside and lapping the other and by securing the two pieces together with wire ties placed at intervals of approximately 90 cm.

10.6 Fixing of reinforcement

Within the restrictions of I.S. 456, reinforcement bars may be placed in bundles of up

to 3 bars. In each case the approval of Engineer must be obtained.

All reinforcing steel shall be accurately placed and retained in position during the

placing of concrete. Correct positioning will be achieved with the use of steel bar

supports, blocks, ties, hangers or other approved supports. Cover over reinforcement

steel shall be as indicated on the Drawings.

Supports for holding the reinforcement from contact with the forms, or adjacent

reinforcement, shall be made of approved plastic of approved shapes and dimensions.

Alternatively, concrete blocks may be used subject to the approval of Engineer.

Concrete blocks will only be approved if the blocks are made and cured with

equipment which has the approval of the Engineer and only if the Contractor can

provide evidence that concrete blocks are of the same concrete grade, quality and

density as the surrounding concrete.

The blocks shall be fitted with a semi-circular hollowing and double bent poured-in

binding wires. The water tightness of these blocks must be at least similar to the

concrete into which they are concreted. The use of pebbles, pieces of broken

stone or brick or other materials will not be permitted.

Steel shall be bound and tied in its correct position using steel wire, loose ends of

which shall be bent away from the shuttering. Apart from any other requirements the

reinforcing steel shall be fixed in such a manner that it will support its own weight

and any loads which may be imposed upon it during construction without

displacement, deflection or movement of any kind.

All reinforcement projecting from construction joints or likely to be exposed to the

weather for long periods before concreting is commenced shall be covered with

polythene, binding tape, cement grout or other materials to the satisfaction of the

Engineer in order to prevent excessive rusting or straining of the surrounding

concrete. Should rust staining occur on any permanently visible surfaces, it shall be

removed at once.

Page 159: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 158 of 246

10.7 Approval before concreting all reinforcement, after being fixed in position, shall be

inspected and approved by the Engineer's Representative before any concrete is

placed. Any concrete placed contrary to this requirement shall, if ordered by the

Engineer be removed together with the reinforcement and replaced by the Contractor

at his own expense.

Page 160: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 159 of 246

PART-V DIAPHRAGM WALL SPECIFICATION

1. General

The Specification is to be read in conjunction with the contract, the general

specification and all other relevant specifications and drawings.

Where works are ordered to be performed by the Contractor, but are not specified in

these specifications, the Contractor shall carry them out with full diligence and

expedience as are expected for works of this nature.

2. Scope

The work shall be carried out in accordance with the relevant standards and this

specification and drawings supplied to the Contractor and any other instructions

issued by the Engineer or his representative from time to time.

The contract comprises the provision of all labour, materials, tools, plant etc.

necessary for the following works:

- Supply and installation of diaphragm wall panels to the specified depth suitable to site condition as shown in the drawings.

- Supply, installation and construction of capping beam and any other permanent works as required.

- Any other incidental works necessary to ensure the safety and satisfactory performance of the diaphragm wall construction.

3. Contractors Responsibilities

The Contractor shall make allowance in his tender for compliance with all the

specification and other requirements necessary for the proper execution and

completion of the works to the satisfaction of the Engineer inclusive of the necessary

soil treatment such as grouting and under pinning through cavities.

The contractor’s attention is drawn to the presence of fill and sandy materials which

may require stabilization by bentonite. The rates for the wall panels shall include all

costs necessary for the satisfactory completion of these works.

The Contractor shall be deemed to have inspected the site and geotechnical and

geological conditions applicable to his work. The work shall be carried out on the

basis of ground as found and no additional cost will be paid for handling hard

materials or other obstructions encountered during the installation of the contract

works.

The rates for diaphragm wall shall include the provision of ultrasonic ‘koden’ testing

or equivalent technique to determine the accuracy of the excavated trench prior to

concreting. If the wall is constructed beyond the specified tolerances, hacking the

protrusions and any other remedial works required by the Engineer shall be carried

Page 161: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 160 of 246

out at the expense of the Contractor carrying out the works for diaphragm wall. The

contractor shall allow for 30% of the panels to be tested as directed by the Engineer.

Where ground anchors are specified and required, it shall be the Contractor’s

responsibility to obtain written approval from relevant authorities or adjacent land

owner prior to any installation. If temporary anchors are to be used, they shall be of

those removable type and all anchors shall be properly removed to the satisfaction of

the Engineer and local authorities. The anchor system to be used has to be approved

by the Engineer prior to construction. The Contractor shall ensure that the

construction of diaphragm wall and the associated ground movements are properly

monitored.

4. Codes

IS:9556 - Indian Standard Code of Practice for Design and Construction of Diaphragm

Walls, shall be referred to in conjunction with these specifications during the entire

design, construction and installation work.

The technical requirements of this specification are the absolute minimum acceptable.

There not specifically referenced herein, materials and workmanship shall comply

with the latest edition and amendment of the applicable Indian Standard or approved

International Standard.

Materials and workmanship shall comply with the sections of IS 9556.

Reference to any code shall always mean reference to the latest revised edition of the

code including all its amendments up to date, unless otherwise specified. In the event

of any conflict between the requirements of this specification and those of the

referred codes, the former shall govern.

IS: 2911 - Part IV - Indian Standard Code of Practice for Design and Construction of

pile foundations for Bored Cast-in-Situ Piles shall be taken in account for testing

purposes.

The technical requirements of this specification are the absolute minimum acceptable.

Where not specifically referenced herein, materials and workmanship shall comply

with the latest edition and amendment of the approved International Standard.

Reference to any code shall always mean reference to the latest revised edition of the

code including all its amendments up to date, unless otherwise specified. In the event

of any conflict between the requirements of this specification and those of the referred

codes, the former shall govern.

Page 162: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 161 of 246

5. Site Conditions

The contractor prior to the submission of the tender is required and deemed to have

inspected the site and satisfied himself with regard to access, site condition. The

work shall be carried out on the basis of ground as found.

The Contractor shall satisfy himself regarding subsoil conditions and the

underground water table. No claims for extra cost or time shall be entertained on

these grounds. The soil report included in this contract is based on the site

investigation carried out in this site. Factual report(s) of site investigation(s) is

available for the reference of the Contractor. The Contractor may at his own cost and

with the written approval of the Engineer, conduct additional soil test if he so desires.

The report on geotechnical investigation carried out for the Construction of Berth for

Automobile Export/ Import Terminal-II is attached. The information provided shall be

scrutinized by the bidder to make a clear understanding of the ground and

underground conditions exist at the site. It is the responsibility of the contractor to

conduct additional bore holes, if required prior to starting of the pile and diaphragm

wall works. No additional payment or time extension will be entertained due to

variation in geotechnical strata during the execution of the work.

6. Safety of the Works

The Contractor shall be responsible for the stability of loadings for wall panels and

shall take all necessary precautions for the safety of personnel in the area of piling

operations. Where rocks and hard materials are encountered during excavation

requiring the use of pneumatic tools, the Contractor shall ensure that adequate

equipment is available at site to handle such situations with safety.

The contractor must ensure that no damage is caused to adjoining properties or

construction works adjoining the proposed building and would be solely responsible

for such consequences.

7. Defective Works

Defective works shall be all works that, in the opinion of the Engineer, do not fully

comply with this specification or the drawings. The contractor shall make good or

carry out such additional works as may be necessary at his own expense to the

Engineer’s satisfaction.

8. Materials

All materials, viz. cement, steel, aggregate, water etc. which are to be used in the

construction work shall conform to Section 4Part IV – Concrete.

Page 163: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 162 of 246

8.1 Concrete

Methods of the manufacture of cement concrete shall in general, be in accordance

with Section 4Part IV - Concrete.

Concrete for use in diaphragm walls shall have a minimum characteristic strength of

35N/mm2 at 28 days and shall contain Ordinary Portland Cement.

Clean water, free from acids and other impurities and in accordance with the B.S

3148 shall be used in the making of concrete. The slump of the concrete shall

normally be in accordance with the following standard:

a) Minimum slump: 150mm

b) The concrete mix shall flow easily in the tremie pipe and shall be designed to give a dense concrete when placed by the tremie method.

c) Aggregate shall be preferably be of naturally rounded gravel and sand.

The maximum size of aggregate is to be suggested and limited to 20 mm (3/4’). The

shape of grading curve should flow evenly graded to prevent segregation.

Unless otherwise approved by the Engineer, a minimum cement content of 428

Kg/m3 is to be employed in making concrete which is to be placed by tremie methods

under bentonite slurry.

The concrete mix shall flow easily in the tremie pipe and shall be designed to give a

dense concrete when placed by the tremie method. Water cement ration shall not

exceed 0.50.

The use of ready mixed concrete will be subjected to the written approval of the

Engineer, who will required to inspect the plant from which it is to be supplied.

Placing in Works: The concrete will be compacted in its final position and left

undisturbed in a time as short as possible after mixing and not

later than 1 ½ hours after the time when the cement comes into

contact with wetter aggregates, i.e. the time when hydration of

cement commences.

Mixing: Plant mixed concrete will be agitated continuously by rotation

the mixer drum during transit and while awaiting discharge. In

the case of truck mixed concrete, the water may be added either

at the supplier’s plant or under the Contractor’s supervision

after arrival at site, but will not be added during transit. Any

additional water added must be recorded.

Records: The contractor will maintain full records of all supplied of ready

mixed concrete placed in the work, including:

Page 164: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 163 of 246

(i) Delivery notes giving details of quality, mix proportions and

time of adding cement to the aggregates.

(ii) Position in the works where the concrete is placed.

Test Cubes: Works test cubes will be made on site by the Contractor in accordance

with provisions of specification, irrespective of any sampling and

testing which may be carried out by the supplier. Cubes for each

of diaphragm wall panel shall be prepared and tested in

accordance with relevant standards.

8.2 Bentonite slurry

The prepared bentonite slurry to be used in diaphragm wall construction shall follow

the specification in is 9556.

A certificate is to be obtained by the contractor from the manufacturer of the

bentonite powder, stating from which manufacturer’s consignment the material

delivered to site has been taken and showing properties of the consignment as

determined by the manufacturer. This certificate shall be made available to the

Engineer.

The bentonite powder shall be mixed thoroughly with clean fresh water. The

percentage of bentonite used to make the slurry shall be such as to maintain the

stability of the trench excavation.

Control tests are to be carried out on the bentonite slurry using suitable apparatus, to

determine the following parameter.

8.2.1 Bentonite slurry supplied to trench excavation

When the results show consistent behaviour, the tests for shear strength and pH

value may be discontinued and tests to determine density and viscosity only shall be

carried out as agreed with the Engineer. In the event of a change in the established

working pattern, the additional tests for shear strength and pH value shall be

reintroduced for a period if required by the Engineer.

The following test methods shall be employed in assessing the quality of Bentonite.

Parameter Test Method

Viscosity Marsh cone Rheology:

a) Plastic Viscosity

b) Apparent Viscosity

Fan Viscometer

Page 165: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 164 of 246

c) Bingham Yield Strength

d) 10mm Shear Strength

10 min. Gel Strength Shearometer Density Mud Density Balance pH Electrical pH Meter or pH indicator Paper

Strips Fluid Loss Filter Press Sand Content Wet Sieving Through 210BS Mesh.

8.2.2 Bentonite slurry in trench prior to concrete

Prior to placing concrete in any panel, the Contractor shall ensure that heavily

contaminated bentonite slurry, which could impair the free flow of concrete from the

tremie pipe, has not accumulated in the bottom of the trench. Samples have to be

taken from the bottom of the trench for testing.

Note for guidance: One method of identifying contaminated bentonite slurry is to take

a sample of the slurry from near the bottom of the trench excavation (about 0.2m

above the base of trench) and to carry out a density test on this using a Mud Balance.

Where this method is employed, the density determined should not be greater than

1.3 g/ ml to enable satisfactory concrete placing.

The proposed method for checking this item is to be agreed with the Engineer prior to

the commencement of the Contract. If the bentonite slurry is found to exhibit

properties outside the agreed appropriate range, then it shall be modified or replaced

until the required agreed condition is achieved.

During construction the level of the bentonite slurry in the trench shall be maintained

within the depth of the guide walls and at a level not less than 1.0m above the level of

external standing ground water. In the event of a sudden loss of bentonite slurry, the

trench shall be backfilled without delay and inform the Engineer.

Where saline or chemical contaminated ground water occurs, special measures shall

be taken as required by the Engineer to modify the bentonite slurry. The modification

required depends on the nature of the contamination. In saline conditions, it is

frequently necessary to ensure that the bentonite is fully hydrated in fresh water

before supplying in to the trench.

All reasonable steps shall be taken to prevent spillage of bentonite slurry on the site

away from the immediate vicinity of the wall. Discarded bentonite slurry which has

been pumped from the trench is to be removed promptly from the site.

Page 166: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 165 of 246

9. Reinforcement Considerations

- Reinforced Concrete work shall be designed in accordance with the provisions of IS 456.

- Permissible stresses in concrete and reinforcement shall be in accordance with IS:456.

- Minimum clear cover for main reinforcement shall be 75 mm.

- Minimum clear distance between bars shall be 100 mm.

Beside these considerations, the Specification related to Reinforced Concrete shall be

taken into account for further requirements.

10. Equipment and Accessories

10.1 Trenching equipment

Depending upon the type of soil encountered at the site and the depth, and length

and thickness of diaphragm wall to be constructed, suitable trenching equipment

shall be chosen. The general trenching equipment shall include rotary boring rigs,

percussion boring rigs, trenching bucket type shovels, mechanical grabs, hydraulic

grabs with kelly bars, grabs controlled by suspended wire ropes of a crane winch,

direct mud circulation boring rigs, reverse mud circulation rigs and submersible

motor drills for trenching equipment. For gravelly soils, boulder deposits and rock

formations, specially designed chiselling equipment shall be considered.

When required, the method using combination of above processes may be chosen.

10.2 Slurry preparation and testing equipment

Tanks of suitable sizes and slurry pumps of suitable capacity should be used for

storage, mixing and circulation of bentonite slurry at a site. A separate water pump

may be used for water supply to slurry tank.

Equipment for sampling the slurry from deep trenches and testing its concentrations,

viscosity, pH value and hardness of ground water in which the bentonite slurry and

concrete are prepared, should also be used. The testing slurry after contamination

with soil or cement indicates the need of disposal or reuse as the case may be.

Vibrating screens, hydro-cyclones, and centrifuges for cleaning the bentonite slurry

for reuse may be employed.

10.3 Concreting equipment

Concrete mixers, tremie pipes of suitable length and size and concrete pouring devices

(manual or mechanical) should be used according to the need of the work. The lifting

arrangement for tremie pipes should be capable of doing the work with desired speed.

Page 167: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 166 of 246

10.4 Lifting devices

Cranes of suitable capacity and boom length should be used in the case of precast

wall panels for lowering them in the trenches.

The same may be used for stacking the panels at site or during casting the panels in

the casting shed.

The reinforcement cages of large depths and lengths of wall panels may be lifted by

crane, derrick or any suitable auxiliary rig. If the loads of the panel and reinforcement

cage are small, this work may also be done by winch and pulley arrangement provided

on the diaphragm walling rig.

Cranes or rigs with winches of adequate capacity may be used for operating the

trenching grabs as necessary.

10.5 General guidelines

Choice of equipment such as rotator, percussion, grabbing equipment and equipment

for direct or reverse mud circulation shall be made to suit the soils conditions.

Vibrations and noise produced during construction should not have any damaging

effect on the people and existing structures. Consideration shall be given in selection

of equipment when they are required to work on a site with restricted space or head

room.

11. Diaphragm Wall Construction

11.1 General

This Section specifies certain materials and workmanship required for diaphragm wall

construction. The materials and workmanship specified in other sections of this

volume apply to diaphragm wall construction except where modified, amended or

excluded herewith. The construction of the diaphragm walls all as indicated in the

Drawings and as specified shall be carried out to the satisfaction of the Engineer and

the Local Authorities.

11.2 Method statement

The contractor shall submit for the Engineer’s approval a method statement giving full

details of the materials, plant and operations he intends to adopt for construction of

the diaphragm walls. It shall include details of:

a) Dimension and details of guide wall based on wall dimensions

b) The sequence of excavation and concreting of panels.

c) The formation of the joints between panels, including sealing the joints

d) The type, source, chemical and physical properties of the bentonite to be used.

Page 168: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 167 of 246

e) The mixing, transporting and placing equipment for the bentonite slurry.

f) The cleaning and re-use of bentonite slurry

g) Calculations to show that the density of the bentonite and lowest head of slurry are sufficient to maintain the stability of the trench, in the ground conditions envisaged, to its entire length.

h) The methods of monitoring and checking the stability of the diaphragm wall trench; to be substantiated with relevant calculations.

i) The methods of monitoring and checking the stability of neighbouring properties, highways, services and other underground structures.

j) The methods of monitoring and checking the tolerances associated with the diaphragm wall panels.

k) The method of disposal of contaminated bentonite slurry.

l) The record sheet for construction and installation of diaphragm wall.

m) Construction of diaphragm walls shall not commence until the contractor’s method statement has been accepted in writing by the Engineer.

11.3 Guide walls

The design and construction of the guide walls shall be the responsibility of the

Contractor and to the approval of the Engineer and shall take into account the actual

site and ground conditions and the equipment to be used on the site. Guide walls

shall be constructed of sufficient size, height and shape to suit the excavation plant

used and site condition. They shall be high enough to maintain the required head of

bentonite slurry and deep enough to prevent erosion of the soil by disturbance of

bentonite.

The guide walls shall be raised above ground level as necessary to permit the slurry

level in the trench to be maintained at a level not lower than 0.6 metre of the top of

the trench at all times during panel excavation and construction and at such higher

level as the Contractor may deem necessary for maintaining stability of the trench and

controlling ground movements.

After completion of the works the guide walls shall be removed by the Contractor.

11.4 Preliminary works for construction

The proposed diaphragm wall for the construction of Automobile Export/ Import

Terminal-II is located on land.

Prior to actual construction of diaphragm walls the Owner may specify a trial panel.

In this case such trial panel shall be built as directed.

The preliminary works shall be carried out duly identifying the structural elements of

the existing Ro Ro cum GCB.

Page 169: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 168 of 246

11.5 Method of excavation

Trench excavation is to be performed by using a proposed trenching tool working in

dry or through a bentonite suspension. In soil conditions susceptible to collapse,

bentonite shall be used. The level of the bentonite suspension shall be maintained at

a level sufficient to ensure the stabilities of the trench. A guide wall shall be used to

ensure the stability of the strata near ground level.

11.6 Construction methods

Cast in-situ structural Reinforced Concrete Diaphragm Wall shall be constructed by

resorting to either successive panel method or alternate panel method.

In successive panel method, a panel shall be cast by the side of another completed

panel, so as to form a good joint and a continuous leak proof diaphragm wall.

In alternate panel method, the primary panels shall be cast first at defined intervals

and the alternate secondary panels shall be cast between the primary panels,

resulting in a continuous diaphragm wall.

In case of using bentonite slurry in the excavation, its level shall be maintained within

the depth of the guide walls, and at a level not less than 1.5 m above the High Water

Level.

Whatever the method chosen to build the diaphragm wall, the reinforcement cage of

every panel shall be assembled and placed in trench together. At this time the

appropriate number of tubes, for testing and checking the homogeneity and integrity

of concrete, shall be installed. Galvanized steel tubes shall be employed for this

purpose.

Every panel or L shape shall be concreted together, in such a way that a continuous

monolithic concrete panel of the full cross-section shall be formed.

The excavation of a diaphragm wall, the assembly of its reinforcement cage and

concrete placing shall be scheduled to be carried out without stopping. Before

commencement of concreting of a panel, the Contractor shall satisfy himself that the

supplier will have available sufficient quantity of concrete to construct the panel in

one continuous operation without interruptions.

Care shall be exercised to preserve correct cover, plumpness and alignment of

reinforcement cages and avoid and damage to it throughout the complete operation of

placing the concrete.

11.7 Placing concrete

The Contractor shall ensure that an adequate supply of concrete to the tremie is

available at all times so that placement is continuous. Concrete shall be placed

Page 170: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 169 of 246

continuously by one or more tremie pipes and care shall be taken during placing to

avoid contamination of the concrete. Where two or more pipes are used in the same

panel simultaneously, care shall be taken to ensure that the concrete level at each

pipe position is maintained nearly equal.

The tremie pipe shall be clean, water tight and with a minimum internal diameter of

250mm to allow the free flow of concrete.

The tremie tube shall extend to the bottom of the trench excavation prior to the

commencement of concrete pouring and care shall be taken to ensure that all

bentonite slurry is expelled from the tube during the initial charging process. The

tremie pipe shall be maintained with a minimum embedment of 3.0m into concrete to

prevent the re-entry of bentonite slurry into the pipe.

The concrete pour for any diaphragm wall shall be completed in such a manner and

within such time that the concrete above the foot of the tremie remains workable until

the casting of the panel is completed.

The effective trimmed final wall level shall generally be taken as 250mm below the top

of the guide wall when concrete is cast to the top of the trench.

For trimmed final wall levels below this level the tolerance of the cast concrete profile

shall be a minimum of 150mm and a maximum of 300mm above the specified wall

level plus an additional allowance of 150m over the maximum tolerance for each one

metre of final wall depth specified below the top of the guide wall.

Defects like bulging of concrete, voids, honeycomb and contaminated concrete shall be

made good by the contractor at his own expense and time, and to the satisfaction of

the Engineer.

11.8 Construction Considerations

11.8.1 Reinforcement cages

The reinforcement cages shall be maintained in position during concreting by a

method approved by the Engineer.

11.8.2 Stop Ends

Stop ends, inserted prior to placing concrete in a panel shall be clean and have a

smooth regular surface. They shall be adequately restrained to prevent horizontal

movement during concreting, or to the adjacent soil and structures.

The extraction of stop ends shall be carried out as such a time and in such a manner

as to avoid damage to concrete placed against it.

Page 171: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 170 of 246

11.8.3 Joints and Leakage

The method of forming joints and the equipment used shall be such that all-solids are

removed from the end of the adjacent panel by the excavating equipment. The

Contractor shall be responsible for the repair by pressure grouting of any joint where,

on full exposure of the wall, visible water leaks resulting from faulty materials or

workmanship are found. The walls formed shall be substantially water tight.

11.8.4 Cleaning

Where diaphragm wall panels are exposed within the excavation the exposed surfaces

shall be thoroughly cleaned to remove all traces of bentonite, soil, or other

contaminating material so as to leave exposed only sound concrete material.

This requirement shall apply irrespective of whether or not the exposed panel is to be

subsequently covered by in-situ concrete.

11.8.5 Safety Precaution and Emergency Procedures

Safety precaution shall be taken throughout the construction of diaphragm wall in

accordance with the relevant statutory requirements.

The contractor shall take all necessary precautions to ensure stability of his

excavations and guide walls and shall take all necessary precautions and be

responsible for safety of personnel in the area of operation.

The Contractor shall maintain, available for immediate use, a sufficient quantity of

slurry to allow for any sudden loss. Should the loss continue despite the additional of

the slurry and the stability of the trench be placed at risk, the contractor shall

immediate remedial advice the Engineer and take such immediate remedial action as

is necessary to preserve the stability of the trench and for ensure the safety of

neighbouring structures and facilities.

11.8.6 Setting Out

The setting out of wall must be carried out by a Land Surveyor employed by the

Contractor, to the Engineer’s approval and the Contractor is to ensure that all lines

and levels are in accordance to the working drawings.

11.8.7 Water tightness

The Contractor is responsible for providing a water tight wall. Should the wall be not

watertight, the Contractor shall, at his own expense carry out all remedial measures

required to render the wall watertight.

11.8.8 Disposal of Soil

Soil removed from the excavation shall be separated from the slurry employed in the

excavation process. It shall be disposed of in accordance with the current statutory

requirements and as quickly as possible to an approved dump site and in such a

manner that spillage and annoyance be minimized and as agreed with the Engineer.

Page 172: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 171 of 246

11.8.9 Disposal of slurry

Used bentonite or contaminated slurry, not suitable for re-use shall be disposed of by

mixing it with sufficient granular soil or similar approved material that is in the

opinion of the Engineer and local authorities, suitable for placing in public dumps to

form usable areas of reclaimed land.

11.8.10 Slurry Spillage

The contractor shall ensure that the site be cleared of slurry to the satisfaction of the

Engineer, and that his operations be conducted in such a manner as to minimize any

spillage of slurry over the site.

11.8.11 De watering / Pumping

Should pumping be required during construction, the Contractor shall work out the

drawn-down curve so that no foundations of the adjacent buildings and any

permanent work installed may be affected by the drawn-down. The Contractor shall

submit this to the Engineer for approval before pumping starts.

11.8.12 Finishing of the construction works

After the completion of the diaphragm wall construction, other works such as

construction of piled deck structure, earth filling and dredging of the soil in the sea

side shall be taken up as per drawings.

12. Construction Tolerances

12.1 Guide walls

The finished faces of the guide walls towards the trench shall be vertical. There shall

be no ridges or abrupt changes on the face of the guide wall. Variations from a

straight line or a specified profile shall not exceed 25 mm in 3 m.

12.2 Diaphragm walls

Construction shall be carried out in accordance with the following normal tolerances:

(a) The minimum clear distance between the faces of guide walls shall be the specified diaphragm wall thickness plus 25mm and the maximum distance shall be the diaphragm wall thickness plus 50mm. The guide walls shall be propped, as necessary, to maintain these tolerances during the course of construction of the Works. The face of the guide wall towards the trench and on the side of the trench nearest to the subsequent excavation shall be vertical and shall represent the reference line. This reference line shall not vary from a straight line or specified profile by more than + / - 6mm in any 5 metres wall length and it shall be so maintained that there is no abrupt change.

(b) The plane of the diaphragm wall face to be exposed shall be vertical to within a tolerance of 1 in 200. For the purpose of measuring the verticality of the

Page 173: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 172 of 246

wall at a particular location, the reference point shall be at the top of the wall on the exposed face at that location.

(c) A minimum cover to reinforcement of 75 mm shall be maintained.

(d) Stop ends, inserted prior to placing concrete in a panel shall be cleaned and have a smooth regular surface. They shall be adequately restrained to prevent horizontal movement during concreting.

(e) Cast-ins for services penetration shall be within 50mm from designated levels. Any rectification works required as a result of no complying with above tolerance shall be rectified by the Contractor at his own expense and time.

If during the general excavation it is detected that the above stated tolerances have been exceeded, the contractor shall submit for the approval of the Engineer, his proposals for remedying the defects.

13. Recording of Data

The following records shall be kept for each panel completed and such records shall

be available for inspection by the Engineer at any time.

a) Panel number

b) Top of guide wall level

c) Bottom of guide wall level

d) Top level of wall as cast in relation to top of guide wall

e) Depth of base of panel from top of guide wall

f) Date and time of start of panel excavation

g) Date and time of finish of panel excavation

h) Date and time of start and of completion of panel concreting

i) Length of panel

j) Thickness of wall

k) A log of soil type encountered from start to finish of excavation and water level

l) Cubes taken, markings, date and results obtained on testing

m) Actual volume of concrete used and method of calculating the volume.

n) A graph of theoretical and placed concrete volumes with depth and depth of tremie to be included.

o) Quantity of slurry removed from site and spoiled removed from Site recorded by Date.

p) Details of cage type for reinforcement.

q) Date and time of completion of cage placement.

Page 174: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 173 of 246

r) Details of any obstruction encountered and time spent in dealing with obstructions.

The details of the construction record shall be discussed and agreed with the Engineer

prior to construction.

13.1 Tests of integrity in concrete

The Contractor shall carry the integrity tests as per ASTM D5882 – 00 Standard Test

Method for Low Strain Dynamic Testing of Piles. The location of the panels for testing

shall be selected and proposed by the Contractor for Engineer approval.

13.2 Underwater inspection and repair

After the construction of the quay wall and the yard facilities, the seaside earth shall

be excavated or dredged with suitable methods without affecting the integrity. The

front face of the diaphragm wall up to the dredged seabed level shall be inspected

using suitable under water techniques. Defects if any shall be rectified using pressure

grouting or other suitable under water methods. The complete under water inspection

shall be recorded in a video graphic device.

13.3 Monitoring

The verticality of the diaphragm shall be monitored using suitable devices for a period

of at least 3 months after the dredging is completed. Such monitoring shall be carried

out at every 20m along the length of diaphragm walls.

Page 175: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 174 of 246

PART -VI - CAST IN-SITU R.C.C BORED PILES

1. Scope

The works covered by this Section of the Specifications consist of furnishing all

materials plant, equipment and labour and in performing all operations in connection

with the construction of large diameter bored concrete piles.

2. Codes

IS:2911 (Part I/Sec.2) - Indian Standard Code of Practice for Design and Construction

of pile foundations for Bored Cast-in-Situ, Piles, shall be referred to in conjunction

with these specifications during the entire design, construction and installation work.

The technical requirements of this specification are the absolute minimum acceptable.

Where not specifically referenced herein, materials and workmanship shall comply

with the latest edition and amendment of the applicable Indian Standard or approved

International Standard.

Materials and workmanship shall comply with the parts and sections of IS 2911.

Code of practice for the Design and Construction of pile Foundations, set out below,

except where modified and/or extended by this Specification:

Part 1 - Concrete Piles

Section 2: Bored Cast In-Situ Piles

Part 4 - Load Tests on Piles

Reference to any code shall always mean reference to the latest revised edition of the

code including all its amendments up to date, unless otherwise specified. In the event

of any conflict between the requirements of this specification and those of the referred

codes, the former shall govern.

3. Materials

The Specification for cement, fine and coarse aggregate, reinforcement, water, liner

plates, additives etc., shall conform to the respective sections of the Specifications.

3.1 General

The Contractor shall submit to the Engineer complete details of the system of piling,

which he propose to use, including a specification of the materials and method of

construction of the piles. A written approval from the Engineer shall be obtained

before installing any pile. This approval shall not relieve the Contractor of any of his

responsibilities under the Contract.

Page 176: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 175 of 246

The Contractor is to ensure that the methods used are the most suitable for the

conditions prevailing. Full responsibility for the satisfactory installation of the piles

rests with the Contractor.

At all times an appropriately qualified and experienced representative of the

Contractor shall be present on site during the whole period of pile installation. The

representative(s) shall be nominated and to the approval of the Engineer.

The length of the piles is shown on the Drawings.

The piles shall be cast as accurately as possible to the vertical as specified. Any pile

deviating from its proper alignment to such an extent that the resulting eccentricity

cannot be taken care of by strengthening the pile cap or pile ties, shall at discretion of

the Engineer be replaced or supplemented by additional pile at the rate quoted in the

rate schedule however excluding the cost of all special construction if any required

due to new situation. In such an event, the payment will be made only for the

supplemented/additional pile and no payment will be made for the rejected pile and if

made already will be recovered.

3.2 Concrete

Methods of the manufacture of cement concrete shall in general, be in accordance

with Section 4-Part IV - Concrete and as per following clauses

- The grade of concrete shall be as per the design requirements with minimum cement content of 400 kg/m3.

- Slump of Concrete: Slump of concrete shall range between 100 to 180 mm depending on the manner of concreting. The details given below will be the general guidance:

The slump of concrete used for bored cast-in-situ piles shall follow following

guidelines.

- A slump of 100-180 shall be used where the concrete is poured into water-free unlined bore having widely spaced reinforcement. Where reinforcement is not spaced widely enough, cut-off level of pile is within the casing and diameter of pile is less than or equal to 600mm, higher order of slump within this range may be used.

- A slump of 150-180 shall be used where concrete is to be placed under water or drilling mud, by tremie or by placer.

3.3 Reinforcement Considerations

The reinforcement used for bored cast-in-situ concrete piles shall have minimum yield

strength of 500 MPa or as specified in the design drawings and shall be free from dirt,

oil or grease or rust. Following guidelines shall be followed in design and construction

of the piles.

Page 177: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 176 of 246

- The minimum longitudinal reinforcement shall be 0.4% of the cross sectional area of the pile.

- Clear cover to the main reinforcement shall be 75mm.

- The vertical reinforcement shall project 50 times its diameter above the cut-off level.

- The minimum clear distance between the two adjacent main reinforcement bars should normally be 100mm for the full depth of cage. The bars shall be so placed as not to impede the placing of concrete.

- The lateral ties in the reinforcing cage shall be preferably spaced not closer than 150 mm centre to centre.

- THE minimum diameter of the lateral ties shall be 8mm.

4. Equipment

The equipment, which the contractor intends to use, shall have the approval of the

Engineer and must have adequate performance capacity to satisfactorily execute the

works. The equipment shall in all respects be capable to ensuring precision of piles,

continuity in construction of the piles and quality of concrete. Boring plant shall be

adequate to prevent the danger of seepage (Piping) failure and be capable of removing

stones from the pile under execution.

In view of the expected wave activity, the use of floating platforms to support either

the pile or plant at any stage of the construction of the pile will not be allowed.

5. Control of Alignment

The piles shall be installed as accurately as possible as per the designs and drawings

and permissible deviations in locations shall be in accordance with contract drawings.

The pile head location shall not deviate from the design position beyond 75mm in any

direction. In case of piles deviating beyond such permissible limits, the piles shall be

replaced or supplemented by additional piles, as directed by Owner.

6. Casing

The outer part of each pile shall have a casing as shown in the drawing, which shall

not be removed after concreting. The casing shall be completely straight and circular

in cross section throughout. All joints shall be welded and shall be impermeable. The

bottom of the casing for all piles shall be embedded into the seabed to sufficient depth

to ensure stability of the casing and prevent any blow out or leakage of grout at the

bottom of the casing. In all cases the Engineer's decision regarding the depth up to,

which the foot of the casing has to be taken, shall be final and binding. The payment

for the casing shall be made as per the actual. The casing position and verticality

shall not be forcibly corrected. After installation the casing shall be securely fixed by

temporary works so as to avoid any movement during boring and concreting and for a

Page 178: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 177 of 246

period of at least one week after concreting. Records shall be kept by the Contractor of

the length, verticality, bottom and top level and location of each casing installed.

7. Boring of the Pile Shaft

Where the term boring is used in this chapter, this is deemed to include other

techniques such as drilling or excavation.

The contractor shall make any temporary provisions and structures required to safely

support the boring equipment and to avoid any displacement of the casing during the

boring operation. Boring of any pile shall not commence until 24 hours after

completion of the concreting of any other pile within a radius of 5.0 m centre to

centre.

The Contractor shall use bentonite slurry to support the walls of the pile shaft. The

boring shall be done in such a way and with such equipment that the soil around the

pile and beneath the bottom of the pile will not be disturbed. The level of the bentonite

slurry within a pile shaft be maintained at not less than 1.5 m. above the surrounding

water level during boring of the pile. Jetting is not allowed as an aid for the boring.

The bottom of the completed pile shaft shall have a horizontal surface. The pile shafts

shall be bored to the depths as indicated on the drawings. The boring soil if dumped

around the piles will have to be removed by the contractor at their cost and the

Contractor's proposals for dumping or disposing of excavated soil / bored soil shall be

approved by the Engineer.

8. Clean-Out and Control of the Bottom of the Piles

After the boring has been carried out to the proper depth, all disturbed soil and loose

materials shall be pumped out in such a manner that, after the clean out operation,

the bore depth shall be maintained and bottom of the pile shaft remains horizontal.

Stones shall be grabbed out; bentonite shall be added continuously into the bore

during the clean-out operations, in order to keep the bentonite level at the required

elevation. The clean-out pumping arrangement shall be such that the lower end of the

pipe can be moved all over the cross section by a routine operation. The suction of the

pump shall be adjustable. After each clean-out operation, a break shall be made for a

period of at least five minutes, and then pumping shall be resumed and be continued

until the bentonite being pumped out is clean.

The cleaning of the bottom of the pile shaft is subject to the approval of the Engineer's

Representative. The checking shall normally be performed by the Contractor under

the supervision of the Engineer's Representative. The Contractor shall give adequate

notice to the Engineer to enable the inspection to be carried out with the minimum

delay. Only after the bottom level of the shaft has been reached and properly cleaned,

will the Engineer give his approval for commencement of concreting. This approval

however shall not relieve the Contractor of any of his responsibilities.

Page 179: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 178 of 246

Upon completion of cleaning of the pile shaft by the Contractor, a sample of the

bentonite suspension shall be taken from the base of the pile shaft using an approved

sampling device. If the specific gravity of the bentonite suspension exceeds 1.10 or its

sand content exceeds 2% the placing of concrete shall not proceed. In this event, the

Contractor shall modify or replace the bentonite or continue cleaning the bottom of

the shaft as directed by the Engineer's Representative.

9. Concreting

Concreting shall commence immediately after approval of the bottom of the pile shaft

and after reinforcing cage has been installed. If concreting has not been started within

four hours of completion of the cleaning of the bottom of the borehole, the cleaning

shall be repeated at the Contractor's expense and tests shall be repeated.

Concreting of piles shall be carried out without construction joints and executed

under bentonite by the tremie method. The bentonite level within the casing shall be

kept at a constant elevation, well above the water elevation outside the casing. The

tremie tube shall be filled with concrete while slowly lowering a valve or plug. The

tremie tube shall, at all times, be kept full of concrete up to the bottom of the hopper,

while the discharge end shall be kept sufficiently submerged (2 to 6 m) in already

deposited concrete to prevent surging of bentonite into the tube. The location of the

discharge end of the tremie tube relating to the surface of deposited concrete shall be

kept under strict supervision at all times. If, by accident, the concrete in the tremie

tube sinks below the bottom of the hopper, the tube shall be refilled in such a way

that no air or bentonite is trapper in the tube.

Concreting shall be continued to an adequate level above the theoretical cut-off

elevation (minimum 600 mm) to ensure that the quality of concrete below this cut-off

elevation is of a satisfactory quality. The cut-off elevations are to be as shown on the

Drawings unless otherwise directed by the Engineer.

The consistency shall be such that the concrete will flow evenly out of the tremie tube.

The proportions of the constituents of the concrete shall be closely monitored in order

to obtain a satisfactory consistency. During the execution, a continuous delivery of

concrete shall be guaranteed in order to minimize the re-handling of concrete and to

avoid damage to the structure of the concrete.

Seven days after casting of the concrete, the pile heads shall be trimmed and casing

shall be cut-off at the theoretical elevation without damaging the reinforcement or the

Page 180: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 179 of 246

concrete under the specified cut-off level and in such a way as to produce a horizontal

bearing surface.

10. Recording of Data

Following records shall be maintained in a manner approved by the engineer:

- Name of work.

- Pile no. And reference drawing No.

- Date of commencement and completion of excavation.

- Date of concreting pile.

- Length of pile.

- Diameter of pile.

- Top of liner level.

- The depth of liner.

- Top level of wall as cast, in relation to top of liner.

- Depth of pile from base to top of liner.

- Strata encountered, Volume of concrete used, slump, water-to-cement ratio, Cubes taken and their results.

- Details of reinforcement (cage type).

- Details of any obstructions encountered and the time spent on overcoming them. A competent supervisor shall be present to record the necessary information during the installation of piles.

The data to be recorded shall also include:

- The dimensions of the piles, including the reinforcement detail and the mark of the pile.

- The boring method employed.

- The type of soil in which pile is terminated.

- The depth bored.

- The depth of water table.

- When drilling mud is used, the specific gravity of the fresh supply and contaminated mud in the borehole before concreting is taken up, in case of first few piles and subsequently at suitable interval of piles.

- The time taken for concreting.

- The cut-off level/working level

Page 181: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 180 of 246

- The consumption of cement.

- Any other important observations.

Any deviation from the designed location, alignment or load carrying capacity of any

pile shall be noted and promptly reported to the Engineer /Engineer's Representative.

During boring of the pile shaft, a log shall be kept. Each layer of the encountered type

of soil shall be described and entered in the bore-log. Observations regarding

bentonite loss in the pile shaft and boring obstacles encountered shall also be

recorded and reported to the Engineer's Representative at once.

A complete record of the construction of each pile shall be kept by the Contractor and

this record shall be submitted to the Engineer as and when required. This record

shall show the time of the start and termination of placing casings by boring or pile

driving, the upper and lower level of the casings, the boring, the bore log of the boring,

the level of reinforcement, the level of the bentonite in the casing before concreting,

the time of the start and the termination of concreting and any special occurrences.

The quantity of deposited concrete shall be recorded and a record shall be kept

showing the levels of the concrete and bentonite inside the casing during concreting.

The forms for pile recording shall be as approved by the Engineer.

11. Pile Load and Integrity Testing

11.1 General

The proposed construction of the Automobile Export/ Import Berth is based on land

based construction. The dredging of the berthing area will be carried out after the

completion of the diaphragm walls, piles and deck structure. Hence the pile load tests

both static and dynamic tests shall be planned carefully to achieve the actual

capacity.

Initial static pile load test shall be carried out on a pile constructed for this purpose

away from the berth construction area as directed by the Engineer. The results

obtained from the test shall be adjusted by suitable method to obtain the actual

capacity of the pile after dredging to a depth of (-) 16.00m CD. The method of such

adjustments shall be agreed by Engineer.

Similarly, the dynamic pile integrity and load testing shall be carried out on piles

installed as part of the berth structure and shall be tested accordingly. Similar to

static pile load test, the pile capacity obtained from dynamic pile load test shall be

corrected for additional skin friction above (-) 16.00m CD dredged level.

Page 182: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 181 of 246

11.2 Pile Vertical Load Tests:

The vertical load test shall be conducted on pile constructed in the berth area. Load

tests on piles shall be carried out only after 4 weeks from the time of casting the pile.

The scope of work includes all the permanent and temporary works related to

construction of test pile, anchor pile, Kent ledge, and associated equipment for

measuring load and displacement, loading and unloading of weights etc. to complete

the testing as per specifications and IS 2911 (Part 4).

The test load shall be 3 times the working load as per the design calculations.

Calculations and method statement for the proposed Kent ledge arrangement, support

piles or foundations, load and unloading sequence, calibration details of equipment,

etc. shall be submitted for Engineer’s approval.

The vertical load test shall be carried out as per I.S 2911 -1985 (part 4) and the test

should satisfy the load carrying capacity as specified in the relevant bill of quantities.

The test report shall be submitted to Engineer for approval.

11.3 Low Strain Pile Integrity Testing

Before commencing the piling work, the CONTRACTOR shall have on site suitable

equipment and trained personnel to carry out dynamic integrity testing of piles of

each diameter.

The principle of the dynamic integrity testing method to be used shall be based on the

application of impacts on the prepared pile head and measurement of the response of

the pile by means of equipment capable of recording and processing the pile strain

versus time, acceleration versus time and velocity versus time. Unless the

CONTRACTOR himself has proven experience, he shall employ a specialist firm with

proven experience in this kind of work.

Before commencing the tests, the CONTRACTOR shall provide a detailed description

and programme for the testing. The finishing of the pile head and the type of hammer

or weight to be used shall be suitable for measurement in accordance with the

recommendations for the testing equipment employed. The pile shall be provided with

transducers which convert strain, velocity and acceleration into electric signals. Such

signals shall be recorded by means of electronic equipment specifically developed for

this purpose including computer facilities as required. The raw data collected at field

shall be furnished in both hard and soft copy formats to the OWNER immediately

after conducting the test.

Page 183: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 182 of 246

The test result shall be fully interpreted by the CONTRACTOR in the CONTRACTOR'S

field office, unless elaboration in the Specialist firm's head office cannot be avoided.

The test results shall give an indication of the integrity of the pile. In addition the test

result shall be expressed in skin friction and toe resistance.

A complete report of each pile test, including a description of the equipment used and

an evaluation or judgement as to the accuracy of the results shall be submitted not

later than two weeks after the completion of the test. Intermediate or tentative results

shall be communicated to the OWNER's Representative as soon as available.

The OWNER's Representative will approve each pile in writing when he is satisfied

with all test results. No concreting of beams on any pile shall be commenced until all

piles supporting the beams to be cast have been approved. Test results shall be

submitted for approval of the Engineer before removing the equipment from the test

pile.

This method is covered under ASTM D5882-00 - Standard Test Method for High

Strain Dynamic Testing of Piles.

11.4 High Strain Dynamic Load Tests

The principle of the high strain dynamic testing method to be used shall be based on

the application of impacts on the prepared pile head and measurement of the

response of the pile by means of equipment capable of recording and processing the

pile strain versus time, acceleration versus time and velocity versus time. Unless the

CONTRACTOR himself has proven experience, he shall employ a specialist firm with

proven experience in this kind of work.

The pile shall be cast 2m additional height above the pile cut-off level and the tests

shall be performed on top. Upon completion of the test, the top portion of pile

including concrete, reinforcement etc. shall be cut and removed without affecting the

integrity of the pile.

High strain dynamic testing consists of estimating soil resistance and its distribution

from force and velocity measurements obtained near the top of a foundation impacted

by a hammer or drop weight. The impact produces a compressive wave that travels

down the shaft of the foundation.

A pair of strain transducers obtains the signals necessary to compute force, while

measurements from a pair of accelerometers are integrated to yield velocity. These

Page 184: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 183 of 246

sensors are connected to an instrument (such as a pile driving analyzer), that records,

processes and displays data and results.

The measured acceleration is used to compute the stress velocity by integration and is

used to calculate the resistance of soil during driving (in this case, the hammer

dropping at the pile head) and thus the long term capacity can be obtained. Dynamic

load testing takes a further step in analyzing the data and computing static capacity

and resistance distribution. Test results shall be submitted for approval of the

Engineer before removing the equipment from the test pile.

This method is covered under ASTM D4945-00 - Standard Test Method for High

Strain Dynamic Testing of Piles.

Page 185: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 184 of 246

PART VII - PRECAST CONCRETE

1. Precast Concrete Units

1.1 The requirements of the clauses related to concrete and reinforced concrete shall be

observed in the case of precast concrete work as far as they are applicable, as well as

the following requirements relating to the precast concrete work in particular. The

rates and prices quoted for precast concrete shall be inclusive of costs of all the

requirements of Clauses in Concrete together with shuttering, casting yard, providing

holes, curing, handling etc., complete.

The precast units shall be cast on stacking, re-handling and their shutters supported

from a suitably prepared level unyielding paved area.

The shutters shall be strongly constructed closely jointed and smooth and shall be

such as to ensure true sharp arises and a perfect surface. Shutters are to be so

designed that they can be taken apart and reassembled readily.

The casting tolerances unless otherwise ordered or directed shall be within 3 mm of

true dimensions.

The method and time after casting of units of striking side shutters shall be subject to

approval of the Engineer. In the event of any damage resulting from premature

removal of shutters or from any other cause, the unit or units concerned will be liable

to rejection and to replacement by the contractor at his own cost.

Lifting and stacking of precast units shall be undertaken without causing shock,

vibration and undue stress to or in the units. Precast units shall not be lifted,

transported or used in the works until they are sufficiently matured; the crushing test

on the cubes which are to be kept with the precast units will be used to assess the

maturity of the units. The Contractor shall satisfy the Engineer that the methods he

proposes for lifting, transporting and setting precast units will not over stress or

damage the units in any way. In the event of over stress or damage due to whatever

cause the unit or units concerned will be liable to rejection and if so rejected shall be

immediately broken up and removed from the site. The Contractor shall replace such

rejected units at his own cost. The Contractor shall ensure that all precast units are

properly marked in clean and legible manner with the reference number and the date

of casting which information shall be clearly visible where the units are stacked.

Reinforced precast members shall be clearly marked to indicate the top face. Full and

accurate records are to be maintained of all precast work. Every unit shall have a

reference number. Date of casting, date of removal from the bed and date and position

of placing shall be recorded together with corresponding test cube reference number.

Page 186: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 185 of 246

1.2 Quality and Tests on Concrete

The concrete for the precast units shall have the quality of the concrete classes as

described under "Concrete Classes" as specified. Trial mixes and test cubes of the

concrete shall be made in accordance with methods stated in the Clauses entitled

"Trial Mixes and Preliminary Tests", "Work Cube Tests", "Concrete Cores" and

"Water and Slump Tests".

1.3 Cast-in Parts

The cast-in parts, such as fasteners, jointing materials, supporting structures, etc.

shall be fixed in the positions indicated on the Drawings. Cast-in parts must be free

from rust, dirt or grease and be properly stored before use. The delivery, processing

and fixing of the cast-in parts shall be deemed to be included in the rates for the

precast concrete units. However, lifting hooks will be measured and paid under

fabrication of steel.

1.4 Transport, Storage and Placing

Transportation of all units to the site will only be allowed either:

-28 days after casting, or

-after the required compressive strength according to clause entitled

"Concrete Classes" has been reached.

Transportation, storage and placing of the precast concrete units shall be done

carefully and in such a way as to avoid damage and to keep the surfaces of the units

free from dirt or other undesirable marks. Loading and handling of precast concrete

units shall be done only by skilled labour and under supervision of a competent

Supervisor.

Lifting and handling of precast concrete units shall be done only at the positions

shown in the approved drawings and only vertical lifts will be allowed. During storage,

precast concrete units shall be supported on blocks placed exactly under the bearing

locations and at no other points. During transport, storage and placing, the

Contractor must take all necessary precautions to avoid damage to the reinforcement

of the precast concrete units.

All lifting, handling and storage procedures shall be approved by the Engineer before

their implementation.

Any proposal for erection equipment, temporary works and abnormal loading on a

member during construction shall be submitted to the Engineer in sufficient detail,

accompanied by adequate sketches and calculations and sufficiently in advance, to

enable the Engineer to make an adequate assessment of the proposal.

Page 187: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 186 of 246

No precast concrete unit shall be laid on its side or upside down unless such a

position is shown by calculation to be acceptable.

Any precast concrete unit, which is damaged or has any perceptible faults, will be

liable to the rejected by the Engineer.

Page 188: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 187 of 246

PART VIII - STEEL WORKS

1. Scope of Work

The works covered by the section of the Specifications include fabrication, delivery

and fixing of steel works, fixings and associated parts.

2. Description of Steel Work

The steel work comprise mainly the fabrication, delivery and fixing in position of

Ladders

Bollards

Mooring rings

Safety chain and other steel works.

3. Definition of Fixing Materials and Associated Parts

The fixings and associated parts comprise mainly the following items:

i) anchors, bolts, inserts, washers and nuts

ii) templates for the correct positioning of bolts including adjusting nuts.

4. Working Drawing and Calculations

Before fabrication commences, the contractor shall submit to the Engineer for his

approval, working and/ or shop drawings of steel works in accordance with the

relevant articles of the clause entitled "Drawings and Calculations".

The drawings prepared by the contractor and agreed by the Engineer shall comply

with the requirements of the relevant Indian Standards, unless otherwise specified.

In the event of unavailability of certain materials and steel sections, deviations from

the original design shall be made. In this case, the contractor shall make this own

calculations. Such calculations are to be submitted for approval to the Engineer in

accordance with the relevant articles of the Clause entitled "Drawings and

Calculations". These calculations shall be submitted in duplicate simultaneously

with the corresponding working drawings. Addition shall not be made for welds, or

subtraction for bolt holes.

5. Delivery of Fixing Materials and Associated Parts

The contractor shall ensure that all relevant fixing materials and associated parts are

supplied to Site prior to the commencement of the erection works, in order to facilitate

alignment and fixing into the primary concrete work.

6. Materials

6.1 Steel and Bollards

Bollards shall be made of the best quality cast steel and shall be obtained from an

approved manufacturer and shall have load carrying capacity as given elsewhere.

Page 189: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 188 of 246

Unless otherwise specified, all other steel items shall be fabricated from structural

steel in accordance with IS 2062 grade C.

6.2 Fasteners

All bolts, screws, nuts and other fasteners shall be of adequate cross sectional area to

safely withstand the envisaged or specified working forces. Unless otherwise specified

all fasteners shall be at least of carbon steel according to IS 1363 and shall be hot dip

galvanized. All anchor bolts shall be furnished with at least two nuts to facilitate

installation.

6.3 Welding Electrodes

Steel welding electrodes shall comply with the requirements of IS 814, except that

they shall be uniformly and heavily coated (not washed) and shall be of such a nature

that the coating will not chip or peel during its use with the maximum amperage as

specified by the manufacturer.

7. Quality and Testing of Materials

7.1 General

All materials for the steel work and fasteners shall be as shown on the

Drawings/specifications. If the contractor proposes to use materials complying with

standards other than those specified, he shall submit details well in advance for

approval of the Engineer. At least two weeks before ordering materials, the contractor

shall send a written notice to the Engineer stating:

i) Type, quality and quantities to be ordered from a steel mill.

ii) Type, quality and quantities to be ordered from available (local or non-local)

stocks.

7.2 Certificates

All steel for the steel work and fasteners shall be supplied with test certificates. The

contractor shall submit these certificates to the Engineer prior to the supply of the

materials. Materials obtained from stocks may be checked by the Engineer for exterior

defects either in the workshop or at the site.

Test requirements for the materials to be ordered are specified in IS 2062 and shall

include V notch impact tests at 0° C from each quantity of 20 tonnes or part thereof.

The results of these tests shall be included in the test certificates.

7.3 Inspection and Quality Control

Where test certificates are not provided, steel work and fasteners shall be inspected

and tested by the contractor as outlined above. Testing shall be to the approval of the

Engineer, or his representative, who may for this purpose visit the place of

manufacturing before transportation to the site. Not later than two weeks after

Page 190: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 189 of 246

ordering the materials, the contractor shall send a copy of the order form to the

Engineer.

8. Welding in Permanent Works

Welding shall generally conform to the requirements of IS 816 and to the following

description. Unless approved otherwise, only full strength continuous full penetration

welds shall be made.

At least one month prior to welding activities, the Contractor shall submit a plan in

duplicate to the Engineer specifying:

- Welding procedures to be used

- Measures to be taken against deformation during the welding

- Type and thickness of the electrodes to be used

- Method and sequence of testing the welds

- Method of finishing the welds

- Data about power, tension, pre-heating etc., required for the welding process

Only fully qualified and experienced welders shall be employed. The Contractor shall

submit a list of proposed welders along with copies of relevant certificates to the

Engineer for approval. Welders shall carry out successfully the welder performance

test conforming to the specifications of IS 7310 (part I).

All spatters shall be removed and all pits, porous and deeply burnt-in spots or

serrations shall be adjusted. Assembled structures shall be checked by the Engineer.

Disapproved welds shall be corrected at the Contractor’s expense.

All activities, such as cutting and welding shall be carried out in well covered and well

equipped workshops. No welding shall be carried out on the site unless necessary and

approved by the Engineer. The contractor shall take every measure to protect the

welds against damp and draught welding on the site.

9. Boring and Countersinking

For countersinking and boring, boring machines with a fixed drilling line shall be

used. Burr-sides and sharp edges caused by countersinking or boring shall be

removed.

10. Hot Dip Galvanizing

The hot dip galvanizing shall be executed after all fabrication has been completed and

approved by the Engineer. Levelling and straightening of galvanized steel parts shall

be done in such a way that the zinc layer is protected from damages.

Page 191: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 190 of 246

Generally, hot dip galvanizing shall comply with the requirements as specified in BS

729 and shall be carried out in a workshop approved by the Engineer. For all items

stated in clause 6.2 has to be galvanized, the thickness of galvanizing shall not be less

than 80 microns.

11. Manufacturing and Workmanship

11.1 General

All activities, such as cutting, welding and shot blasting shall be carried out in well-

covered and well-equipped workshops. No welding shall be carried out on the site

unless necessary and only after approval by the Engineer. The contractor shall take

every measure to protect the welds against damp and draught during welding on the

site.

11.2 Smoothening, Straightening and Levelling

Surfaces of steel strips, sheets and /or other members of the structure, which have to

be assembled together by bolting, shall first be smoothened so that a plane surface

will be formed after assembly. Sheets and strips shall be levelled and shapes shall be

straightened before assembling.

11.3 Bending

Cold bending is allowed for non-bearing elements, which are not welded in the

bending zone. For all other elements, warm bending is to be used.

11.4 Bolted Joints

The protruding lengths of bolt-shanks after tightening shall be 3 to 10 mm depending

on the diameter. All nuts and washers shall be degreased before use. Holes to be

made for bolts may be 1 mm larger in diameter than the bolts used. All key-holes

and/or slotted holes shall be supplied with lock washers and/or inclined washers.

Bolted joints subject to vibration shall be securely locked by a method approved by

the Engineer. The contractor shall supply all the necessary connections for fixing the

steel work.

12. Erection &Fixing

Parts of the steel structures to be incorporated into concrete shall be held in

alignment during the placement of the concrete. A check shall be carried out before

and immediately after concreting to be assured of the true position. Displacement

shall be corrected immediately.

Bedding mortars and/ or grouting between the frames, etc. shall be applied as soon

as practicable. The use of brute force during the assembly in order to adjust parts of

any structure into its right position shall not be tolerated.

Temporary fabrications may be fixed to the main structure only after approval by the

Engineer.

Page 192: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 191 of 246

i) execute the erection or assembling in accordance with the plan and time schedule

ii) protect the steel work during the execution of the works until the written approval of the Engineer is given for ending the protection

iii) tolerance shall be as shown on the contractors working or shop drawing

13. Painting

13.1 Items to be Painted:

All structural steel works is to be painted as per this clause. No black bolts, nuts,

washers, etc. shall be painted before assembling or erection. They shall be thoroughly

cleaned and dipped into boiling linseed oil and after erection, painted as specified

hereunder. Welding areas shall be cleaned but not painted until after the completion

of the welding operations.

13.2 Standard

The pretreatment, workmanship and equipment for painting shall generally comply

with the requirements of IS 1477 (Parts I & II) "Pretreatment and Painting" except in

so far this specification modified it.

13.3 Pre-Treatment

After inspection and approval and before leaving the fabrication shop, the surfaces of

all steel work to be painted shall be prepared. Traces of oil and grease shall be

removed with solvent and cleaning rags and scales and rust removed by hand tools.

Hand tool cleaning consists of chipping and scrapping followed by vigorous wire

brushing and emery paper cleaning. The rust and scales shall be removed by the use

of electric or pneumatic tools such as sanding machine, scalers, etc. No painting shall

commence until the prepared surface has been approved by the Engineer.

13.4 Schedule

Immediately after the surface has been prepared, the steel work shall be given one

coat of Bison Metal conditioning solution manufactured by Berger Paints or Rust

converter developed by Central Electro-Chemical Research Institute, karaikudi or

approved equivalent. The first coat of primer paint shall be applied within 24 hours of

the application of the conditioning solution. The primer paint shall consist of one coat

of Linosol High Build Zinc Phosphate Primer manufactured by Berger Paints or

approved or equivalent. The dry film thickness of the primer shall be at least 50

Microns. Thereafter the steel work shall be given one coat of Linosol High Build

Micaceous Iron Oxide Paint manufactured by Berger Paints or approved equivalent

with dry film thickness of not less than 50 microns. The colour and the shade of the

paints shall be as approved by the Engineer. All priming and finishing paints shall,

preferably, be obtained from the same manufacturer. The contractor shall guarantee

that the paints for priming and finishing coats are compatible with each other, in

Page 193: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 192 of 246

addition to their satisfying the specified requirements. The first and second coats of

finishing paint shall have different tints to distinguish one from the other.

13.5 Painting at Shop

All painting shall be carried out by brushing spray and roller application of paint shall

not be allowed without the written permission of the Engineer. Painting shall be done

immediately after surface preparation. The prepared surface shall not be allowed to

stand in rain or overnight before painting. Where galvanized surfaces are to be

painted, they shall be cleaned and washed with a solution of Copper Sulphate before

the application of the first coat of primer. Each coat of paint shall be allowed to dry

thoroughly before the subsequent coat is applied. The drying time shall be in

accordance with the manufacturer's specifications. The first primer coat shall follow

immediately thereafter. Unless otherwise approved by the Engineer, finishing painting

shall not commence before four days or after thirty days from the application of the

second primer coat in the shop. Before the application of the second coat of the

primer, all steel work shall be cleaned with emery paper and all damaged areas shall

be carefully cleaned and repainted.

13.6 Painting after Erection

After erection, the whole of the steel work shall be thoroughly cleaned of all dirt,

marks, grease and overspills of primer paint. Areas where the coat has either been

damaged or has deteriorated shall be cut back and repainted with primer in the same

manner in the fabrication shop. All exposed surfaces of metal, bolt heads and

connections left unpainted in the shop shall be similarly treated. After preliminary

work of making good has been approved by the Engineer, all surfaces shall be

thoroughly washed down with fresh water and when dried, the finishing coat shall be

applied. The finishing coat shall consist of one coat of Linosol Chlorinated Rubber

Paint manufacturer by Berger Paints or approved equivalent.

Page 194: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 193 of 246

PART IX- TEMPORARY HOLES, RECESSES, GROUTING AND INJECTIONS

1. General

All temporary holes and recesses in structures shall be made in accordance with the

drawings as prepared by the Contractor and approved by the Engineer and/or to the

directions of the Engineer.

1.1 Cutting or Diversion of Reinforcement

During the fixing of fasteners or other items in the holes and recesses, the

reinforcement shall, if necessary, be cut or diverted. Cutting or diversion of

reinforcement shall only be permitted with the approval of and after inspection by the

Engineer.

1.2 Grouting

After the fixing of fasteners or other items in their correct positions, and after

approval by the Engineer, the temporary holes and recesses shall be filled or grouted

with rich mix cement mortar or as directed. Before filling or grouting, the recesses

shall be cleaned of dust and other impurities. Recesses shall be moistened with clear

water before filling or grouting.

2.0 Steel Fixings and Other Items to be Cast in

2.1 General

All steel fixings and other items to be cast in such as anchor bolts, steel frames,

pipes, strips etc. shall be fixed and cast in by the Contractor in accordance with the

drawings as prepared by the Contractor and approved by the Engineer.

2.2 Templates and Supplementary Means

The contractor shall provide templates and other supplementary means for the

correct positioning of the fixings and items as mentioned above. Further details

concerning templates, etc. are described in the clause entitled "Steelworks". If

recesses are provided, these shall be sufficiently larger in size than the dimensions

of the fixings or items to be cast in.

2.3 Delivering

The Contractor is to ensure that all of the fixing and items as mentioned above are on

Site in time in order to avoid interruption during the execution of concrete works.

2.4 Cleaning and Greasing

The screw thread of anchor bolts or other items susceptible to corrosion shall be

cleaned and greased immediately after filling or grouting.

Page 195: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 194 of 246

PART X – HARDENING THE AREA BEHIND THE BERTH FOR TRANSIT PARKING & CAR PARKING YARD

1. Scope

The works covered under this section of the specification consists of furnishing of all

materials, plant equipment and labour and performing all operations in connection

with the hardening of the area behind Automobile Export/ Import Terminal-II and Car

Parking Yard. The hardened area shall be laid as specified and to the lines and levels

as shown in the drawing and as directed.

2. Excavation

Excavation to the extent required for the existing areas already reclaimed area will be

measured and paid under relevant items.

All excavations shall be carried out in conformity with the specifications and drawings

and in a manner as approved by the Engineer.

The excavation shall conform to the lines, grades, side slopes and levels as indicated.

The excavation shall be carried out up to the formation level. The bottom of the

excavated surface shall be dressed level in all directions and shall be well watered and

rammed.

The excavation generally will be in sandy soil. If obstructions like boulders are met,

they shall be removed by the contractor without any extra charge. Any excess depth

excavated below the specified levels shall be made good at the cost of the contractor

with suitable materials of similar characteristics to that removed and compacted to

the requirements as directed by the Engineer.

Levels will be taken by the Engineer before the excavation is commenced and after it

is completed and consolidated. Payment will be made on the quantity based on such

levels and corresponding width of the lowest layer.

3. Disposal of Surplus Earth

Surplus excavated earth and the debris shall be disposed of as directed by the

Engineer. The site must at all times be kept free from surplus material.

4. Layer Arrangement

a. Sub-Grade

The excavated depth/filled area shall be compacted by roller to achieve a relative

density of 90% and filled with good earth, if required from borrow pits to achieve the

required density. The compaction method shall be approved by Engineer.

b. Subbase/Base Course

The subbase/base course specified for the hardening area shall be of granular type as

specified in the item specification from an approved source by the Engineer.

Page 196: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 195 of 246

c. UNDER LAYER

300mm thick (indicative) M20 Plain Cement concrete shall be used as a under layer.

Concrete shall be as per Section 4 Part IV Concrete.

d. Paver Blocks

100 mm thick paver blocks with M50 concrete as per the relevant

specifications over 30 mm sand bedding layer.

5. Notice Commencement

The Contractor shall give to the Engineer at least seven days written notice of his

intention to commence earthworks on any part of the site, so as to enable the

Engineer to be furnished with all ground (or bottom) levels and other particulars he

may require for the purpose of measurement.

The earthworks shall not be commenced until written approval has been received by

the Contractor from the Engineer.

6. Dewatering

The Contractor shall provide install and remove afterwards, as needed, temporary

ditches, drains, and/or pumps to ensure adequate drainage of the working areas and

the excavations.

The Contractor shall ensure that sufficient stand-by plant is on site at all times to

avoid any interruption in continuity of the dewatering.

7. Earthworks to Lines and Levels

The whole of the earthworks for the several parts of the works shall be carried out to

the dimensions and levels shown on the drawings or to such other dimensions and

levels as may be ordered by the Engineer. For the purpose of the specification, the

term ground level (or bottom level) shall refer to the ground (or bottom) surface before

the start of earthwork operations, but after the operations of clearing and grubbing (if

any).

8. Compaction of Sub-Base Course

Sub-base course or sub-grade shall be coarse to medium sand or other approved

granular material, free from silt, clay, dust and organic impurities. The material shall

be compacted to 90% of it's Proctor maximum dry density. The earth shall be laid

and compacted in layers not exceeding 250mm.

The material shall be spread by motor grader or other suitable approved mechanical

plant. Compaction shall be completed as soon as possible after each layer has been

spread. Compaction requirements are given in Table below:

Compaction Required for Granular Base Materials

Page 197: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 196 of 246

Type of plant Load per inch width Number of passes required

Smooth wheeled roller < 300 lb > 300 lb

Unsuitable 16

Pneumatic type roller < 8 tons 8-12 tons > 12 tons

Unsuitable 16 12

Vibratory roller < 70 lb 71 - 100 lb 101 - 130 lb 131 - 160 lb 161 - 200 lb 201 - 240 lb 241 - 280 lb

Unsuitable 16 6 5 5 4 4

9. Surveys

Before starting any earthwork operation but after clearing and grubbing, the

Contractor shall carry out a topographic survey of the area in which the earthworks

are to take place. Profiles shall be taken every 10 meters with a ground level at every

10 m or at sudden changes of the profiles. Profiles will be drawn and presented

together with a contour map to the Engineer for approval. Earthworks will not start

until this approval is obtained.

10. Levelling of Areas

All areas shall be levelled to the required levels as indicated on the drawings. The

Contractor shall take due precautions to prevent damage to the structures during the

execution of levelling. The levelling of areas around structures shall be carried out by

means of approved methods. Any damage shall be repaired at the Contractor’s

expense and to the satisfaction of the Engineer.

11. Specification for Pavement Works

The General Technical Specifications shall be the “SPECIFICATIONS FOR ROAD AND

BRIDGE WORKS” (FIFTH REVISION) 2013 along with any other Addendum

Corrigendum issued up to 28 days before the final date of submission of the bid,

issued by the Ministry of Road Transport and Highways. Government of India and

published by the Indian Roads Congress (IRC), with a cross reference to relevant

Bureau of Indian Standards (BIS) for materials or other aspects not covered by the

IRC.

Page 198: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 197 of 246

PART-XI SLOPE PROTECTION

1. Scope

The scope of this specification includes the slope protection for the natural slope of

dredged surface below the deck structure of berth. This includes laying of geotextile

layer and armour stone protection against scouring of material.

2. Geotextile

2.1 General

All geotextiles shall be manufactured by and purchased/obtained from a reputable

manufacturer(s). The manufacturer(s) shall have ample experience in the fabrication

of the type of geotextile specified. The manufacturer(s) shall be certified to ISO 9001 or

equivalent approved certificate.

Before ordering any quantity of geotextile, the Contractor shall submit samples and

test reports from an approved independent testing laboratory.

Each 25m2 of geotextile shall be duly marked by the manufacturer showing:

manufacturer’s name, type of geotextile and manufacturing date.

No geotextiles shall be used in the Works which were manufactured more then one

year prior to arrival on site.

2.2 Type of Geotextile

The geotextile shall be a woven polyester fabric, and comply with the following

specification:

Tensile strength to ISO 5081 shall not be

less than 50 KN/m warp

less than 50 KN/m weft

- The permittivity to NEN 5167 shall not be less than 0.1 s-1

- Pore size O90 to NEN 15168 (dry sieving ) shall be < 100 micron

- Weight per m2 of geotextile to ISO 3801 not less than 350 g/m2

- Retain at least 80 % of the minimum strip tensile strength after 500

hours exposure to UV – radiation to ASTM G26-92.

- The geotextile shall be manufactured with a minimum width of 5 m.

2.3 Seam

In order to form geotextile mattresses of larger widths the Contractor may stitch

geotextiles together or prepare lapped joints.

If the geotextiles is stitched it shall be with a prayer seam (single stitch). The stitch

length shall not be more than 10 mm. The seam shall have a minimum strength of 50

KN/m. If lapped joints are used a minimum overlap of 1 m shall be adopted.

2.4 Testing of Geotextile

Tests shall be carried out by an approved testing laboratory on samples taken from

each quantity of 500m2 of geotextile.

Page 199: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 198 of 246

Notwithstanding the submission of reports to the effect that the geotextile conforms to

the specification, the Engineer shall at all times be entitled to have additional samples

of geotextile tested if he suspects that the geotextile does not conform to the

specification. The engineer shall only select samples from ends of rolls or from

geotextile which has already been cut.

2.5 Transportation, Storage and Handling

All geotextile shall be transported, handled and stored fully in accordance with the

manufacturer’s recommendations and shall arrive on site original wrappings.

Products susceptible to UV degradation shall be wrapped to prevent UV exposure until

immediately prior to usage. Unused portions shall be re-wrapped until usage.

Geotextiles arriving on the site in containers shall be unpacked and stored until usage

in locations or in a manner well sheltered from the sun. Sufficient ventilation under

the shelter shall be provided so as to minimize the effects of high temperature thermo-

oxidation.

2.6 Laying of Geotextiles

The surface on which geotextiles are placed shall be relatively smooth, free of

obstruction, depressions and soft pockets. Depressions shall be filled with compacted

material as directed by the Engineer. Placing of the geotextile shall not start without

approval by the Engineer.

The geotextile shall be placed loosely without wrinkles or with the warp running

normal to the coastline. The geotextile shall be laid down the slope in one piece.

Joining of adjacent geotextile strips shall be achieved by stitching or lapped joints as

specified.

All seams (if used) must face upwards from the sea bottom to allow for inspection and

repair. A surplus of minimum 10 mm of geotextile shall be provided at the seams to

allow movement.

Holding the geotextile in position shall be by ballasting with the filter rock. Pinning

with steel pins or wooden pegs will not be allowed. No cover layer shall be placed on

top of the geotextile without approval by the Engineer.

No geotextile shall be place in the Works which cannot be covered with protective

elements the same day.

3. Rock Layer

3.1 Rock

The Contractor shall transport, handle and place rock in accordance with the

Technical Specifications, to the lines and levels indicated on the Drawings.

Page 200: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 199 of 246

The rock protection comprises the following structural elements:

Rocks proposed for the slope protection works shall be having size ranging from 500

kg to 1000 kg (25% between 500 kg and 1000 kg and 75 % over 1000 kg). The source

of the rocks shall be approved by the Engineer prior to the use in the project.

3.2 Placing of Rock

Rock shall be placed individually. Individually placed quarried stone shall not be

dropped or tipped into position, but shall be placed piece by piece into the structure to

achieve a minimum’ three-point support’ and be stable to the lines and levels shown

on the drawings.

Stones shall be tightly packed together so as to achieve a target weight of stone placed

of 2.0 t/m3 with a tolerance of0.1 t/m3 and shall not be placed so that they can

rock or obtain their stability on a plane by frictional resistance alone prior to placing

further stones.

Fine material on the surface of previously-placed stones shall be removed to ensure

sound bearing and interlocking between stones. The contractor shall make due

allowance for the removal of such fine material which, includes sand.

3.3 Rock Characteristics &Method

The rock for the slope protection shall have minimum density of 2600 kg/m3 and

unconfined compressive strength of 8 MPa. The characteristics shall be tested in an

approved laboratory using samples taken from the same source and for every 100

Tonnes of stones. Test certificates shall be provided. The scope includes the removal

of soil underneath the deck during / after the dredging of the berthing area is

completed. This shall be carried out in a phased and planned manner in order to not

to affect the structural integrity of adjoining structures. The structures are designed

as a framed structure with the slab and beam integrated with the piles and diaphragm

walls. Hence the removal of residual soil below the deck shall be carried out using

grab method with the crane stationed on previously cast slab using crane with

sufficient boom length. Contractor shall evaluate the crane requirement accordingly

and plan for removal of the soil through openings (no slab cast). This work shall be

coordinated with the dredging contractor suitably and agreed by the Engineer /

Engineer’s representative.

Page 201: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 200 of 246

PART -XII – HARDENING THE AREA BY USING PAVING BLOCKS

1. Scope

The works covered under this section of the specification consists of furnishing of all

materials, plant equipment and labour and performing all operations in connection

with the Road work. The Paving blocks shall be laid as specified and to the lines and

levels as shown in the drawing and as directed.

2. Excavation

Excavation to the extent required for the existing areas already reclaimed area will

be measured and paid under relevant items. All excavations shall be carried out in

conformity with the specifications and drawings and in a manner as approved by the

Engineer.

The excavation shall conform to the lines, grades, side slopes and levels as

indicated. The excavation shall be carried out up to the formation level. The

bottom of the excavated surface shall be dressed level in all directions and shall be

well watered and rammed.

The excavation generally will be in sandy soil. If obstructions like boulders are met,

which are less than 250 kgs. in weight individually, they shall be removed by the

contractor without any extra charge. If any old brick work or concrete or boulders

weighing more than 250 kgs individually are met with during excavation, the same

shall be removed up to the required level as directed at site by the contractor.

Any excess depth excavated below the specified levels shall be made good at the cost

of the contractor with suitable materials of similar characteristics to that removed

and compacted to the requirements as directed by the Engineer.

Levels will be taken by the Engineer before the excavation is commenced and after it

is completed and consolidated. Payment will be made on the quantity based on such

levels and corresponding width of the lowest layer.

3. Disposal of Surplus Earth

Surplus excavated earth and the debris shall be disposed of as directed by the

Engineer. The site must at all times be kept free from surplus material.

4. Sub-Grade / Sub-Base-Course

4.1 General

The general technical specifications for sub-grade / sub-base / base-course unless

otherwise specified shall generally conform to section 400 of the specification for

Road and Bridge Works fifth Revision 2013 of the Ministry of Surface Transport

(Road Wing) published by the Indian Road Congress, New Delhi with any

amendments / revision thereon.

Page 202: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 201 of 246

5. Sand Layer

The river sand layer shall be spread uniformly on the lines and levels over the base

course and compacted to the thickness of 30 mm using a plate vibrator as directed.

6. Concrete Paving Blocks

CASTING PAVING BLOCKS

Concrete paving blocks shall be nominal size 200 mm x 100 mm x 100 mm with the

following specifications

6.1 Specification of Paving Concrete Blocks

a. Nominal size 200 x 100 x 100 mm.

b. Tolerance plus or minus 2 mm on all the sides.

c. Weight of individual block – Not less than 4.65 kg.

d. Compressive strength 400 kg / sq.cm. (average) when tested on the block. (The

paving block is suitably designed to have the compressive strength specified).

e. Transverse strength – 30 kg.per.sq.cm. (average).

f. Water absorption: 5.80 % average.

g. Surface – non-skid.

h. Wear resistance – 3.00 mm (average) and 3.5 mm on individual specimen.

i. Chamfering may be carried out only at the top portion of the block all-round.

j. A tolerance of plus or minus 0.5 mm shall be allowed in the chamfer.

6.2 Method of Testing

The above test shall be conducted by the contractor at an approved testing agency at

his own cost in the presence of the Engineer or his representative.

The blocks shall be tested on random sampling basis as below:

Three samples for each category of tests shall be collected by the Engineer or his

representative from every 10,000 blocks cast as per the following standards.

a. Tests for wear resistance: In conformity with IS 1237 – 1980 for cement concrete

flooring tiles.

b. Transverse strength shall be tested on 15 cms span equidistant from midspan (in

continuity) with IS 1237 / 1980 specification for cement concrete flooring tiles.

c. All other tests shall be conducted as per the relevant Indian Standards or as

directed by the Engineer or his representative.

In case the tests conducted on a particular lot is not satisfactory, the entire lot of

10,000 blocks will be summarily rejected and the contractor shall arrange to clear

the rejected blocks immediately.

The cost of the blocks used for the above tests will not be taken into account for any

payment purposes.

The contractor shall establish the necessary machinery, plant, etc. inside the Port

premises so as to complete the entire casting within the time stipulated. The

Page 203: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 202 of 246

contractor is deemed to have furnished the type of machinery, its capacity per 24

hours and the method of operation of his machinery while quoting.

The finished blocks shall be cured by immersing the same in a pond of water for a

clear period of 14 days excluding the day of immersion and the day of removal.

The duration or type of curing mentioned elsewhere shall not be applicable for

precast concrete blocks.

The concrete blocks thus cast shall be stacked as per standard specification and as

directed. Stacks shall be formed in regular shape and uniform cross sections. Blocks

shall not be stacked on uneven ground or in any manner which does not permit

correct and ready counting from external inspection of the stacks.

The responsibility for all these operations shall be that of contractor who shall

nevertheless obtain the Engineer’s approval before removal and striking of form and

handling of the concrete blocks. Any damages caused by or arising from the removal

and striking of form or handling the blocks shall be made good at the contractor’s

expenses.

Alternatively, the contractor is free to procure and supply necessary concrete paving

blocks from reputed manufacturers with the prior approval of the Engineer for use

in the works. In such a case, the blocks so procured shall satisfy all the technical

requirements specified in the contract.

6.3 Laying of Paving Blocks

The areas to be paved by laying the concrete blocks to level and alignment over a

layer of 30 mm thick sand bed (river/crusher sand). The blocks shall be set hand

tight. A plate vibrator shall be run over the blocks for compacting the surface to

bring out joints not more than 5 mm wide between the blocks. By this process, the

sand below will balance depth; sand must be brushed into the joint and vibrated

again so as to achieve full interlock.

The blocks shall be so set to achieve a minimum of 45 numbers of blocks per square

metre of area.

Page 204: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 203 of 246

PART -XIII – SPECIFICATION FOR PAVEMENT WORKS

1. Preamble

1.1 The Technical Specifications Contained herein shall be read in conjunction with

the specifications for road and Bridge works (Fifth revision) 2013.

1.1.1 General

The Technical specifications covering the materials and the workmanship aspects as

well as method of measurements and payments are included in this section. These

specifications cover the items of civil and non-civil works coming under scope of this

document. All work shall be carried out in conformity with the same. These

specifications are not intended to cover the minute details. The works shall be

executed in accordance with good practices followed for achieving high standards of

workmanship, thus ensuring safety and durability of the construction. All codes and

standards referred to in these specifications shall be the latest thereof, unless

otherwise stated.

1.1.2 Inclusive Documents

The provisions of special conditions of contract, those specified elsewhere in the

tender document, as well as execution drawings and notes, or other specifications

issued in writing by the Engineer shall form part of the technical specifications of

this project.

1.1.3 The attention of the contractor is drawn to those clauses of codes, which require

supporting specification either by the Engineer or by ‘Mutual agreement between the

supplier and purchaser’. In such cases, it is the responsibility of the

tenderer/contractor to seek clarification on any uncertainty and obtain prior

approval of the Engineer before taking up the supply/construction. In absence of

such prior clarification, the Engineer’s choice/design will be final and binding on the

contractor without involving separately any additional payment.

1.1.4 Measurement and Payment

The methods of measurement and payment shall be as described under various

items and in the Bill of Quantities. Where specific definitions are not given, the

methods described in B.I.S. Code will be followed. Should there be any detail of

construction or materials which has not been referred to in the Specification or in

the Bill of Quantities and Drawings but the necessity for which may be implied or

inferred there from, or which is usual or essential to the completion of the work in

the trades, the same shall be deemed to be included in the rates and prices entered

by the contractor in the Bill of Quantities.

Page 205: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 204 of 246

1.1.5 Defective Works

All defective works are liable to be demolished, rebuilt and defective materials

replaced by the contractor at his own cost. In the event of such works being

accepted by carrying out repairs etc., as specified by the Engineer, the cost of

repairs will be borne by the contractor. In the event of the work being accepted by a

given ‘Design Concession’ arising out of but not limited by a given under sizing,

under strength, shift in location and alignment etc., and accepting design stress in

members which are higher than those provided for in the original design or by

accepting materials not fully meeting the specifications etc., the tenderer will be paid

for the works actually carried out by him at suitably reduced rate of the tender rates

for the portion of the work thus accepted.

1.2 Site Information

1.2.1 The information given hereunder and provided elsewhere in these documents is given

in good faith by the ‘Employer but the Contractor shall satisfy himself regarding all

aspects of site conditions and no claim will be entertained on the plea that the

information supplied by the Employer is erroneous or insufficient.

1.2.2 The area in which the works are located is mostly plain to rolling terrain. The

approximate longitude and latitude of region being 80°-20¢ east and 13°-15' north

respectively.

1.2.3 General Climatic Conditions

1.2.3.1 The variation in temperature in this region is as under

1) During summer months, maximum Temperature is about 37° C and minimum

about 30° C.

2) During winter months, minimum temperature is about 22° C and maximum

about 27° C.

1.2.3.2The normal annual rainfall in the area is in the order of about 1200 mm a good

portion of which is concentrated during the months of October to December each

year.

1.2.4 Seismic Zone

The works are located in seismic zone III as defined in IRC-6-2010.

1.2.5 Exposure conditions at site

The exposure condition at site is considered to be saline atmosphere. Material

selection, protection of various components and other provisions are to be made

with this view.

2. General Requirements

The Technical Specifications, in accordance with which the entire work described

hereinafter shall be constructed and completed by the Contractor, shall comprise of

the following:

Page 206: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 205 of 246

2.1 PART – I - General Technical Specifications

The General Technical Specifications shall be the “SPECIFICATIONS FOR ROAD

AND BRIDGE WORKS” (FIFTH REVISION) 2013 along with any other Addendum

Corrigendum issued up to 28 days before the final date of submission of the bid,

issued by the Ministry of Road Transport and Highways. Government of India and

published by the Indian Roads Congress (IRC), with a cross reference to relevant

Bureau of Indian Standards (BIS) for materials or other aspects not covered by the

IRC.

2.2 PART - II - Supplementary Technical Specifications

The Supplementary Technical Specifications shall comprise of various

Amendments/Modifications/Additions to the “SPECIFICATIONS FOR ROAD AND

BRIDGE WORKS” referred to in PART - I above and also Additional Specifications for

particular item of works not already covered in PART-I.

2.2.1 A particular clause or a part thereof in “SPECIFICATIONS FOR ROAD AND BRIDGE

WORKS referred in PART - I above, where Amended/Modified/Added upon, and

incorporated in PART-II, referred to above, such Amendment/ Modification/Addition

supersedes the relevant Clause or part of the Clause.

2.2.2 When an Amended/Modified/Added Clause supersedes a Clause or part thereof inthe

said Specifications, then any reference to the superseded Clause shall be deemed to

refer to the Amended/Modified/Added Clause or part thereof.

2.2.3In so far as Amended/Modified/Added Clause may come in conflict or be inconsistent

with any of the provisions of the said Specifications under reference, the

Amended/Modified/Added Clause shall always prevail.

Page 207: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 206 of 246

SECTION 5

FORMS

Page 208: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 207 of 246

Section–5: FORMS

FORM 1

FORMAT OF BID SUBMISSION LETTER (On letter head of the bidding firm/JV lead member)

Reference No. Date: From: …………………….. …………… To: The General Manager (CS & BD) Kamarajar Port Limited Corporate cum Registered Office 2nd floor (North Wing)& 3rd floor, Jawahar Building No.17, Rajaji Salai Chennai - 600001. Tamil Nadu Dear Sir, Subject: Submission of tender for the contract works of the "Construction of Berth

and Car Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port”.

Reference: Tender No: KPL/PP/Automobile Terminal -II/2021

*****

1) Having examined the completeness of bid documents including Invitation of Bid, Instruction to bidders, Conditions of contract, Technical specifications, Bill of Quantities, Drawings, Forms and Annexures for the execution of the above named works, we, the undersigned offer to execute and complete such works and remedy any defects therein in conformity with the said Bid document being awarded to us.

2) I/We undertake, if our bid is accepted, to:

i) Furnish Performance Security Deposit within 21 (Twenty one) days of receipt of the Letter of Acceptance/Work order.

ii) Enter into Contract Agreement within 21 (Twenty one) days of receipt of the Letter of

Acceptance/Work order. Form of contract agreement is in Section 6 (Form 17). 3) Unless and until a formal agreement is prepared and executed, this bid together with

your written acceptance thereof shall constitute a binding contract between us, but without prejudice to your right to withdraw such acceptance under the provisions of the conditions of contract.

4) I/We …………… …….(Name of the Bidding Firm)………on behalf of …………(name of Joint Venture firms, if applicable) …………. submit herewith our bid through e-procurement portal for selection of our firm/organization as contractor for the above mentioned contract. The submission comprises, separately of :

Page 209: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 208 of 246

i) Technical Bid& ii) Financial Bid

5) I/We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

6) We certify that in preparation and submission of Technical and Financial information, we have not taken any action which is or which constitutes a corrupt or fraudulent practice as defined in the tender documents.

7) Our Bid is valid for the period of hundred Eighty (180) days from the date of submission deadline fixed for the tender and will be binding on us.

8) We have not made any tampering or changes in the bid documents on which the bid is

being submitted and if any tampering or changes are detected at any stage, we understand the bid will invite summary rejection and forfeiture of bid security/ the contract will be liable to be terminated along with forfeiture of contract performance security, even if LOA has been issued.

9) I/We understand that, the Kamarajar Port Limited is not bound to accept any bid that the Kamarajar Port Limited may receive. Yours faithfully,

………………… Signature of authorised signatory of firm/Lead member

(Seal)

Address: …………. …………………….. ……………. Enclosures: Forms 2 to 18.

Page 210: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 209 of 246

FORM 2

FORMAT FOR LETTER OF PARTICIPATION FROM EACH MEMBER OF JOINT VENTURE

(On letter head of EACH member of JV) Reference No. Date: From: …………………….. …………… To: The General Manager (CS & BD) Kamarajar Port Limited Corporate cum Registered Office 2nd floor (North Wing)& 3rd floor, Jawahar Building No.17, Rajaji Salai Chennai - 600001. Tamil Nadu Dear Sir, Subject: Submission of tender for the contract works of the "Construction of Berth

and Car Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port”.

Reference: Tender No: KPL/PP/ Automobile Terminal/ 2021

***

(Members who are not the lead member of the group should add the following paragraph)*. We wish to confirm that our company/firm (delete as appropriate) has formed a Joint Venture/Consortium with …………..(insert names of all other members of the group) …….. for the purposes associated with tender Notice No………..dated…………… ‘The group is led by (M/s…………………………..member to insert name of lead member) whom we hereby authorize to act on our behalf for the purposes of submission of Bid for the Contract for Construction of Berth and Car Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port and authorize him to incur liabilities and receive instructions for and on behalf of any and all the partners of the Joint Venture or constituents of the consortium.’ (Member(s) being the lead member of the group should add the following paragraph)* ‘In this group we act as leader and, for the purposes of applying for qualification, represent the group.’ (Common to all Members) In the event of our group being awarded the WORKS CONTRACT, we agree to be jointly with ……… (names of other members of our group)……… and severally liable to the Kamarajar Port Limited, its successors and assigns for all obligations, duties and responsibilities arising from or imposed by the contract subsequently entered into between Kamarajar Port Limited and our group.

Page 211: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 210 of 246

*I/We, further agree that entire execution of the contract shall be carried out exclusively through the lead partner. Yours faithfully, (Signature) …………… (Name of Authorized Signatory)…………………. (Capacity of Signatory)………………… Seal *Delete as applicable

Page 212: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 211 of 246

FORM 3 FORMAT FOR POWER OF ATTORNEY FOR AUTHORISED SIGNATORY OF THE FIRM OR JV/CONSORTIUM MEMBERS

POWER OF ATTORNEY* (To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant stamp Act. The stamp paper to be in the name of the company who is issuing the power of Attorney)

Know all men by these presents, we ………………………… (name of firm/ member of the consortium/JV with address of the registered office) ………………….. do hereby constitute, appoint and authorize Mr./Ms. …………………………….(name and residential address …………………….. who is presently employed with us and holding the position of ……………………………………….. as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to “Construction of Berth and Car Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port” including signing and submission of all documents and providing information/responses to General Manager(CS &BD), KPL, Chennai, representing us in all matters, dealing with KPL in all matters in connection with our bid for the said project. We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us. Dated this the ……… day of …………. 2021 (Signature of authorised Signatory) ……………………………………… (Signature and Name in Block letters of Signatory) Seal of Company Witness

Witness 1: Name:

Address:

Occupation:

Witness 2: Name:

Address:

Occupation:

*Notes: i. To be executed by all the partners individually, in case of a Consortium/Joint Venture. ii. The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the executant (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 213: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 212 of 246

FORM 4 FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM/JOINT VENTURE (To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant stamp Act. The stamp paper to be in the name of the company who is issuing the power of Attorney) POWER OF ATTORNEY* Whereas Kamarajar Port Limited has invited bid from Applicants for “Construction of Berth and Car Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port” Whereas, the members of the Consortium/Joint Venture comprising of M/s. ………………………….…, M/s. …………………., and M/s. ……………… (…..The respective names and addresses of the registered office to be given) are interested in submission of bids for the Construction of Berth and Car Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port in accordance with the terms and conditions contained in the bid documents. Whereas, it is necessary for the members of the consortium/JV to designate one of them as the Lead Member, with all necessary power and authority to do, for and on behalf of the consortium/JV, all acts, deeds and things as may be necessary in connection with the consortium's bid for the project, as may be necessary in connection the consortium's bid for the project. NOW THIS POWER OF ATTORNEY WITNESSETH THAT: We, M/s. …………………..…, hereby designate M/s. ……………………………, being one of the members of the consortium/JV, as the lead member of the consortium/JV, to do on behalf of the consortium, all or any of the acts, deeds or things necessary or incidental to the consortium's bid for the Construction of Berth and Car Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port, including submission of application/ proposal, participating in conferences, responding to queries, submission of information/ documents and generally to represent the consortium in all its dealings with the KPL or any other Government Agency or any person, in connection with the contract assignment until culmination of the process of bidding till the contract agreement is entered into with the Kamarajar Port Limited and thereafter till the expiry of the contract agreement. We hereby agree to ratify all acts, deeds and things lawfully done by lead member, our said attorney, pursuant to this power of attorney and that all acts deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us/consortium. Dated this the ………… Day of ……….. 2021. ……………………. (Signature) ……………………………………… (Name in Block letters of Executant) Seal of Company

Witness 1: Name: Address:

Witness 2: Name: Address:

Page 214: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 213 of 246

Occupation:

Occupation:

*Notes:

i. To be executed by all the members of the consortium/JV except the lead member.

ii. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 215: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 214 of 246

FORM 5

Firm’s Financial Data:

Amounts in Rupees

Sl. No.

Particulars

Individual Firm

In case, JV Partners Total

Lead Member

JV Member 1

JV Member 2

Turnover 1

2017-2018

2

2018-2019

3

2019-2020

Average of 3 years

Note:

i. Bidder shall submit the copy of the Audited Balance Sheets/Profit & Loss Accounts of their firm/s for the last three- year as required in eligibility criteria Clause 4 of Section 1. The copy of document should be duly notarized, subject to production of the originals when demanded.

ii. In case of JV, each member of consortium/JV members should submit the copy of the Audited Balance Sheets/Profit & Loss Accounts of their firm/s for the last three- year.

DATE: TENDERER'S SIGNATURE WITH STAMP

Page 216: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 215 of 246

FORM 6 WORKS EXECUTED DURING LAST SEVEN (7) YEARS ending last day of month

previous to the one in which applications are invited

Please provide information only for the construction of berth/wharf/jetty with R.C.C

pile/R.C.C diaphragm wall work projects for which the Employer as a corporate entity

legally contracted your firm, or where your firm participated as one of the major companies

within a consortium/JV.

Contractor’s Experience in construction of Wharf/Jetty - port projects only:

Sl. No. Project Name

Project Value (excl. GST/ Sales Tax)

Applicant’s share

Contract Period

Amount % Date of commencement

Date of Actual completion

Date of scheduled completion

Individual Firm:

1.

2.

3.

In case of JV/Consortium's A. Lead Member

1.

2.

3.

B. JV Member 1:

1.

2.

3.

C. JV Member 2:

1.

2.

3.

Note:

i. Copy of the document proof for the completed works(the best illustrated above) issued by the employer/competent authority to the bidder/members of consortium/JV should be enclosed as required in eligibility criteria clause 4 of Section 1.The copy of document should be duly notarized, subject to production of the originals when demanded.

ii. Separate sheet for each completed works should be attached by the bidder/members of consortium/JV.

DATE: TENDERER'S SIGNATURE WITH STAMP

Page 217: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 216 of 246

FORM 7

SUMMARY OF CURRENT CONTRACT

COMMITMENTS/ WORKS IN PROGRESS

Name of

Contract and

client

Value of

work

Value of

pending

work

Completion Date

Scheduled Estimated

NOTE:

Tenderer shall provide information on their current commitment on all contracts that

have been awarded or for which a letter of intent or acceptance has been received or

for contracts approaching completion but for which, full completion certificate has yet

to be issued.

DATE: TENDERER'S SIGNATURE WITH STAMP

Page 218: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 217 of 246

FORM 8 LIST OF EQUIPMENTS PROPOSED FOR THE WORK

The tenderer will provide adequate information to demonstrate clearly that they have the

capability to meet the requirements for each and all items of equipment listed below.

A. Piling / diaphragm wall equipment

List of equipment Nos. proposed for

this work

Owned Proposed to be hired

(i) Piling Rig, winch

motors etc.,

(ii) Equipment for

driving steel liner

(iii) Boring

Equipments like

bailer, chisel etc.,

(iv) Others specify.

B. Concrete equipment

List of equipment Nos. proposed for

this work

Owned Proposed to be hired

(i) Concrete batching

plant

(ii) Concrete Pump

(iii) Others specify

C. Transport equipment

List of equipment Nos. proposed for

this work

Owned Proposed to be hired

(i) Tippers / lorries

(ii) Tractor trailers

(iii) Others specify

D. Lifting equipment

Page 219: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 218 of 246

List of equipment Nos. proposed for

this work

Owned Proposed to be

hired

(i) Crane for

placing of PC

members

(ii) Others specify

E. Rock Removal Equipment

List of equipment Nos. proposed for

this work

Owned Proposed to be

hired

Land Based

removal of Rocks

Marine Rock

Removal by

Grabbing

F. General equipment

List of equipment Nos. proposed for

this work

Owned Proposed to be

hired

(i) Plate bending

machine

(ii) Generator /

Welding set

(iii)Diving

Equipment

(iv) Others specify

(v)Survey

Instruments

DATE: TENDERER’S SIGNATURE WITH STAMP

Page 220: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 219 of 246

FORM 9 PERSONNEL / STAFF PROPOSED FOR THE PROJECT

(Here specify the summary of the experienced Key Personnel proposed to be employed for

the work) as per clause 37 of Section II

Sl.No Position Name Qualification Years of experience (general)

Years of experience in the proposed position

DATE: TENDERER’S SIGNATURE WITH STAMP

Page 221: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 220 of 246

FORM 10

CLAIMS / ARBITRATION

(Here briefly state the details of client /Arbitration/suits/appeals/other legal proceedings)

Sl.

No. Name of the work Value of claims

Whether award announced, if so

in whose favour.

DATE: TENDERER’S SIGNATURE WITH STAMP

Page 222: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 221 of 246

FORM 11

PROPOSED SITE ORGANISATION

(Here narrate Description of the Site Organisation with a Chart shall be provided)

DATE: TENDERER’S SIGNATURE WITH STAMP

Page 223: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 222 of 246

FORM12

METHODOLOGY PROPOSED FOR EXECUTION OF WORKS

a) Construction of Berth for Automobile Export/ Import Terminal-II adjacent to

Ro Ro cum GCB inner dock Basin.

b) Hardening the area behind the berth and provide with Paver blocks

c) Construction of Car Parking yard adjacent to Existing Car Parking Yard

DATE: TENDERER’S SIGNATURE WITH STAMP

Page 224: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 223 of 246

FORM13

FORMAT FOR BID SECURITY DECLARATION

Date:___________________ Tender No. KPL/PP/ Automobile Terminal/ 2021 To The General Manager (CS & BD) Kamarajar Port Limited Corporate cum Registered Office 2nd floor (North Wing)& 3rd floor, Jawahar Building No.17, Rajaji Salai Chennai - 600001. I/We. The undersigned, declare that: I/We understand that, according to your conditions, bids must be supported by a Bid Securing Declaration. I/We accept that I/We may be disqualified from bidding for any contract with you for a period of three years from the date of notification if I am /We are in a breach of any obligation under the bid conditions, because I/We

a) have withdrawn/modified/amended, impairs or derogates from the tender, my/our Bid during the period of bid validity specified in the form of Bid; or

b) having been notified of the acceptance of our Bid by the Kamarajar Port Limited during the period of bid validity (i) fail or reuse to execute the contract, if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the Instructions to Bidders.

I/We understand this Bid Securing Declaration shall cease to be valid if I am/we are not the successful Bidder, upon the earlier of (i) the receipt of your notification of the name of the successful Bidder; or (ii) thirty days after the expiration of the validity of my/our Bid. Signed: (insert signature of person whose name and capacity are shown) in the capacity of (insert legal capacity of person signing the Bid Securing Declaration) Name: (insert complete name of person signing he Bid Securing Declaration) Duly authorized to sign the bid for an on behalf of (insert complete name of Bidder) Dated on _____________ day of ___________________ (insert date of signing) Corporate Seal (where appropriate) (Note: In case of a Joint Venture, the Bid Securing Declaration must be in the name of all partners to the Joint Venture that submits the bid)

Page 225: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 224 of 246

FORM 14 FORMAT FOR PERFORMANCE SECURITY

(BANK GUARANTEE)

(On non-judicial stamp paper of the appropriate value in accordance with stamp Act. The stamp paper to be in the name of Executing Bank. The executing bank shall be from a Nationalized/Scheduled Bank in India) From: …………………………………. …….Name and Address of the Bank….. ……………………………… To: The General Manager (CS & BD) Kamarajar Port Limited Corporate cum Registered Office 2nd floor (North Wing)& 3rd floor, Jawahar Building No.17, Rajaji Salai Chennai - 600001. Tamil Nadu

This DEED OF GUARANTEE executed at ……………..by …………………. (Name of the Bank) having its Head/Registered Office at ………………………………. (hereinafter referred to as “the Guarantor” which expression shall unless it be repugnant to the subject or context thereof include its heirs, executors, administrators, successors and assigns;

In favour of Kamarajar Port Limited (hereinafter called “the KPL”) having its office at Kamarajar Port Limited, Port administrative office, Vallur, Chennai -600120 which expression shall unless it is repugnant to the subject or context thereof include its heirs, executors, administrators, successors and assigns;

WHEREAS, M/s ……………………………………………(Name of Bidder/contractor, if individual, or the Lead member in case of a Consortium/Joint Venture)……………………..., (hereinafter called ‘the Contractor” which expression shall unless it be repugnant to the subject or context of thereof include its executors, administrators, successors and assigns; has successfully bid and has been selected as Contractor in respect of the works contract “Construction of Berth and Car Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port”,(hereinafter called to as “the Contract”) and the KPL has issued Letter of Acceptance for Award of Contract to the Successful bidder. WHEREAS the KPL has sought an unconditional and irrevocable Bank Guarantee for an amount of Rs……………………..…(Rupees ……………………….……only) by way of Security for execution of the Contract Agreement for the Contract within a period of ………...days from the date of issue of the letter of Acceptance for Award of Contract and for guaranteeing the contract and the Guarantor has agreed to provide a Guarantee being these presents; NOW THIS DEED WITNESSETH that in consideration of the premises, we ……………..Bank hereby guarantees as follows:

i. The Successful bidder shall execute the Contract Agreement before ……..(date) and

shall perform the contract of “Construction of Berth and Car Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port” in accordance with the bid documents .

Page 226: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 225 of 246

ii. We, the Guarantor, shall without demur, pay to the KPL an amount not exceeding Rs………………(Rupees……….only) within three (3) days of receipt of a written demand thereof from the KPL stating that the Successful Bidder has failed to meet its performance obligations as stated in Clause (i) above.

iii. The above payment shall be made by us without any reference to the Successful

Bidder or any other person and irrespective of whether the claim of the Company is disputed by the Successful bidder or not.

iv. This Guarantee shall be valid and shall remain in force for a period of Twenty Four (20)

months and Defect Liability Period of twelve (12) months i.e., up to and inclusive of ………..(date).

v. In order to give effect to this Guarantee, the KPL shall be entitled to treat the

Guarantor as the principal debtor and the obligations of the Guarantor shall not be affected by any variations in the terms and conditions of the Contract or other documents by the KPL or by the extension of time of performance granted to the Successful Bidder or any postponement for any time of the power exercisable by the KPL against the Successful Bidder or forebear or enforce any of the terms and conditions of the Contract and we shall not be relieved from our obligations under this Guarantee on account of any such variation, extension, forebearance or omission on the part of the KPL or any indulgence by the KPL to the Successful Bidder to give such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.

vi.This Guarantee shall be irrevocable and shall remain in full force and effect until all our

obligations under the guarantee are duly discharged.

vii.The Guarantor has power to issue this guarantee and the undersigned is duly authorised to execute this Guarantee pursuant to the power granted under …………….

viii.It is also hereby agreed that the courts in Chennai would have exclusive jurisdiction in respect of claims, if any, under this guarantee.

ix.Notwithstanding anything contained herein: x.a) Our liability under this Bank Guarantee shall not exceed Rs.______

(Rupees____________ only);

b) This Bank Guarantee shall be valid up to _______________; and

c) We are liable to pay the guarantee amount or any part thereof under this bank

guarantee only and only if you serve upon us a written claim or demand on or before

_________________(date of expiry of guarantee).

d) This Guarantee is encashable at Chennai (Name of the Branch and address to be

given).

IN WITNESS WHEREOF the Guarantor has set its hands hereunto on the day, month and year first herein above written.

Date: ...………. …………………………………………… Place: ………… (Signature of Authorized person of Bank) (Name in Block letters) ……………………………………….. (Designation) ……… (Address).………………………..

Page 227: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 226 of 246

Bank's Seal

Authorization No………………………

Witness: 1. Signature .

Name & Address & Seal 2. Signature

Name & address & Seal

Page 228: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 227 of 246

FORM 15

DRAFT MEMORANDUM OF UNDERSTANDING (MOU1) For

JOINT VENTURE PARTICIPATION BETWEEN MEMBERS OF JV

( To be executed on non-judicial stamp paper of appropriate value in accordance with relevant Stamp Act and to be registered with appropriate authority under Registration Act) M/s …………………….... having its registered office at ………………… (hereinafter referred to as…………………) acting as the Lead Partner of the first part, And M/s ………………………….having its registered office at ……………………. (hereinafter referred to as `……………….’) in the capacity of a Joint Partner of the other part. The expressions of …………….. and ………….. shall wherever the context admits, mean and include their respective legal representatives, successors-in-interest and assigns and shall collectively be referred to as “ the Parties” and individually as “ the Party” WHEREAS: Kamarajar Port Limited (KPL) [hereinafter referred to as “Employer”] has invited bids for the works contract of “Construction of Berth and Car Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port”. NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS: 1. The following documents shall be deemed to form and be read and construed as an

integral part of this MOU.

i) Notice for Bid, and ii) Bidding documents iii) Any Addendum/Corrigendum issued by Employer iv) The bid submitted on our behalf jointly by the Lead Partner.

2. The `Parties’ have studied the documents and have agreed to participate in submitting a `bid’ jointly.

3 M/s ……………………….…shall be the lead member of the JV for all intents and purpose

and shall represent the Joint Venture in its dealing with the Employer. For the purpose of submission of bid proposals, the parties agree to nominate ……………….. as the leader duly authorized to sign and submit all documents and subsequent clarifications, if any, to the Employer. However M/s ………………………….… shall not submit any such proposals, clarifications or commitments before securing the written clearance of the other partner which shall be expeditiously given by M/s………...…….to M/s…...……….

4. The `Parties’ have resolved that the distribution of share and responsibilities is as under

(a) Lead Partner share …………% Responsibilities (i)…………………

(ii)………………… (iii)…………………

(b)Joint Venture Partner 1 share …………%

Responsibilities (i)…………………

1

In case of existing joint venture, the certified copy of JV Agreement to be furnished.

Page 229: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 228 of 246

(ii)………………… (iii)…………………

(c)Joint Venture Partner 2 share …………%

Responsibilities (i)………………… (ii)………………… (iii)…………………

5. JOINT AND SEVERAL RESPONSIBILITY

The Parties undertake that they shall be jointly and severally liable to the Employer in the discharge of all the obligations and liabilities as per the contract with the Employer and for the performance of contract awarded to their JV.

6. ASSIGNMENT AND THIRD PARTIES

The parties shall co-operate throughout the entire period of this MOU on the basis of exclusivity and neither of the Parties shall make arrangement or enter into agreement either directly or indirectly with any other party or group of parties on matters relating to the Contract except with prior written consent of the other party.

7. EXECUTIVE AUTHORITY

The said Joint Venture through its authorized representative shall receive instructions, payments from the Employer. The management structure for the project shall be prepared by mutual consultations to enable completion of contract to quality requirements within permitted cost and time.

8. GUARANTEES AND BONDS

Till the award of the work, the lead partner shall furnish bid bond and all other bonds/guarantees to the Employer on behalf of the Joint Venture which shall be legally binding on tall the partners of the Joint Venture.

9. BID SUBMISSION

Each Party shall bear its own cost and expenses for preparation and submission of the bid and all costs until conclusion of a contract with the Employer for the Project. Common expenses shall be shared by both the parties in the ratio of their actual participation.

10. INDEMNITY

Each party hereto agrees to indemnify the other party against its respective parts in case of breach/default of the respective party of the contract works of any liabilities sustained by the Joint Venture.

11. For the execution of the respective portions of works, the parties shall make their own

arrangements to bring the required finance, plants and equipment, materials, manpower and other resources.

12. DOCUMENTS & CONFIDENTIALITY

Each Party shall maintain in confidence and not use for any purpose related to the Project all commercial and technical information received or generated in the course of preparation and submission of the bid.

13. ARBITRATION

Any dispute, controversy or claim arising out of or relating to this agreement shall be settled in the first instance amicably between the parties. If an amicable settlement cannot be reached as above, it will be settled by arbitration in accordance with the Indian Arbitration and Conciliation Act 1996 or any amendments thereof. The venue of the arbitration shall be Chennai.

Page 230: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 229 of 246

14. VALIDITY This Agreement shall remain in force till the occurrence of the earliest to occur of the following, unless by mutual consent, the Parties agree in writing to extend the validity for a further period. a. The bid submitted by the Joint Venture is declared unsuccessful, or b. Cancellation/ shelving of the Project by the Employer for any reasons prior to award

of work c. Execution of detailed JV agreement by the parties, setting out detailed terms after

award of work by the Employer. 15. This MOU is drawn in ……... number of copies with equal legal strength and status.

One copy is held by M/s ……………… and the other by M/s. ………….M/s ……….. and a copy submitted with the bid.

16. This MOU shall be construed under the laws of India.

17. NOTICES

Notices shall be given in writing by fax confirmed by registered mail or commercial courier to the following fax numbers and addresses:

Lead Partner Other Partner …………….. ………………… …………………………. ………………… (Name & Address) (Name & Address) IN WITNESS WHEREOF THE PARTIES, have executed this MOU the day, month and year first before written. M/s…………………………….. M/s………………………. …….…………………………… ………………………….. (Seal) (Seal) Witness 1…………………..(Name & Address) 2………………….. (Name & Address)

Page 231: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 230 of 246

FORM 16 DRAFT FORMAT OF JOINT VENTURE AGREEMENT

( To be executed on non-judicial stamp paper of appropriate value in accordance with relevant Stamp Act and to be registered with appropriate authority under Registration Act) A. CONDITION AND TERMS OF JV AGREEMENT

1) Definitions and Interpretation 2) Joint Venture – Include Equity of members, transferability of shareholding of

equity of a partner leaving during the subsistence of the contract 3) Proposal Submission 4) Performance – To indicate scope of responsibility of each member 5) Language and Law 6) Exclusively 7) Executive Authority 8) Documents 9) Personnel 10) Assignment and Third Parties 11) Severability 12) Member in Default 13) Duration of the Agreement 14) Liability and sharing of risks 15) Insurance 16) Sharing of Promotion and Project Costs, Profits, Losses and Remuneration 17) Financial Administration and Accounting 18) Guarantees and Bonds 19) Arbitration 20) Sole Agreement and Variation

B. SCHEDULES

1) Project and Agreement particulars 2) Financial Administration services 3) Allocation of the obligations 4) Financial policy and remuneration

Page 232: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 231 of 246

FORM 17

FORM OF AGREEMENT (Subject to modifications as required by the EMPLOYER) Contract Agreement No…………..dated THIS AGREEMENT made and entered into this………………………………..day of ……………… Two Thousand Twenty one only between ……………. having its registered office at ………… hereinafter referred to as the “EMPLOYER” (which expression shall, unless excluded by or repugnant to the context or the meaning thereof, be deemed to include its successors and permitted assign) of the ONE PART. And M/s………………………………………………(Name of the firm/Lead Partner, in case of JV ) having its registered office/principal place of business at ....................... in the state of .................................... hereinafter referred to as the “CONTRACTOR” (which expression shall, unless excluded by or repugnant to the context or the meaning thereof, be deemed to include its successors and permitted assigns) the OTHER PART. WHEREAS, the EMPLOYER invited tender for the Construction of Berth and Car Parking Yard for Automobile Export/ Import Terminal-II at Kamarajar Port. And WHEREAS, the CONTRACTOR submitted tender to the EMPLOYER for execution of the work in accordance with the tender documents. And WHEREAS, the EMPLOYER has accepted the tender submitted by the CONTRACTOR for the construction, completion and maintenance of such works. NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this agreement words and expression shall have the same meanings as are

respectively assigned to them in the conditions of contract hereinafter referred to. 2. The following documents issued for the work shall be deemed to form and be read and

construed as part of this agreement viz. a) Notice Inviting Tenders.

b) Instructions to Bidders.

c) Conditions of Contract – General Conditions and Special Conditions.

d) General description and other conditions.

e) Technical Specifications.

f) Tender drawings

g) Forms

h) Bill of Quantities

Page 233: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 232 of 246

i) Time Schedule

j) Correspondence after receipt of tender till acceptance

k) Letter of Acceptance.

3. In consideration of the payments to be made by the EMPLOYER to the CONTRACTOR as

herein after mentioned the CONTRACTOR hereby covenants with the EMPLOYER to construct, complete and maintain the works in conformity in all respects with the provisions of the contract.

4. The EMPLOYER hereby covenants to pay the contractor in consideration of the

construction completion and maintenance of the works the contract price at the times and in the manner prescribed by the contract.

Signed, sealed and delivered by the …………………………… in the presence of Dated Signature of Contractor For and on behalf of EMPLOYER. in the capacity of Dated Signature of EMPLOYER, on behalf of Designation. Witness Witness 1. 1. 2. 2.

Page 234: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 233 of 246

FORM 18

DRAFT INTEGRITY PACT

(The Integrity Pact agreement shall be executed in Rs 100/- non judicial stamp paper

and shall be enclosed along with original financial instrument and reach Kamarajar

Port Limited (KPL) corresponding address before opening Technical bid as per date

and time given in the Tender.)

GENERAL

This pre-bid pre-contract Agreement (herein after called the Integrity Pact)

BETWEEN

Kamarajar Port Limited, represented by the Chairman cum Managing Director, Kamarajar

Port Limited, Chennai hereinafter referred to as “THE PRINCIPAL” / “EMPLOYER”

AND

……………………………………………………………………………… represented by Shri

……………………………………… hereinafter referred to as “The BIDDER / CONTRACTOR”.

Preamble

The Principal intends to award, under laid down organizational procedures, contract/s for

………………………………………………………… (Name of the Contract / Project / Stores

equipment / item). 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 the Bidder/s and Contractor/s.

In order to achieve these goals, 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.

NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free from

any influence / prejudiced dealings prior to, during and subsequent to the currency of the

contract to be entered into with a view to:-

Enabling the PRINCIPAL/EMPLOYER to obtain the desired said stores / equipment at a

competitive price in conformity with the defined specifications by avoiding the high cost

and the distortionary impact of corruption on public procurement, and

Page 235: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 234 of 246

Enabling BIDDERs / CONTRACTORs to abstain from bribing or indulging in any corrupt

practice in order to secure the contract by providing assurance to them that their

competitors will also abstain from bribing and other corrupt practices and the

PRINCIPAL/EMPLOYER will commit to prevent corruption, in any form, by its officials by

following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:-

Commitments of the PRINCIPAL/EMPLOYER

The PRINCIPAL/EMPLOYER undertakes that no official of the Principal/Employer

connected directly or indirectly with the contract, will demand, take a promise for or accept,

directly or through intermediaries, any bribe, consideration, gift, reward, favour or any

material or immaterial benefit or any other advantage from the BIDDER / CONTRACTOR,

either for themselves or for any person, organization or third party related to the contract in

exchange for an advantage in the bidding process, bid evaluation, contracting or

implementation process related to the contract.

The PRINCIPAL/EMPLOYER will, during the pre-contract stage, treat all BIDDERs /

CONTRACTORs alike, and will provide to all BIDDERs / CONTRACTORs the same

information and will not provide any such information to any particular BIDDER /

CONTRACTOR which could afford an advantage to that particular BIDDER / CONTRACTOR

in comparison to other BIDDER / CONTRACTOR and could obtain an advantage in relation

to the tender process or the contract execution.

All the officials of the PRINCIPAL/EMPLOYER will report to the Chairman cum Managing

Director / Chief Vigilance Officer of Kamarajar Port Limited any attempted or completed

breaches of the above commitments as well as any substantial, suspicion of such a breach.

If the PRINCIPAL/EMPLOYER obtains information on the conduct of any of its employees

with full and verifiable facts and the same is prima facie found to be correct which is a

criminal offence under the Indian Penal Code / Prevention of Corruption Act, or if there

be a substantive suspicion in this regard, the Principal will inform its Chief Vigilance

Officer and in addition can initiate disciplinary actions.

Commitments of the BIDDER / CONTRACTOR

The Bidder / Contractor commit himself 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 post contract stage.

Page 236: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 235 of 246

a. The Bidder /Contractor will not enter with other Bidder / Contractors into any

undisclosed agreement or understanding, whether formal or informal. 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.

b. The Bidder/Contractor will not commit any offence under the Indian Penal Code, 1860

/ Prevention of Corruption Act, 1988 further the Bidder / Contractor will not use

improperly, for purposes of competition or personal gain, or pass on to others, any

information or document provided by the Principal as part of the business

relationship, regarding plans, technical proposals and business details, including

information contained or transmitted electronically.

c. The Bidder / Contractor will not offer, directly or through intermediaries, any bribe,

gift, consideration, reward, favour, any material or immaterial benefit or any other

advantage, commission, fees, brokerage or inducement to any official of the

Principal/Employer, connected directly or indirectly with the bidding process, or to

any person, organization or third party related to the contract in exchange for any

advantage in the bidding, evaluation, contracting and implementation of the contract.

d. The Bidder/Contractor further undertakes that it has not given, offered or promised to

give directly or indirect any bribe, gift, consideration, reward, favour, any material or

immaterial benefit or any other advantage, commission, fees, brokerage or

inducement to any official of the Principal/Employer or otherwise in procuring the

Contract or forbearing to do or having done any act in relation to the obtaining or

execution of the contract or any other contract with the Principal for showing or

forbearing to show favour or disfavour to any person in relation to the contract or any

other contract with the Principal.

e. The Bidder / Contractor of foreign origin shall disclose the name and address of the

Agents /representatives in India, if any. Similarly the Bidder/Contractor of Indian

Nationality shall furnish the name and address of the foreign principals, if any.

f. Bidder / Contractors shall disclose the payments to be made by them to agents or any

other intermediary, in connection with this bid/contract.

g. The Bidder / Contractor further confirms and declares to the Principal/ Employer that

the Bidder / Contractor is the original manufacturer/integrator/ authorized

government sponsored export entity of the stores and has not engaged any individual

Page 237: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 236 of 246

or firm or company whether Indian or foreign to intercede, facilitate or in any way to

recommend to the Principal/Employer or any of its functionaries, whether officially or

unofficially to the award of the contract to the Bidder / Contractor, nor has any

amount been paid, promised or intended to be paid to any such individual, firm or

company in respect of any such intercession, facilitation or recommendation.

h. The Bidder / Contractor, either while presenting the bid or during pre-contract

negotiations or before signing the contract, shall disclose any payments he has made,

is committed to or intends to make to officials of the Principal/Employer or their

family members, agents, brokers or any other intermediaries in connection with the

contract and the details of services agreed upon for such payments.

i. The Bidder / Contractor will not collude with other parties interested in the contract

to impair the transparency, fairness and progress of the bidding process, bid

evaluation, contracting and implementation of the contract.

j. The Bidder / Contractor will not accept any advantage in exchange for any corrupt

practice, unfair means and illegal activities.

k. The Bidder / Contractor shall not use improperly, for purposes of competition or

personal gain, or pass on to others, any information provided by the

Principal/Employer as part of the business relationship, regarding plans, technical

proposals and business details, including information contained in any electronic data

carrier. The Bidder / Contractor also undertakes to exercise due and adequate care

lest any such information is divulged.

l. The Bidder / Contractor commits to refrain from giving any complaint directly or

through any other manner without supporting it with full and verifiable facts.

m. The Bidder / Contractor will not instigate third persons to commit offences outlined

above or be an accessory to such offences.

n. If the Bidder/Contractor or any employee of the Bidder/Contractor or any person

acting on behalf of the Bidder/Contractor, either directly or indirectly, is a relative of

any of the officers of the Principal/Employer, or alternatively, if any relative of an

officer of the Principal/Employer has financial interest / stake in the Bidder /

Contractor’s firm, the same shall be disclosed by the Bidder / Contractor at the time

of filing of tender. The term ‘relative’ for this purpose would be as defined in Section 6

of the Companies Act 1956.

Page 238: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 237 of 246

o. The Bidder / Contractor shall not lend to or borrow any money from or enter into any

monetary dealings or transactions, directly or indirectly, with any employee of the

Principal/Employer.

Previous Transgression

The Bidder / Contractor declares that no previous transgression occurred in the last three

years immediately before signing of this Integrity Pact, with any other company in any

country in respect of any corrupt practices envisaged hereunder or with any Public Sector

Enterprises in India or any Government Department in India that could justify Bidder /

Contractor’s exclusion from the tender process. If the Bidder / Contractor makes incorrect

statement on this subject, the Bidder / Contractor can be disqualified from the tender

process or the contract, if already awarded, can be terminated for such reason.

Sanction for Violations

Any breach of the aforesaid provisions by the Bidder / Contractor or any one employed by it

or acting on its behalf (whether with or without the knowledge of the Bidder / Contractor

shall entitle the Principal / Employer to take all or any one of the following actions,

wherever required:-

(i) To immediately call off the pre contract negotiations without assigning any

reason or giving any compensation to the BIDDER / CONTRACTOR, However,

the proceedings with the other BIDDER / CONTRACTOR (s) would continue.

(ii) The Earnest Money Deposit (in pre-contract stage) and / or Security Deposit /

Performance Bond (after the contract is signed) shall stand forfeited either fully

or partially, as decided by the PRINCIPAL/EMPLOYER and the

PRINCIPAL/EMPLOYER shall not be required to assign any reason therefore.

(iii) To immediately cancel the contract, if already signed, without giving any

compensation to the BIDDER / CONTRACTOR.

(iv) To recover all sums already paid by the PRINCIPAL/EMPLOYER, and in case of

an Indian BIDDER / CONTRACTOR with interest thereon at 2% higher than the

prevailing Prime Lending Rate of State Bank of India , while in case of a BIDDER

/ CONTRACTOR from a country other than India with interest thereon at 2%

higher than the LIBOR. If any outstanding payment is due to the BIDDER /

CONTRACTOR from the PRINCIPAL/EMPLOYER in connection with any other

contract for any other stores, such outstanding payment could also be utilized to

recover the aforesaid sum and interest.

Page 239: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 238 of 246

(v) To encash the advance bank guarantee and performance bond / warranty bond,

if furnished by the BIDDER / CONTRACTOR, in order to recover the payments,

already made by the PRINCIPAL/EMPLOYER, along with interest.

(vi) To cancel all or any other Contracts with the BIDDER / CONTRACTOR. The

BIDDER / CONTRACTOR shall be liable to pay compensation for any loss or

damage to the PRINCIPAL/EMPLOYER resulting from such cancellation/

rescission and the PRINCIPAL/EMPLOYER shall be entitled to deduct the

amount so payable from the money(s) due to the BIDDER / CONTRACTOR.

(vii) To debar the BIDDER / CONTRACTOR from participating in future bidding

processes of the Principal for a minimum period of five years, which may be

further extended at the discretion of the PRINCIPAL/EMPLOYER.

(viii) To recover all sums paid in violation of this Pact by BIDDER/CONTRACTOR(s) to

any middleman or agent or broker with a view to securing the contract.

(ix) In cases where irrecoverable Letters of Credit have been received in respect of

any contract signed by the PRINCIPAL/EMPLOYER with the BIDDER /

CONTRACTOR, the same shall not be opened.

(x) Forfeiture of Performance Bond in case of a decision by the

PRINCIPAL/EMPLOYER to forfeit the same without assigning any reason for

imposing sanction for violation of this pact.

(xi) The Bidder / Contractor 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.

(xii) If the Bidder / Contractor can prove that he has restored /recouped the damage

caused by him and has installed a suitable corruption prevention system, in

such a case, it will be discretion of the Principal to revoke the exclusion

prematurely.

(xiii) The PRINCIPAL/EMPLOYER will be entitled to take all or any of the actions

mentioned at Para (i) to (xii) above of this Pact also on the Commission by the

BIDDER / CONTRACTOR or any one employed by it or acting on its behalf

Page 240: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 239 of 246

(whether with or without the knowledge of the BIDDER / CONTRACTOR), of an

offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of

corruption Act, 1988 or any other statute enacted for prevention of corruption.

(xiv) The decision of the PRINCIPAL / EMPLOYER to the effect that a breach of the

provisions of this Pact has been committed by the BIDDER / CONTRACTOR

shall be final and conclusive on the BIDDER / CONTRACTOR. However, the

BIDDER / CONTRACTOR can approach the Independent Monitor (s) appointed

for the purposes of this Pact.

Fall Clause

The BIDDER / CONTRACTOR undertakes that it has not supplied / is not supplying similar

product / systems or subsystems at a price lower than that offered in the present bid in

respect of any other Ministry / Department of the Govt. of India or PSU and if it is found at

any stage that similar product / systems or subsystems was supplied by the BIDDER /

CONTRACTOR to the Principal at a lower price, then that very price, with due allowance for

elapsed time, will be applicable to the present case and the difference in the cost would be

refunded by the BIDDER / CONTRACTOR to the PRINCIPAL / EMPLOYER, if the contract

has already been concluded.

Independent Monitors

The Principal/Employer has appointed two Independent External Monitors (hereinafter

referred to as Monitors)

1. Shri V.Kannan, Former CMD Vijaya bank, TA-1, Krishna Regency, Third floor, TATA Silk Farm, K.R.Road, Basavanangudi, Bangalore-560 004 Email:[email protected]

6. Shri.R.Kuppan, IRSME Former Principal Chief, Mechanical Engineer, No.7, Old No.4, Third Cross Street, Trustpuram, Kodambakkam, Chennai-600 024. Email: [email protected]

(a) The task of the Monitors shall be to review independently and objectively, whether and

to what extent the parties comply with the obligations under this Pact.

(b) The Monitors shall not be subject to instructions by the representatives of the parties

and perform their functions neutrally and independently.

Page 241: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 240 of 246

(c) Both the parties accept that the Monitors have the right to access all the documents

relating to the project / procurement, including minutes of meetings.

(d) As soon as the Monitor notices, or has reason to believe, a violation of this pact, he will

so inform the authority designated by the Principal and the Chief Vigilance Officer of

Kamarajar Port Limited.

(e) The BIDDER / CONTRACTOR(s) accepts that the Monitor has the right to access

without restriction to all Project documentation of the PRINCIPAL including that

provided by the BIDDER / CONTRACTOR. The BIDDER / 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 shall be under contractual obligation to treat the

information and documents of the Bidder / Contractor / Subcontractor(s) with

confidentiality.

(f) The Principal / Employer 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.

(g) The Monitor will submit a written report to the designated Authority of Principal /

Employer / Chief Vigilance Officer of Kamarajar Port Limited within 8 to 10 weeks from

the date of reference or intimation to him by the Principal / Employer / Bidder /

Contractor and should the occasion arise, submit proposals for correcting problematic

situation.

(h) 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 to take corrective action, or to take other relevant action. The Monitor

can in this regard submit non-binding recommendations. Beyond this, the Monitor has

no right to demand from the parties that they act in a specific manner, refrain from

action or tolerate action.

(i) If the Monitor has reported to the Principal substantiated suspicion of an offence under

the Indian Penal Code, 1860 / Prevention of Corruption Act,1988 and the Principal /

Employer has not, within reasonable time, taken visible action to proceed against such

offence or reported to the Chief Vigilance Officer, the Monitor may also transmit this

information directly to the Central Vigilance Commissioner, Government of India.

(j) The word ‘Monitor’ would include both singular and plural.

Facilitation of Investigation

In case of any allegation of violation of any provisions of this Pact or payment of

commission, the PRINCIPAL / EMPLOYER or its agencies shall be entitled to examine all

the documents including the Books of Accounts of the BIDDER / CONTRACTOR and the

Page 242: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 241 of 246

BIDDER / CONTRACTOR shall provide necessary information and documents in English

and shall extend all possible help for the Purpose of such examination.

Other Provisions

Changes and supplements as well as termination notices need to be made in writing. Side

agreements have not been made.

If the Contractor is a partnership or a consortium, this agreement must be signed by all

partners or consortium members.

Law and Place of Jurisdiction

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of

the PRINCIPAL / EMPLOYER.

Other Legal Actions

The actions stipulated in this Integrity Pact are without prejudice to any other legal action

that may follow in accordance with the provisions of the extant law in force relating to any

civil or criminal proceedings.

Validity

The validity of this Integrity Pact shall be from date of its signing and extend up to 5 years

or the complete execution of the contract to the satisfaction of both the PRINCIPAL and the

Bidder / Contractor including warranty period whichever is later. In case Bidder /

Contractor is unsuccessful, this Integrity Pact shall expire after six months from the date of

the signing of the contract.

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

the Kamarajar Port Limited.

Should one or several provisions of this Pact turn out to be invalid, the remainder of this

Pact shall remain valid. In this case, the parties will strive to come to an agreement to their

original intentions.

Equal treatment of all Bidders / Contractors /Sub-Contractors

(a) The Bidder / Contractor undertake to demand from all sub-contractors a commitment in

conformity with this Integrity Pact, and to submit it to the Principal before contract

signing.

(b) The Principal will enter into agreements with identical conditions as this one with all

Bidders / Contractors and Sub-Contractors.

(c) The Principal will disqualify from the tender process all Bidder / Contractors who do not

sign this pact or violate its provisions.

Page 243: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 242 of 246

The parties hereby sign this Integrity Pact at ______________ on _____________.

The Principal represented BIDDER / CONTRACTOR

by the CMD, Kamarajar Port Limited

Name of the Officer Name

Designation Designation

Witness 1 Witness 1

Name & address Name & address

Witness 2 Witness 2

Name & address Name & address

Place: Place:

Date: Date:

Page 244: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 243 of 246

APPENDIX-1

PROJECT SCHEDULE

Milestone Date Activity/Level of Completion of project

Berth Construction

12 months from Date of

commencement of work

100% of Piling works, Diaphragm wall and Deck slab

should have been completed in order to facilitate the

Dredging contractor to commence the dredging activities

near the berth face.

20 months from Date of

commencement of work

100% of Civil work should be completed in all respect for

berth and Parking Yard.

Page 245: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Page 244 of 246

SECTION 6

SOIL EXPLORATION

REPORT

Page 246: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 1 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

SOIL EXPLORATION REPORT

For

M/s. KAMARAJAR PORT LIMITED,

Ref: GEO- 332-2015 Date: 22.12.15 to 29.12.15

PROJECT NAME:

SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR

THE DEVELOPMENT OF RORO CUM GENERAL CARGO

BERTH AT KAMARAJAR PORT LIMITED, CHENNAI.

GEO DESIGN ( An ISO 9001 : 2008 Certified Company )

Soil Investigations, SPT Test, DTH, Diamond core drilling, & Grouting works Old no – 40 , New no – 29 , 8th street , K.K.Pudur, Coimbatore - 38

Ph. 0422 4202452 Mobile : 90433 - 44488

E - mail: [email protected] , Web : www.geodesign.co.in

Page 247: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 2 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

S.NO. CONTENTS PAGE NO.

1. INTRODUCTION 3

1.1.Purpose and Scope 3

1.2.The Site 3

2. FIELD INVESTIGATIONS 3

2.1Rotary Boring 3

2.2Standard Penetration Test 3

2.3Sampling 4

3. LABORATORY TEST 4

4. FOUNDATION ANALYSIS 5

4.1 Soil Profile 5

4.2 Safe Bearing Capacity 5

5. RECOMMENDATION 6

6. REFERENCES 7

7. ANNEXURE

7.1 LOG OF BORINGS 08-14

7.2 LABORATORY TEST RESULTS 15-21

Page 248: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 3 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

1. INTRODUCTION

1.1. PURPOSE AND SCOPE

Geo-technical site investigation work for. “SOIL INVESTIGATION FOR THE

PROPOSED BERTH AREA FOR THE DEVELOPMENT OF RORO CUM GENERAL

CARGO BERTH AT KAMARAJAR PORT LIMITED, CHENNAI.” The primary purpose of

our investigation is to obtain data to develop foundation design recommendations for the above

work. At, first instance, Four boreholes was bored at site. Client’s representatives selected the

locations of borings. To accomplish these purposes, the following tasks were performed:

1. Detailed soil borings were done up to stratum to explore the sub surface stratigraphy

and obtain soil samples for testing. Field and laboratory tests were conducted to

evaluate the index and engineering properties of the soils

2. Engineering analysis were performed to develop foundation design information for

proposed structure

1.2. THE SITE :

“SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE

DEVELOPMENT OF RORO CUM GENERAL CARGO

BERTH AT KAMARAJAR PORT LIMITED, CHENNAI.”

2. FIELD INVESTIGATIONS

2.1. ROTARY BORING

Rotary drilling technique was adapted using Calyx machine in this field. In this

method, boring is effected by the cutting action of a rotating bit that is kept in firm contact with

the bottom of the hole. The bit is attached to the lower end of a hollow drill rod that is rotated

by a suitable chuck. Drilling mud (usually Bentonite) is continuously forced down the hollow

drill rods. The mud returning upwards though the annular space between the drill rods and the

side of the hold bring the cutting to the surface.

Page 249: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 4 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

2.2. STANDARD PENETRATION TEST

It is now most commonly used in site test. The test measures the penetration resistance

of the split spoon sampler, when it is driven into the soil, at the bottom of a borehole in a

standard manner. The N-value, which is the number of blow required to achieve 300mm

penetration of the soil, indicates the relative density of sand or gravel, the consistency of other

soil such as silts or clays and the strength of weak rocks. The test is described in IS 2131 -

1981. The split spoon sampler is attached to stiff drill rod and lowered to the bottom of the

bore hold. A standard blow consists of dropping a mass of 63.5kg free fall through 750 mm on

to an anvil at the top of the rods and ensuing that this amount of dynamic energy is transferred

to the sampler as much as possible.

The number of blows required to achieve each 150mm penetration is recorded for a fall

penetration of 450mm. The initial 150mm penetration is referred to as seating drive and the

blows required for this penetration are not considered as this zone is in disturbed soil. The next

300mm of penetration is referred to as the test drive and the number of blows required to

achieve this fully is termed the penetration resistance or N-value.

2.3. SAMPLING

Soil samples were collected through Split spoon and rock core sample were

collected through single tube core barrel.

3.LABORATARY TESTS

The operations to be performed in the laboratory depend upon the type of the nature of

data required for the problem at hand. In case of cohesionless material, like sand, the laboratory

tests are usually minimum and the design parameters are worked out from field test data such

as form SPT- N value, Core resistance and plate load test data.

In the case of cohesive soils, the programme of laboratory testing can vary from

carrying out simple tests such as unconfined tests to comprehensive study of soil behaviour

using triaxial shear tests and consolidation tests.

Following laboratory tests are conducted.

For Cohesion & cohesionless soil

a) Specific gravity

b) Sieve analysis

c) Atterberg’s limits

d) Natural moisture content

Page 250: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 5 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

4. FOUNDATION ANALYSIS

4.1 Soil Profile

The profile of the area as observed in the bore hole is given in the chart. The water

level is observed far below. The soil layer up to 45.00m depth is SILTY SAND WITH SHELL

FORMATION was obtained.

4.2 Safe Bearing Capacity

The bearing capacity of granular soil depends upon the unit weight and angle of internal

friction of the soil. These two properties of granular soils are determined by standard

penetration tests.

The allowable bearing pressure based on tolerable settlement has been established

empirically by Terzaghi and Peck, 1948 and may be expressed by the equation.

Safe bearing capacity (SBC) = 3.5 (N-3) {(B+0.3)/2B}2 × RW × FD +P

Where

N = Corrected N value N1

B = Width of Foundation = constant 1

RW = Water Correction = constant 0.5

FD = Depth of Factor = constant 1

P = Over Burden Pressure

Page 251: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 6 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

5 . RECOMMENDATION

The site of “SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR

THE DEVELOPMENT OF RORO CUM GENERAL CARGO BERTH AT

KAMARAJAR PORT LIMITED, CHENNAI.” The borehole investigation was

conduct and SBC was determined.

The site up to 45.00 m SILTY SAND WITH SHELL FORMATION is obtained.

The PILE FOUNDATION IS RECOMMENDED for this site (See the Annexure-I).

Note:

The detailed SBC at every 1.50m is mentioned in page no -15 to 21.

Er.K.P.VETRISELVAN.ME(GEOTECH),MIGS,MISTE.,

GEOTECHNICAL ENGINEER

S.NO

TITLE

ENGINEER’S NAME

SIGNATURE

1

Lab testing

Er.S.Chitra

2

Report prepared by

Er. S.Lingam

3

Corrected by

Er.P.Sudharsanaswathiselvan

4

Checked by

Er.K.P.Vetriselvan

Copy right:

This report is the property of GEODESIGN and should not be copied or reproduced

without the concern of engineer.

Page 252: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 7 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

6. REFERENCES

1. IS :6403-1981

2. IS :1892-1979

3. IS :2131-1981

4. IS :8009 (Part-1) 1976

5. Moisture content- IS :2720(Part-2)1973

6. Sieve analysis- IS :2720(Part-4)1985

7. Atterberg Limits- IS :2720(Part-5)1985

8. Specific gravity- IS :2720-1980

9. Pile Foundation- IS 2911-2010

10. Wayne CTEng(1992)Foundation design,13th

reprint,

Prentice - Hall of India Pvt.Ltd.,

11. Bowles J.E,(1982) Foundation Analysis and design ,3rd

edition, Mc Graw Hill

International Book Co.

12. Tomlinson M.J. (1995) Foundation Design and Construction, 6th

edition, Longman

Group.

Page 253: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 8 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

1(i)

Bore Log

Ref: GEO/ 332/ 2015

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE

DEVELOPMENT OF RORO CUM GENERAL CARGO BERTH AT KAMARAJAR PORT LIMITED,

CHENNAI. Soil

Investigation

done by:

GEO DESIGN

Soil Exploration

Contractor,

Coimbatore-38

Type of Drilling: Rotary – Mud Circulation G.W.T-

1.35m

Bed Level :

Chainage :

Bore hole No:1(i) Date of commencement : 22.12.2015

Location/R.L: Date of completion : 25.12.2015

Dep

th b

elo

w

G.L

.(R

.L)

So

il P

rofi

le

Description of Soil

Th

ickn

ess

of

lay

er (

m)

Standard penetration test data

Graphical representation

of penetration resistance

Dep

th a

t w

hic

h t

est

is c

on

du

cted

N – Value- Depth of penetration

Rel

ativ

e d

ensi

ty /

Co

nsi

sten

cy

15cm 30cm 45cm For

30cm

0.20

Filling soil 0.20

1.50 8 12 14 26 Medium

Silty sand 7.20

3.00 8 8 12 20 Medium

4.50 7 6 13 19 Medium

7.40

6.00 22 41 44 >50 V.Dense

7.50 7 12 21 33 Dense

9.00 9 14 23 37 Dense

10.50 8 16 26 42 Dense

12.00 9 11 13 24 Medium

13.50 10 12 16 28 Medium

15.00 3 4 5 9 Loose

Silty sand with shell

formation 18.10

16.50 4 2 3 5 Loose

18.00 3 3 4 7 Loose

19.50 6 10 12 22 Medium

21.00 4 8 10 18 Medium

22.50 6 9 11 20 Medium

24.00 8 10 14 24 Medium

25.50 7 11 12 23 Medium

25.50m

End of Bore hole

Contd.….1(ii)

20 40 80

0

60

1100 10

0

0

Page 254: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 9 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

1(ii)

Bore Log

Ref: GEO/ 332/ 2015

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE

DEVELOPMENT OF RORO CUM GENERAL CARGO BERTH AT KAMARAJAR PORT LIMITED,

CHENNAI. Soil

Investigation

done by:

GEO DESIGN

Soil Exploration

Contractor,

Coimbatore-38

Type of Drilling: Rotary – Mud Circulation G.W.T-

1.35m

Bed Level :

Chainage :

Bore hole No:1(ii) Date of commencement : 22.12.2015

Location/R.L: Date of completion : 25.12.2015

Dep

th b

elo

w

G.L

.(R

.L)

So

il P

rofi

le

Description of Soil

Th

ickn

ess

of

lay

er (

m)

Standard penetration test data

Graphical representation

of penetration resistance

Dep

th a

t w

hic

h t

est

is c

on

du

cted

N – Value- Depth of penetration

Rel

ativ

e d

ensi

ty /

Co

nsi

sten

cy

15cm 30cm 45cm For

30cm

25.50

27.00 6 9 16 25 Medium

28.50 5 7 11 18 Medium

30.00 9 9 16 25 Medium

31.50 7 10 13 23 Medium

33.00 9 13 17 30 Medium

Silty sand 19.50

34.50 7 15 32 47 Dense

36.00 5 37 48 >50 V.Dense

37.50 10 19 37 >50 V.Dense

39.00 11 23 44 >50 V.Dense

40.50 19 37 48 >50 V.Dense

42.00 17 33 45 >50 V.Dense

43.50 15 28 39 >50 V.Dense

45.00m

End of Bore hole 45.00 19 37 47 >50 V.Dense

Contd.….2(i)

20 40 80

0

60

1100 10

0

0

Page 255: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 10 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

2(i)

Bore Log

Ref: GEO/ 332/ 2015

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE

DEVELOPMENT OF RORO CUM GENERAL CARGO BERTH AT KAMARAJAR PORT LIMITED,

CHENNAI. Soil

Investigation

done by:

GEO DESIGN

Soil Exploration

Contractor,

Coimbatore-38

Type of Drilling: Rotary – Mud Circulation G.W.T-

1.55m

Bed Level :

Chainage :

Bore hole No:2(i) Date of commencement : 22.12.2015

Location/R.L: Date of completion : 25.12.2015

Dep

th b

elo

w

G.L

.(R

.L)

So

il P

rofi

le

Description of Soil

Th

ickn

ess

of

lay

er (

m)

Standard penetration test data

Graphical representation

of penetration resistance

Dep

th a

t w

hic

h t

est

is c

on

du

cted

N – Value- Depth of penetration

Rel

ativ

e d

ensi

ty /

Co

nsi

sten

cy

15cm 30cm 45cm For

30cm

0.30

Filling soil 0.30

1.50 9 9 11 20 Medium

Silty sand 7.00

3.00 6 14 12 26 Medium

4.50 8 10 14 24 Medium

7.30

6.00 12 16 23 39 Dense

7.50 8 12 19 31 Dense

9.00 12 15 18 33 Dense

10.50 9 12 18 30 Dense

12.00 5 8 9 17 Medium

13.50 6 6 8 14 Medium

15.00 3 4 6 10 Loose

Silty sand with shell

formation 18.20

16.50 3 3 4 7 Loose

18.00 3 2 2 4 Loose

19.50 6 11 15 26 Medium

21.00 10 13 15 28 Medium

22.50 12 15 18 33 Dense

24.00 7 10 9 19 Medium

25.50 9 13 11 24 Medium

25.50m

Contd.….2(ii)

20 40 80

0

60

1100 10

0

0

Page 256: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 11 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

2(ii)

Bore Log

Ref: GEO/ 332/ 2015

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE

DEVELOPMENT OF RORO CUM GENERAL CARGO BERTH AT KAMARAJAR PORT LIMITED,

CHENNAI. Soil

Investigation

done by:

GEO DESIGN

Soil Exploration

Contractor,

Coimbatore-38

Type of Drilling: Rotary – Mud Circulation G.W.T-

1.55m

Bed Level :

Chainage :

Bore hole No:2(ii) Date of commencement : 22.12.2015

Location/R.L: Date of completion : 25.12.2015

Dep

th b

elo

w

G.L

.(R

.L)

So

il P

rofi

le

Description of Soil

Th

ickn

ess

of

lay

er (

m)

Standard penetration test data

Graphical representation

of penetration resistance

Dep

th a

t w

hic

h t

est

is c

on

du

cted

N – Value- Depth of penetration

Rel

ativ

e d

ensi

ty /

Co

nsi

sten

cy

15cm 30cm 45cm For

30cm

25.50

27.00 5 9 10 19 Medium

28.50 7 10 14 24 Medium

30.00 12 15 29 44 Dense

31.50 20 36 45 >50 V.Dense

33.00 21 24 42 >50 V.Dense

Silty sand 19.50

34.50 37 47 >50 >50 V.Dense

36.00 12 22 38 >50 V.Dense

37.50 19 28 41 >50 V.Dense

39.00 15 25 47 >50 V.Dense

40.50 14 28 45 >50 V.Dense

42.00 10 22 47 >50 V.Dense

43.50 25 37 41 >50 V.Dense

45.00m

End of Bore hole 45.00 16 33 48 >50 V.Dense

Contd.….3(i)

20 40 80

0

60

1100 10

0

0

Page 257: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 12 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

3(i)

Bore Log

Ref: GEO/ 332/ 2015

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE

DEVELOPMENT OF RORO CUM GENERAL CARGO BERTH AT KAMARAJAR PORT LIMITED,

CHENNAI. Soil

Investigation

done by:

GEO DESIGN

Soil Exploration

Contractor,

Coimbatore-38

Type of Drilling: Rotary – Mud Circulation G.W.T-

3.15m

Bed Level :

Chainage :

Bore hole No:3(i) Date of commencement : 22.12.2015

Location/R.L: Date of completion : 25.12.2015

Dep

th b

elo

w

G.L

.(R

.L)

So

il P

rofi

le

Description of Soil

Th

ickn

ess

of

lay

er (

m)

Standard penetration test data

Graphical representation

of penetration resistance

Dep

th a

t w

hic

h t

est

is c

on

du

cted

N – Value- Depth of penetration

Rel

ativ

e d

ensi

ty /

Co

nsi

sten

cy

15cm 30cm 45cm For

30cm

0.50

Filling soil 0.50

1.50 8 12 15 27 Medium

Silty sand 8.10

3.00 9 12 14 26 Medium

4.50 10 11 15 26 Medium

6.00 9 13 16 29 Medium

8.60

7.50 8 16 19 35 Dense

9.00 11 18 24 42 Dense

10.50 9 15 18 33 Dense

12.00 8 14 21 35 Dense

13.50 4 6 8 14 Medium

15.00 3 5 5 10 Loose

Silty sand with shell

formation 16.90

16.50 3 4 6 10 Loose

18.00 3 4 5 9 Loose

19.50 10 12 16 28 Medium

21.00 13 16 18 34 Dense

22.50 10 17 30 47 Dense

24.00 18 20 39 >50 V.Dense

25.50 15 21 24 46 Dense

25.50m

Contd.….3(ii)

20 40 80

0

60

1100 10

0

0

Page 258: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 13 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

3(ii)

Bore Log

Ref: GEO/ 332/ 2015

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE

DEVELOPMENT OF RORO CUM GENERAL CARGO BERTH AT KAMARAJAR PORT LIMITED,

CHENNAI. Soil

Investigation

done by:

GEO DESIGN

Soil Exploration

Contractor,

Coimbatore-38

Type of Drilling: Rotary – Mud Circulation G.W.T-

3.15m

Bed Level :

Chainage :

Bore hole No:3(ii) Date of commencement : 22.12.2015

Location/R.L: Date of completion : 25.12.2015

Dep

th b

elo

w

G.L

.(R

.L)

So

il P

rofi

le

Description of Soil

Th

ickn

ess

of

lay

er (

m)

Standard penetration test data

Graphical representation

of penetration resistance

Dep

th a

t w

hic

h t

est

is c

on

du

cted

N – Value- Depth of penetration

Rel

ativ

e d

ensi

ty /

Co

nsi

sten

cy

15cm 30cm 45cm For

30cm

25.50

27.00 19 25 27 >50 V.Dense

28.50 10 13 17 30 Medium

30.00 12 15 22 37 Dense

31.50 15 25 27 >50 V.Dense

33.00 10 19 33 >50 V.Dense

Silty sand 19.50

34.50 12 23 44 >50 V.Dense

36.00 29 34 40 >50 V.Dense

37.50 10 30 37 >50 V.Dense

39.00 15 27 44 >50 V.Dense

40.50 22 29 40 >50 V.Dense

42.00 27 37 48 >50 V.Dense

43.50 29 39 46 >50 V.Dense

45.00m

End of Bore hole 45.00 33 44 47 >50 V.Dense

Contd.….4

20 40 80

0

60

1100 10

0

0

Page 259: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 14 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

4 Bore Log

Ref: GEO/ 332/ 2015

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE

DEVELOPMENT OF RORO CUM GENERAL CARGO BERTH AT KAMARAJAR PORT LIMITED,

CHENNAI. Soil

Investigation

done by:

GEO DESIGN

Soil Exploration

Contractor,

Coimbatore-38

Type of Drilling: Rotary – Mud Circulation G.W.T-

1.00m

Bed Level :

Chainage :

Bore hole No:4 Date of commencement : 29.12.2015

Location/R.L: Date of completion : 29.12.2015

Dep

th b

elo

w

G.L

.(R

.L)

So

il P

rofi

le

Description of Soil

Th

ickn

ess

of

lay

er (

m)

Standard penetration test data

Graphical representation

of penetration resistance

Dep

th a

t w

hic

h t

est

is c

on

du

cted

N – Value- Depth of penetration

Rel

ativ

e d

ensi

ty /

Co

nsi

sten

cy

15cm 30cm 45cm For 30cm

Filling soil 1.20

1.20

1.50 6 10 11 21 Medium

3.00 8 12 15 27 Medium

4.50 9 11 14 25 Medium

Silty sand with shell

formation 8.80

6.00 8 16 19 35 Dense

7.50 9 14 23 37 Dense

9.00 12 15 13 28 Dense

10.00m

End of Bore hole 10.00 10 13 13 26 Dense

Geotechnical Engineer

20 40 80

0

60

1100 10

0

0

Page 260: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 15 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

1(i)

Ref: GEO/332/ 2015 SOIL TEST RESULTS

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE DEVELOPMENT OF RORO CUM GENERAL CARGO

BERTH AT KAMARAJAR PORT LIMITED, CHENNAI. Geo Design

Soil Exploration Contractor,

Coimbatore-38

BORE NUMBER-1(i) CHAINAGE:

REDUCED LEVEL: GROUND WATER

LEVEL: 1.35 m

WORK COMMENCEMENT ON

22.12.2015

WORK COMPLETED ON

25.12.2015

SO

IL P

RO

FIL

E A

ND

DE

PT

H I

N M

ET

RE

S

DE

PT

H O

F S

AM

PL

ING

IS S

OIL

CL

AS

SIF

ICA

TIO

N

NA

TU

RA

L W

ET

DE

NS

ITY

Kn

/M3

NA

TU

RA

L M

OIS

TU

RE

CO

NT

EN

T

%

INDEX TEST

SIEVE ANALYSIS %

PASSING IS SIEVE

ANALYSIS

SP

EC

IFIC

GR

AV

ITY

SHEAR TEST STANDARD PENETRATION TEST CONSOLIDATION TEST

LIQ

UID

LIM

IT %

PL

AS

TIC

LIM

IT

%

PL

AS

TIC

ITY

IND

EX

% o

f

GR

AV

EL

% o

f S

AN

D

% o

f S

ILT

% o

f C

LA

Y

CO

HE

SIO

N

C T

on /

M

2

AN

GL

E O

F

INT

ER

NA

L

FR

ICT

ION

0

DE

PT

H O

F

TE

ST

ING

M

OB

SE

RV

ED

N

VA

LU

E

CO

RR

EC

TE

D N

VA

LU

E

SA

FE

BE

AR

ING

CA

PA

CIT

Y T

/m2

CO

MP

RE

SS

ION

IND

EX

CC

PR

E -

CO

NS

OL

IDA

TIO

N

PR

ES

SU

RE

KG

/CM

2

INIT

IAL

VO

IDS

RA

TIO

CO

-EF

FE

CT

OF

CO

NS

OL

IDA

TIO

N

CV

IN

CM

2/S

EC

0.20

7.40

25.50

FS

SM

SM

(shell

)

-

18.

6

16.

04

-

11.3

8

14.2

3

-

-

-

-

-

-

-

-

-

-

6.5

11

-

36.5

41

-

46.

5

35

-

10.5

13

-

2.67

2.72

-

-

-

-

33

38

1.50

3.00

4.50

6.00

7.50

9.00

10.50

12.00

13.50

15.00

16.50

18.00

19.50

21.00

22.50

24.00

25.50

26

20

19

>50

33

37

42

24

28

9

5

7

22

18

20

24

23

30.00

22.92

20.46

50

27.05

28.37

30.31

20.03

21.65

11.93

9.89

10.75

17.62

15.53

16.15

17.63

16.96

21.01

16.82

16.05

38.93

23.02

25.05

27.53

20.98

23.24

17.10

16.64

18.33

24.45

23.96

25.47

27.61

28.17

FS-FILLING SOIL, SM-SILTY SAND, SM(shell)-SILTY SAND WITH SHELL FORMATION. Shear Test & SBC is based on SPT results. Contd….1(ii)

Page 261: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 16 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

1(ii)

Ref: GEO/332/ 2015 SOIL TEST RESULTS

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE DEVELOPMENT OF RORO CUM GENERAL CARGO

BERTH AT KAMARAJAR PORT LIMITED, CHENNAI. Geo Design

Soil Exploration Contractor,

Coimbatore-38

BORE NUMBER-1(ii) CHAINAGE:

REDUCED LEVEL: GROUND WATER

LEVEL: 1.35 m

WORK COMMENCEMENT ON

22.12.2015

WORK COMPLETED ON

25.12.2015

SO

IL P

RO

FIL

E A

ND

DE

PT

H I

N M

ET

RE

S

DE

PT

H O

F S

AM

PL

ING

IS S

OIL

CL

AS

SIF

ICA

TIO

N

NA

TU

RA

L W

ET

DE

NS

ITY

Kn

/M3

NA

TU

RA

L M

OIS

TU

RE

CO

NT

EN

T

%

INDEX TEST

SIEVE ANALYSIS %

PASSING IS SIEVE

ANALYSIS

SP

EC

IFIC

GR

AV

ITY

SHEAR TEST STANDARD PENETRATION TEST CONSOLIDATION TEST

LIQ

UID

LIM

IT %

PL

AS

TIC

LIM

IT

%

PL

AS

TIC

ITY

IND

EX

% o

f

GR

AV

EL

% o

f S

AN

D

% o

f S

ILT

% o

f C

LA

Y

CO

HE

SIO

N

C T

on /

M

2

AN

GL

E O

F

INT

ER

NA

L

FR

ICT

ION

0

DE

PT

H O

F

TE

ST

ING

M

OB

SE

RV

ED

N

VA

LU

E

CO

RR

EC

TE

D N

VA

LU

E

SA

FE

BE

AR

ING

CA

PA

CIT

Y T

/m2

CO

MP

RE

SS

ION

IND

EX

CC

PR

E -

CO

NS

OL

IDA

TIO

N

PR

ES

SU

RE

KG

/CM

2

INIT

IAL

VO

IDS

RA

TIO

CO

-EF

FE

CT

OF

CO

NS

OL

IDA

TIO

N

CV

IN

CM

2/S

EC

25.50

45.00

SM

17.

28

12

-

-

-

5

39

49

7

2.69

-

43

27.00

28.50

30.00

31.50

33.00

34.50

36.00

37.50

39.00

40.50

42.00

43.50

45.00

25

18

25

23

30

47

>50

>50

>50

>50

>50

>50

>50

17.53

14.53

17.00

16.10

18.54

21.35

50

50

50

50

50

50

50

29.63

28.47

31.35

31.73

34.58

37.71

59.93

60.98

62.03

63.08

64.13

65.18

66.23

SM-SILTY SAND. Shear Test & SBC is based on SPT results. Contd….2(i)

Page 262: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 17 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

2(i)

Ref: GEO/332/ 2015 SOIL TEST RESULTS

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE DEVELOPMENT OF RORO CUM GENERAL CARGO

BERTH AT KAMARAJAR PORT LIMITED, CHENNAI. Geo Design

Soil Exploration Contractor,

Coimbatore-38

BORE NUMBER-2(i) CHAINAGE:

REDUCED LEVEL: GROUND WATER

LEVEL: 1.55 m

WORK COMMENCEMENT ON

22.12.2015

WORK COMPLETED ON

25.12.2015

SO

IL P

RO

FIL

E A

ND

DE

PT

H I

N M

ET

RE

S

DE

PT

H O

F S

AM

PL

ING

IS S

OIL

CL

AS

SIF

ICA

TIO

N

NA

TU

RA

L W

ET

DE

NS

ITY

Kn

/M3

NA

TU

RA

L M

OIS

TU

RE

CO

NT

EN

T

%

INDEX TEST

SIEVE ANALYSIS %

PASSING IS SIEVE

ANALYSIS

SP

EC

IFIC

GR

AV

ITY

SHEAR TEST STANDARD PENETRATION TEST CONSOLIDATION TEST

LIQ

UID

LIM

IT %

PL

AS

TIC

LIM

IT

%

PL

AS

TIC

ITY

IND

EX

% o

f

GR

AV

EL

% o

f S

AN

D

% o

f S

ILT

% o

f C

LA

Y

CO

HE

SIO

N

C T

on /

M

2

AN

GL

E O

F

INT

ER

NA

L

FR

ICT

ION

0

DE

PT

H O

F

TE

ST

ING

M

OB

SE

RV

ED

N

VA

LU

E

CO

RR

EC

TE

D N

VA

LU

E

SA

FE

BE

AR

ING

CA

PA

CIT

Y T

/m2

CO

MP

RE

SS

ION

IND

EX

CC

PR

E -

CO

NS

OL

IDA

TIO

N

PR

ES

SU

RE

KG

/CM

2

INIT

IAL

VO

IDS

RA

TIO

CO

-EF

FE

CT

OF

CO

NS

OL

IDA

TIO

N

CV

IN

CM

2/S

EC

0.30

7.30

25.50

FS

SM

SM

(shell

)

-

17.

89

16.

58

-

12.4

3

14.3

8

-

-

-

-

-

-

-

-

-

-

7

10.5

-

35.5

41.5

-

48

37

-

9.5

11

-

2.66

2.73

-

-

-

-

34

35

1.50

3.00

4.50

6.00

7.50

9.00

10.50

12.00

13.50

15.00

16.50

18.00

19.50

21.00

22.50

24.00

25.50

20

26

24

39

31

33

30

17

14

10

7

4

26

28

33

19

24

24.81

27.55

23.87

31.99

25.87

26.11

23.79

16.37

14.58

12.43

10.84

9.36

19.46

19.99

21.77

15.52

17.38

17.17

20.24

18.57

25.63

22.15

23.38

22.71

18.28

18.01

17.47

17.35

17.30

25.81

27.25

29.62

26.05

28.47

FS-FILLING SOIL, SM-SILTY SAND, SM(shell)-SILTY SAND WITH SHELL FORMATION. Shear Test & SBC is based on SPT results. Contd….2(ii)

Page 263: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 18 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

2(ii)

Ref: GEO/332/ 2015 SOIL TEST RESULTS

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE DEVELOPMENT OF RORO CUM GENERAL CARGO

BERTH AT KAMARAJAR PORT LIMITED, CHENNAI. Geo Design

Soil Exploration Contractor,

Coimbatore-38

BORE NUMBER-2 (ii) CHAINAGE:

REDUCED LEVEL: GROUND WATER

LEVEL: 1.55 m

WORK COMMENCEMENT ON

22.12.2015

WORK COMPLETED ON

25.12.2015

SO

IL P

RO

FIL

E A

ND

DE

PT

H I

N M

ET

RE

S

DE

PT

H O

F S

AM

PL

ING

IS S

OIL

CL

AS

SIF

ICA

TIO

N

NA

TU

RA

L W

ET

DE

NS

ITY

Kn

/M3

NA

TU

RA

L M

OIS

TU

RE

CO

NT

EN

T

%

INDEX TEST

SIEVE ANALYSIS %

PASSING IS SIEVE

ANALYSIS

SP

EC

IFIC

GR

AV

ITY

SHEAR TEST STANDARD PENETRATION TEST CONSOLIDATION TEST

LIQ

UID

LIM

IT %

PL

AS

TIC

LIM

IT

%

PL

AS

TIC

ITY

IND

EX

% o

f

GR

AV

EL

% o

f S

AN

D

% o

f S

ILT

% o

f C

LA

Y

CO

HE

SIO

N

C T

on /

M

2

AN

GL

E O

F

INT

ER

NA

L

FR

ICT

ION

0

DE

PT

H O

F

TE

ST

ING

M

OB

SE

RV

ED

N

VA

LU

E

CO

RR

EC

TE

D N

VA

LU

E

SA

FE

BE

AR

ING

CA

PA

CIT

Y T

/m2

CO

MP

RE

SS

ION

IND

EX

CC

PR

E -

CO

NS

OL

IDA

TIO

N

PR

ES

SU

RE

KG

/CM

2

INIT

IAL

VO

IDS

RA

TIO

CO

-EF

FE

CT

OF

CO

NS

OL

IDA

TIO

N

CV

IN

CM

2/S

EC

25.50

45.00

SM

17.

46

12.5

7

-

-

-

5.5

38.5

47

9

2.71

-

43

27.00

28.50

30.00

31.50

33.00

34.50

36.00

37.50

39.00

40.50

42.00

43.50

45.00

19

24

44

>50

>50

>50

>50

>50

>50

>50

>50

>50

>50

15.52

17.38

15.12

50

50

50

50

50

50

50

50

50

50

27.86

30.20

36.68

56.78

57.83

58.88

59.93

60.98

62.03

63.08

64.13

65.18

66.23

SM-SILTY SAND. Shear Test & SBC is based on SPT results. Contd….3(i)

Page 264: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 19 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

3(i)

Ref: GEO/332/ 2015 SOIL TEST RESULTS

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE DEVELOPMENT OF RORO CUM GENERAL CARGO

BERTH AT KAMARAJAR PORT LIMITED, CHENNAI. Geo Design

Soil Exploration Contractor,

Coimbatore-38

BORE NUMBER-3(i) CHAINAGE:

REDUCED LEVEL: GROUND WATER

LEVEL: 3.15 m

WORK COMMENCEMENT ON

22.12.2015

WORK COMPLETED ON

25.12.2015

SO

IL P

RO

FIL

E A

ND

DE

PT

H I

N M

ET

RE

S

DE

PT

H O

F S

AM

PL

ING

IS S

OIL

CL

AS

SIF

ICA

TIO

N

NA

TU

RA

L W

ET

DE

NS

ITY

Kn

/M3

NA

TU

RA

L M

OIS

TU

RE

CO

NT

EN

T

%

INDEX TEST

SIEVE ANALYSIS %

PASSING IS SIEVE

ANALYSIS

SP

EC

IFIC

GR

AV

ITY

SHEAR TEST STANDARD PENETRATION TEST CONSOLIDATION TEST

LIQ

UID

LIM

IT %

PL

AS

TIC

LIM

IT

%

PL

AS

TIC

ITY

IND

EX

% o

f

GR

AV

EL

% o

f S

AN

D

% o

f S

ILT

% o

f C

LA

Y

CO

HE

SIO

N

C T

on /

M

2

AN

GL

E O

F

INT

ER

NA

L

FR

ICT

ION

0

DE

PT

H O

F

TE

ST

ING

M

OB

SE

RV

ED

N

VA

LU

E

CO

RR

EC

TE

D N

VA

LU

E

SA

FE

BE

AR

ING

CA

PA

CIT

Y T

/m2

CO

MP

RE

SS

ION

IND

EX

CC

PR

E -

CO

NS

OL

IDA

TIO

N

PR

ES

SU

RE

KG

/CM

2

INIT

IAL

VO

IDS

RA

TIO

CO

-EF

FE

CT

OF

CO

NS

OL

IDA

TIO

N

CV

IN

CM

2/S

EC

0.50

8.60

25.50

FS

SM

SM

(shell

)

-

18.

14

16.

66

-

12.6

8

14.4

8

-

-

-

-

-

-

-

-

-

-

9

11.5

-

35

42.5

-

49

36.

5

-

7

9.5

-

2.68

2.75

-

-

-

-

34

37

1.50

3.00

4.50

6.00

7.50

9.00

10.50

12.00

13.50

15.00

16.50

18.00

19.50

21.00

22.50

24.00

25.50

27

26

26

29

35

42

33

35

14

10

10

9

28

34

47

>50

46

30.87

27.55

25.23

25.71

28.24

31.19

25.42

25.77

14.58

12.43

12.28

11.68

20.38

22.66

27.83

50

26.43

21.64

20.24

19.58

20.98

23.90

27.13

23.92

25.23

18.01

17.47

18.40

19.01

26.49

29.23

34.10

51.53

35.16

FS-FILLING SOIL, SM-SILTY SAND, SM(shell)-SILTY SAND WITH SHELL FORMATION. Shear Test & SBC is based on SPT results. Contd….3(ii)

Page 265: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 20 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

3(ii)

Ref: GEO/332/ 2015 SOIL TEST RESULTS

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE DEVELOPMENT OF RORO CUM GENERAL CARGO

BERTH AT KAMARAJAR PORT LIMITED, CHENNAI. Geo Design

Soil Exploration Contractor,

Coimbatore-38

BORE NUMBER-3(ii) CHAINAGE:

REDUCED LEVEL: GROUND WATER

LEVEL: 3.15m

WORK COMMENCEMENT ON

22.12.2015

WORK COMPLETED ON

25.12.2015

SO

IL P

RO

FIL

E A

ND

DE

PT

H I

N M

ET

RE

S

DE

PT

H O

F S

AM

PL

ING

IS S

OIL

CL

AS

SIF

ICA

TIO

N

NA

TU

RA

L W

ET

DE

NS

ITY

Kn

/M3

NA

TU

RA

L M

OIS

TU

RE

CO

NT

EN

T

%

INDEX TEST

SIEVE ANALYSIS %

PASSING IS SIEVE

ANALYSIS

SP

EC

IFIC

GR

AV

ITY

SHEAR TEST STANDARD PENETRATION TEST CONSOLIDATION TEST

LIQ

UID

LIM

IT %

PL

AS

TIC

LIM

IT

%

PL

AS

TIC

ITY

IND

EX

% o

f

GR

AV

EL

% o

f S

AN

D

% o

f S

ILT

% o

f C

LA

Y

CO

HE

SIO

N

C T

on /

M

2

AN

GL

E O

F

INT

ER

NA

L

FR

ICT

ION

0

DE

PT

H O

F

TE

ST

ING

M

OB

SE

RV

ED

N

VA

LU

E

CO

RR

EC

TE

D N

VA

LU

E

SA

FE

BE

AR

ING

CA

PA

CIT

Y T

/m2

CO

MP

RE

SS

ION

IND

EX

CC

PR

E -

CO

NS

OL

IDA

TIO

N

PR

ES

SU

RE

KG

/CM

2

INIT

IAL

VO

IDS

RA

TIO

CO

-EF

FE

CT

OF

CO

NS

OL

IDA

TIO

N

CV

IN

CM

2/S

EC

25.50

45.00

SM

17.

52

12.7

-

-

-

4

38

48

10

2.72

-

43

27.00

28.50

30.00

31.50

33.00

34.50

36.00

37.50

39.00

40.50

42.00

43.50

45.00

>50

30

37

>50

>50

>50

>50

>50

>50

>50

>50

>50

>50

50

19.22

21.56

50

50

50

50

50

50

50

50

50

50

53.63

31.93

34.72

56.78

57.83

58.88

59.93

60.98

62.03

63.08

64.13

65.18

66.23

SM-SILTY SAND. Shear Test & SBC is based on SPT results. Contd….4

Page 266: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 21 of 21

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

4

Ref: GEO/332/ 2015 SOIL TEST RESULTS

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED BERTH AREA FOR THE DEVELOPMENT OF RORO CUM GENERAL CARGO

BERTH AT KAMARAJAR PORT LIMITED, CHENNAI. Geo Design

Soil Exploration Contractor,

Coimbatore-38

BORE NUMBER-4

CHAINAGE:

REDUCED LEVEL: GROUND WATER

LEVEL: 1.00m

WORK COMMENCEMENT ON

29.12.2015

WORK COMPLETED ON

29.12.2015

SO

IL P

RO

FIL

E A

ND

DE

PT

H I

N M

ET

RE

S

DE

PT

H O

F S

AM

PL

ING

IS S

OIL

CL

AS

SIF

ICA

TIO

N

NA

TU

RA

L W

ET

DE

NS

ITY

Kn

/M3

NA

TU

RA

L M

OIS

TU

RE

CO

NT

EN

T

%

INDEX TEST

SIEVE ANALYSIS %

PASSING IS SIEVE

ANALYSIS

SP

EC

IFIC

GR

AV

ITY

SHEAR TEST STANDARD PENETRATION TEST CONSOLIDATION TEST

LIQ

UID

LIM

IT %

PL

AS

TIC

LIM

IT

%

PL

AS

TIC

ITY

IND

EX

% o

f

GR

AV

EL

% o

f S

AN

D

% o

f S

ILT

% o

f C

LA

Y

CO

HE

SIO

N

C T

on /

M

2

AN

GL

E O

F

INT

ER

NA

L

FR

ICT

ION

0

DE

PT

H O

F

TE

ST

ING

M

OB

SE

RV

ED

N

VA

LU

E

CO

RR

EC

TE

D N

VA

LU

E

SA

FE

BE

AR

ING

CA

PA

CIT

Y T

/m2

CO

MP

RE

SS

ION

IND

EX

CC

PR

E -

CO

NS

OL

IDA

TIO

N

PR

ES

SU

RE

KG

/CM

2

INIT

IAL

VO

IDS

RA

TIO

CO

-EF

FE

CT

OF

CO

NS

OL

IDA

TIO

N

CV

IN

CM

2/S

EC

1.20

10.00

FS

SM

(shell

)

18.

02

13.6

2

-

-

-

5

37.5

48.

5

9

2.74

-

35

1.50

3.00

4.50

6.00

7.50

9.00

10.00

21

27

25

35

37

28

26

25.68

28.32

24.55

29.48

29.42

23.29

21.62

17.81

20.81

19.08

23.77

24.78

21.30

21.11

FS-FILLING SOIL, SM(shell)-SILTY SAND WITH SHELL FORMATION. Shear Test & SBC is based on SPT results. Geotechnical Engineer

Page 267: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 1 of 13

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

SOIL EXPLORATION REPORT

For

M/s. KAMARAJAR PORT LIMITED,

Ref: GEO- 334-2015 Date: 25.12.15 to 29.12.15

PROJECT NAME:

SOIL INVESTIGATION FOR THE PROPOSED CAR PARKING

YARD AREA FOR THE DEVELOPMENT OF RORO AT

KAMARAJAR PORT LIMITED, CHENNAI.

GEO DESIGN ( An ISO 9001 : 2008 Certified Company )

Soil Investigations, SPT Test, DTH, Diamond core drilling, & Grouting works Old no – 40 , New no – 29 , 8th street , K.K.Pudur, Coimbatore - 38

Ph. 0422 4202452 Mobile : 90433 - 44488

E - mail: [email protected] , Web : www.geodesign.co.in

Page 268: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 2 of 13

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

S.NO. CONTENTS PAGE NO.

1. INTRODUCTION 3

1.1.Purpose and Scope 3

1.2.The Site 3

2. FIELD INVESTIGATIONS 3

2.1Rotary Boring 3

2.2Standard Penetration Test 3

2.3Sampling 4

3. LABORATORY TEST 4

4. FOUNDATION ANALYSIS 5

4.1 Soil Profile 5

4.2 Safe Bearing Capacity 5

5. RECOMMENDATION 6

6. REFERENCES 7

7. ANNEXURE

7.1 LOG OF BORINGS 08-10

7.2 LABORATORY TEST RESULTS 11-13

Page 269: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 3 of 13

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

1. INTRODUCTION

1.1. PURPOSE AND SCOPE

Geo-technical site investigation work for. “SOIL INVESTIGATION FOR THE

PROPOSED CAR PARKING YARD AREA FOR THE DEVELOPMENT OF RORO AT

KAMARAJAR PORT LIMITED, CHENNAI.” The primary purpose of our investigation is to

obtain data to develop foundation design recommendations for the above work. At, first

instance, Three boreholes was bored at site. Client’s representatives selected the locations of

borings. To accomplish these purposes, the following tasks were performed:

1. Detailed soil borings were done up to stratum to explore the sub surface stratigraphy

and obtain soil samples for testing. Field and laboratory tests were conducted to

evaluate the index and engineering properties of the soils

2. Engineering analysis were performed to develop foundation design information for

proposed structure

1.2. THE SITE :

“SOIL INVESTIGATION FOR THE PROPOSED CAR PARKING YARD AREA FOR THE

DEVELOPMENT OF RORO AT KAMARAJAR PORT LIMITED, CHENNAI.”

2. FIELD INVESTIGATIONS

2.1. ROTARY BORING

Rotary drilling technique was adapted using Calyx machine in this field. In this

method, boring is effected by the cutting action of a rotating bit that is kept in firm contact with

the bottom of the hole. The bit is attached to the lower end of a hollow drill rod that is rotated

by a suitable chuck. Drilling mud (usually Bentonite) is continuously forced down the hollow

drill rods. The mud returning upwards though the annular space between the drill rods and the

side of the hold bring the cutting to the surface.

Page 270: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 4 of 13

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

2.2. STANDARD PENETRATION TEST

It is now most commonly used in site test. The test measures the penetration resistance

of the split spoon sampler, when it is driven into the soil, at the bottom of a borehole in a

standard manner. The N-value, which is the number of blow required to achieve 300mm

penetration of the soil, indicates the relative density of sand or gravel, the consistency of other

soil such as silts or clays and the strength of weak rocks. The test is described in IS 2131 -

1981. The split spoon sampler is attached to stiff drill rod and lowered to the bottom of the

bore hold. A standard blow consists of dropping a mass of 63.5kg free fall through 750 mm on

to an anvil at the top of the rods and ensuing that this amount of dynamic energy is transferred

to the sampler as much as possible.

The number of blows required to achieve each 150mm penetration is recorded for a fall

penetration of 450mm. The initial 150mm penetration is referred to as seating drive and the

blows required for this penetration are not considered as this zone is in disturbed soil. The next

300mm of penetration is referred to as the test drive and the number of blows required to

achieve this fully is termed the penetration resistance or N-value.

2.3. SAMPLING

Soil samples were collected through Split spoon and rock core sample were

collected through single tube core barrel.

3.LABORATARY TESTS

The operations to be performed in the laboratory depend upon the type of the nature of

data required for the problem at hand. In case of cohesionless material, like sand, the laboratory

tests are usually minimum and the design parameters are worked out from field test data such

as form SPT- N value, Core resistance and plate load test data.

In the case of cohesive soils, the programme of laboratory testing can vary from

carrying out simple tests such as unconfined tests to comprehensive study of soil behaviour

using triaxial shear tests and consolidation tests.

Following laboratory tests are conducted.

For Cohesion & cohesionless soil

a) Specific gravity

b) Sieve analysis

c) Atterberg’s limits

d) Natural moisture content

Page 271: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 5 of 13

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

4. FOUNDATION ANALYSIS

4.1 Soil Profile

The profile of the area as observed in the bore hole is given in the chart. The water

level is observed far below. The soil layer up to 10.00m depth is SILTY SAND WITH SHELL

FORMATION was obtained.

4.2 Safe Bearing Capacity

The bearing capacity of granular soil depends upon the unit weight and angle of internal

friction of the soil. These two properties of granular soils are determined by standard

penetration tests.

The allowable bearing pressure based on tolerable settlement has been established

empirically by Terzaghi and Peck, 1948 and may be expressed by the equation.

Safe bearing capacity (SBC) = 3.5 (N-3) {(B+0.3)/2B}2 × RW × FD +P

Where

N = Corrected N value N1

B = Width of Foundation = constant 1

RW = Water Correction = constant 0.5

FD = Depth of Factor = constant 1

P = Over Burden Pressure

Page 272: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 6 of 13

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

5 . RECOMMENDATION

The site of “SOIL INVESTIGATION FOR THE PROPOSED CAR PARKING YARD

AREA FOR THE DEVELOPMENT OF RORO AT KAMARAJAR PORT LIMITED,

CHENNAI.” The borehole investigation was conduct and SBC was determined.

The site up to 10.00 m SILTY SAND WITH SHELL FORMATION is obtained.

The PILE FOUNDATION IS RECOMMENDED for this site (See the Annexure-II).

Note:

The detailed SBC at every 1.50m is mentioned in page no -11 to 13.

Er.K.P.VETRISELVAN.ME(GEOTECH),MIGS,MISTE.,

GEOTECHNICAL ENGINEER

S.NO

TITLE

ENGINEER’S NAME

SIGNATURE

1

Lab testing

Er.S.Chitra

2

Report prepared by

Er.S.Lingam

3

Corrected by

Er.P.Sudharsanaswathiselvan

4

Checked by

Er.K.P.Vetriselvan

Copy right:

This report is the property of GEODESIGN and should not be copied or reproduced

without the concern of engineer.

Page 273: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 7 of 13

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

6. REFERENCES

1. IS :6403-1981

2. IS :1892-1979

3. IS :2131-1981

4. IS :8009 (Part-1) 1976

5. Moisture content- IS :2720(Part-2)1973

6. Sieve analysis- IS :2720(Part-4)1985

7. Specific gravity- IS :2720-1980

9. Pile Foundation- IS 2911-2010

10. Wayne CTEng(1992)Foundation design,13th

reprint,

Prentice - Hall of India Pvt.Ltd.,

11. Bowles J.E,(1982) Foundation Analysis and design ,3rd

edition, Mc Graw Hill

International Book Co.

12. Tomlinson M.J. (1995) Foundation Design and Construction, 6th

edition, Longman

Group.

Page 274: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 8 of 13

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

1 Bore Log

Ref: GEO/ 334/ 2015

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED CAR PARKING YARD AREA FOR

THE DEVELOPMENT OF RORO AT KAMARAJAR PORT LIMITED, CHENNAI. Soil

Investigation

done by:

GEO DESIGN

Soil Exploration

Contractor,

Coimbatore-38

Type of Drilling: Rotary – Mud Circulation G.W.T-

0.80m

Bed Level :

Chainage :

Bore hole No:1 Date of commencement : 25.12.2015

Location/R.L: Date of completion : 25.12.2015

Dep

th b

elo

w

G.L

.(R

.L)

So

il P

rofi

le

Description of Soil

Th

ickn

ess

of

lay

er (

m)

Standard penetration test data

Graphical representation

of penetration resistance D

epth

at

whic

h t

est

is c

on

du

cted

N – Value- Depth of penetration

Rel

ativ

e d

ensi

ty /

Co

nsi

sten

cy

15cm 30cm 45cm For 30cm

Filling soil 0.70

0.70

1.50 5 7 8 15 Medium

Silty sand 4.25

3.00 10 14 21 35 Dense

4.95

4.50 17 33 37 >50 V.Dense

6.00 15 20 33 >50 V.Dense

Silty sand with shell

formation 5.05

7.50 13 15 19 34 Dense

9.00 9 17 25 42 Dense

10.00m

End of Bore hole

10.00 7 20 22 42 Dense

Contd.….2

20 40 80

0

60

1100 10

0

0

Page 275: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 9 of 13

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

2 Bore Log

Ref: GEO/ 334/ 2015

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED CAR PARKING YARD AREA FOR

THE DEVELOPMENT OF RORO AT KAMARAJAR PORT LIMITED, CHENNAI. Soil

Investigation

done by:

GEO DESIGN

Soil Exploration

Contractor,

Coimbatore-38

Type of Drilling: Rotary – Mud Circulation G.W.T-

0.70m

Bed Level :

Chainage :

Bore hole No:2 Date of commencement : 29.12.2015

Location/R.L: Date of completion : 29.12.2015

Dep

th b

elo

w

G.L

.(R

.L)

So

il P

rofi

le

Description of Soil

Th

ickn

ess

of

lay

er (

m)

Standard penetration test data

Graphical representation

of penetration resistance D

epth

at

whic

h t

est

is c

on

du

cted

N – Value- Depth of penetration

Rel

ativ

e d

ensi

ty /

Co

nsi

sten

cy

15cm 30cm 45cm For

30cm

Filling soil 0.50

0.50

1.50 5 8 8 16 Medium

3.00 12 15 22 37 Dense

4.50 17 28 36 >50 V.Dense

Silty sand with shell

formation 9.50

6.00 22 34 38 >50 V.Dense

7.50 13 23 21 44 Dense

9.00 9 14 24 38 Dense

10.00m

End of Bore hole 10.00 7 20 23 43 Dense

Contd.….3

20 40 80

0

60

1100 10

0

0

Page 276: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 10 of 13

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

3 Bore Log

Ref: GEO/ 334/ 2015

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED CAR PARKING YARD AREA FOR

THE DEVELOPMENT OF RORO AT KAMARAJAR PORT LIMITED, CHENNAI. Soil

Investigation

done by:

GEO DESIGN

Soil Exploration

Contractor,

Coimbatore-38

Type of Drilling: Rotary – Mud Circulation G.W.T-

0.90m

Bed Level :

Chainage :

Bore hole No:3 Date of commencement : 29.12.2015

Location/R.L: Date of completion : 29.12.2015

Dep

th b

elo

w

G.L

.(R

.L)

So

il P

rofi

le

Description of Soil

Th

ickn

ess

of

lay

er (

m)

Standard penetration test data

Graphical representation

of penetration resistance D

epth

at

whic

h t

est

is c

on

du

cted

N – Value- Depth of penetration

Rel

ativ

e d

ensi

ty /

Co

nsi

sten

cy

15cm 30cm 45cm For 30cm

1.50 9 11 18 29 Medium

3.00 8 14 19 33 Dense

4.50 17 27 40 >50 V.Dense

Silty sand with shell

formation 10.00

6.00 14 22 36 >50 V.Dense

7.50 13 17 21 38 Dense

9.00 9 26 29 >50 V.Dense

10.00m

End of Bore hole

10.00 >50 - - >50 V.Dense

Geotechnical Engineer

20 40 80

0

60

1100 10

0

0

Page 277: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 11 of 13

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

1

Ref: GEO/334/ 2015 SOIL TEST RESULTS

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED CAR PARKING YARD AREA FOR THE DEVELOPMENT OF RORO AT

KAMARAJAR PORT LIMITED, CHENNAI. Geo Design

Soil Exploration Contractor,

Coimbatore-38

BORE NUMBER-1 CHAINAGE:

REDUCED LEVEL: GROUND WATER

LEVEL: 0.80m

WORK COMMENCEMENT ON

25.12.2015

WORK COMPLETED ON

25.12.2015

SO

IL P

RO

FIL

E A

ND

DE

PT

H I

N M

ET

RE

S

DE

PT

H O

F S

AM

PL

ING

IS S

OIL

CL

AS

SIF

ICA

TIO

N

NA

TU

RA

L W

ET

DE

NS

ITY

Kn

/M3

NA

TU

RA

L M

OIS

TU

RE

CO

NT

EN

T

%

INDEX TEST

SIEVE ANALYSIS %

PASSING IS SIEVE

ANALYSIS

SP

EC

IFIC

GR

AV

ITY

SHEAR TEST STANDARD PENETRATION TEST CONSOLIDATION TEST

LIQ

UID

LIM

IT %

PL

AS

TIC

LIM

IT

%

PL

AS

TIC

ITY

IND

EX

% o

f

GR

AV

EL

% o

f S

AN

D

% o

f S

ILT

% o

f C

LA

Y

CO

HE

SIO

N

C T

on /

M

2

AN

GL

E O

F

INT

ER

NA

L

FR

ICT

ION

0

DE

PT

H O

F

TE

ST

ING

M

OB

SE

RV

ED

N

VA

LU

E

CO

RR

EC

TE

D N

VA

LU

E

SA

FE

BE

AR

ING

CA

PA

CIT

Y T

/m2

CO

MP

RE

SS

ION

IND

EX

CC

PR

E -

CO

NS

OL

IDA

TIO

N P

RE

SS

UR

E

KG

/CM

2

INIT

IAL

VO

IDS

RA

TIO

CO

-EF

FE

CT

OF

CO

NS

OL

IDA

TIO

N C

V I

N C

M2/S

EC

0.70

4.95

10.00

FS

SM

SM

(shell

)

-

18.

63

16.

14

-

11.4

5

14.2

9

-

-

-

-

-

-

-

-

-

-

7

11.5

-

36

41.5

-

47.

5

34.

5

-

9.5

12.5

-

2.66

2.74

-

-

-

-

32

40

1.50

3.00

4.50

6.00

7.50

9.00

10.00

15

35

>50

>50

34

42

42

20.48

34.49

50

50

27.65

31.19

30.31

13.97

25.37

37.88

38.93

23.46

27.13

27.53

FS-FILLING SOIL, SM-SILTY SAND, SM(shell)-SILTY SAND WITH SHELL FORMATION. Shear Test & SBC is based on SPT results. Contd….2

Page 278: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 12 of 13

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

2

Ref: GEO/334/ 2015 SOIL TEST RESULTS

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED CAR PARKING YARD AREA FOR THE DEVELOPMENT OF RORO AT

KAMARAJAR PORT LIMITED, CHENNAI. Geo Design

Soil Exploration Contractor,

Coimbatore-38

BORE NUMBER-2 CHAINAGE:

REDUCED LEVEL: GROUND WATER

LEVEL: 0.70 m

WORK COMMENCEMENT ON

29.12.2015

WORK COMPLETED ON

29.12.2015

SO

IL P

RO

FIL

E A

ND

DE

PT

H I

N M

ET

RE

S

DE

PT

H O

F S

AM

PL

ING

IS S

OIL

CL

AS

SIF

ICA

TIO

N

NA

TU

RA

L W

ET

DE

NS

ITY

Kn

/M3

NA

TU

RA

L M

OIS

TU

RE

CO

NT

EN

T

%

INDEX TEST

SIEVE ANALYSIS %

PASSING IS SIEVE

ANALYSIS

SP

EC

IFIC

GR

AV

ITY

SHEAR TEST STANDARD PENETRATION TEST CONSOLIDATION TEST

LIQ

UID

LIM

IT %

PL

AS

TIC

LIM

IT

%

PL

AS

TIC

ITY

IND

EX

% o

f

GR

AV

EL

% o

f S

AN

D

% o

f S

ILT

% o

f C

LA

Y

CO

HE

SIO

N

C T

on /

M

2

AN

GL

E O

F

INT

ER

NA

L

FR

ICT

ION

0

DE

PT

H O

F

TE

ST

ING

M

OB

SE

RV

ED

N

VA

LU

E

CO

RR

EC

TE

D N

VA

LU

E

SA

FE

BE

AR

ING

CA

PA

CIT

Y T

/m2

CO

MP

RE

SS

ION

IND

EX

CC

PR

E -

CO

NS

OL

IDA

TIO

N

PR

ES

SU

RE

KG

/CM

2

INIT

IAL

VO

IDS

RA

TIO

CO

-EF

FE

CT

OF

CO

NS

OL

IDA

TIO

N

CV

IN

CM

2/S

EC

0.50

10.00

FS

SM

(shell

)

-

18.

22

-

14.5

6

-

-

-

-

-

-

-

5.5

-

38

-

49

-

7.5

-

2.76

-

-

-

38

1.50

3.00

4.50

6.00

7.50

9.00

10.00

16

37

>50

>50

44

38

43

21.35

36.03

50

50

33.57

28.93

30.85

14.61

26.51

37.88

38.93

27.84

25.46

27.93

FS-FILLING SOIL, SM(shell)-SILTY SAND WITH SHELL FORMATION. Shear Test & SBC is based on SPT results.

Contd….3

Page 279: gcb_2_02062021(1).pdf - Kamarajar Port Limited

Page 13 of 13

Soil Exploration Report For M/s. KAMARAJAR PORT LIMITED, CHENNAI.

3

Ref: GEO/334/ 2015 SOIL TEST RESULTS

Name of Project: SOIL INVESTIGATION FOR THE PROPOSED CAR PARKING YARD AREA FOR THE DEVELOPMENT OF RORO CUM

GENERAL CARGO BERTH AT CHENNAI. Geo Design

Soil Exploration Contractor,

Coimbatore-38

BORE NUMBER-3 CHAINAGE:

REDUCED LEVEL: GROUND WATER

LEVEL: 0.90 m

WORK COMMENCEMENT ON

29.12.2015

WORK COMPLETED ON

29.12.2015

SO

IL P

RO

FIL

E A

ND

DE

PT

H I

N M

ET

RE

S

DE

PT

H O

F S

AM

PL

ING

IS S

OIL

CL

AS

SIF

ICA

TIO

N

NA

TU

RA

L W

ET

DE

NS

ITY

Kn

/M3

NA

TU

RA

L M

OIS

TU

RE

CO

NT

EN

T

%

INDEX TEST

SIEVE ANALYSIS %

PASSING IS SIEVE

ANALYSIS

SP

EC

IFIC

GR

AV

ITY

SHEAR TEST STANDARD PENETRATION TEST CONSOLIDATION TEST

LIQ

UID

LIM

IT

%

PL

AS

TIC

LIM

IT

%

PL

AS

TIC

ITY

IND

EX

% o

f

GR

AV

EL

% o

f S

AN

D

% o

f S

ILT

% o

f C

LA

Y

CO

HE

SIO

N

C T

on /

M

2

AN

GL

E O

F

INT

ER

NA

L

FR

ICT

ION

0

DE

PT

H O

F

TE

ST

ING

M

OB

SE

RV

ED

N

VA

LU

E

CO

RR

EC

TE

D N

VA

LU

E

SA

FE

BE

AR

ING

CA

PA

CIT

Y T

/m2

CO

MP

RE

SS

ION

IND

EX

CC

PR

E -

CO

NS

OL

IDA

TI

ON

PR

ES

SU

RE

KG

/CM

2

INIT

IAL

VO

IDS

RA

TIO

CO

-EF

FE

CT

OF

CO

NS

OL

IDA

TI

ON

CV

IN

CM

2/S

EC

10.00

SM

(shell

)

18.

28

14.6

3

-

-

-

9.5

37

48

5.5

2.78

-

37

1.50

3.00

4.50

6.00

7.50

9.00

10.00

29

33

>50

>50

38

>50

>50

32.60

32.94

50

50

45.03

50

50

22.92

24.23

37.88

38.93

25.21

41.03

41.73

SM(shell)-SILTY SAND WITH SHELL FORMATION. Shear Test & SBC is based on SPT results. Geotechnical Engineer

Page 280: gcb_2_02062021(1).pdf - Kamarajar Port Limited

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD FOR RO RO CUM GCB-II AT KAMARAJAR PORT

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: KEY PLAN

DWG. NO. KPL/GCB-II/01

FOR TENDER PURPOSE ONLY

CA

R P

AR

KIN

G Y

AR

D235m

x 6

00m

PR

OP

OS

ED

CA

RP

AR

KIN

G Y

AR

DF

OR

GC

B-II

AD

DIT

ION

AL

CA

R P

AR

KIN

G

YA

RD

10

.90

Acres

PO

RT

BA

SIN

-18.5

0M

FU

TU

RE

CO

NT

AIN

ER

TE

RM

INA

L P

HA

SE

-II500m

x 1

000m

FU

TU

RE

CO

NT

AIN

ER

TE

RM

INA

L P

HA

SE

-I500m

x 7

30m

FU

TU

RE

MU

TI-C

AR

GO

TE

RM

INA

L500m

x 2

70m

FUTURE DOCK BASIN

Proposed Transit

Parking Yard for

GCB - II

Tran

sist Park

ing

Yard

Proposed RO RO cum GCB-II

330x33.25Existin

g R

O R

O cu

m G

CB

-I278m

x 2

7.5

m

BU

LK

TE

RM

INA

L I &

II

235.00

41

2.0

7

34

3.6

4

244.76

33.2

5

61

45

7

sq.m

PARKING BAY6000

sq.m

250.0

0

200.7

2

205.62

21.9

7

14.94

278.0

0

27.50

20.0

0

16.00

48.3446.5

8

45.78

154.2

9

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 281: gcb_2_02062021(1).pdf - Kamarajar Port Limited

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD

FOR RO RO CUM GCB-II AT KAMARAJAR PORT

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: GENERAL ARRANGEMENT OF BERTH

DWG. NO. KPL/GCB-II/02

FOR TENDER PURPOSE ONLY

1. All Dimensions are in meters.

PROPOSED TRANSIT

PARKING AREA61457 sq.m

Proposed Ro Ro cum GCB-II (330m X 35m)330m

300m

100m47m80.5m

70m

27.5m

PANEL-1PANEL-2PANEL-3PANEL-4PANEL-5PANEL-6

55m

PLAN

55m55m55m55m55m

Existing Road

Proposecablechase

ProposedDrain

ExistingDrain

Existingcablechase

Retaining Wall

Retaining Wall

16m

PARKING BAY6000 sq.m

14.94m

30 thk river sand cushion100 thk paving block surface

300 thk M20 concrete

150 thk granular sub base

TYPICAL CROSS SECTION OF AREA

HARDENING IN PARKING AREAaarvee associates

architects engineers consultants pvt.ltd.&

CONSULTANT:

Page 282: gcb_2_02062021(1).pdf - Kamarajar Port Limited

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD

FOR RO RO CUM GCB-II AT KAMARAJAR PORT

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: GENERAL ARRANGEMENT PLAN OF BERTH

DWG. NO. KPL/GCB-II/03

FOR TENDER PURPOSE ONLY

NOTE:1. All Dimensions are in mm and all levels are in meters.

2. Concrete to be used for construction of piles, diaphragm

wall and deck structure etc., shall be with M40 Grade.

3. The steel shall be of Fe 500 grade as per IS - 1786.

6000

6000

6000

6000

55000

PANEL-6

750

6000

10

6250 6250 6250 6250 6250 6250 6250 6250

98 7 6 5 4 3 2

1

330000

1200 Dia Pile (TYP)

FL -30.00m

DESIGN DREDGED LEVELDL -16.00m EXISTING DL-15.50m

+1.40m+4.00m

0.00m

27.5m

FL -25.00m

15

250m

+1.40m+4.00m

0.00m

BERTH ELEVATION

6250 6250

EXISTINGRO RO CUM GCB - I

EXISTING

RO RO CUM GCB - I

27.5m

PILE LAYOUT PLAN

111213141516171819

202122232425262728

293031323334353637

383940414243444546

4748495051525354

6250 6250 6250 6250 6250 6250 6250 62506250 6250 6250 6250 6250 6250 6250 62506250 6250 6250 6250 6250 6250 6250 62506250 6250 6250 6250 6250 6250 6250 62506250 6250 6250 6250 6250 6250 6250 6250

55000 55000 55000 55000 55000

PANEL-5 PANEL-4 PANEL-3 PANEL-2 PANEL-1

6250 6250 6250 6250 6250 6250 5000 6250 6250 6250 6250 6250 6250 6250 6250 5000 6250 6250 6250 6250 6250 6250 6250 6250 5000 6250 6250 6250 6250 6250 6250 6250 6250 5000 6250 6250 6250 6250 6250 6250 6250 6250 5000 6250 6250 6250 6250 6250 6250 6250 6250

EXPANSION JOINT

DETAIL - A

1200 thk. Diaphragm Wall

PANEL-6

1200 Dia Pile (TYP)

+1.40m+4.00m

0.00m

6250 6250

4647484950515253

54

6250 6250 6250 6250 6250 6250 6250 62502500 2500

6250 6250 6250 6250 6250 6250

1200 thk Diaphragm wall

1200 thk Dia pile

BollardFender

DETAIL - A

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 283: gcb_2_02062021(1).pdf - Kamarajar Port Limited

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD

FOR RO RO CUM GCB-II AT KAMARAJAR PORT

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: SECTIONAL DETAILS OF BERTH

DWG. NO. KPL/GCB-II/04

FOR TENDER PURPOSE ONLY

LONGITUIDINAL SECTION (TYPICAL)

100 mm Wearing coat200mm Cast-in-Situ portion of Deck Slab

325mm Pre Cast portion of Deck Slab

Main Beam

(1500X2500)1200Dia Pile

Pre Cast portion of Main

Beam And Front Crane beam

1501200

150

150X150 Chamfer

FL -30.00m

DDL -16.00m

+1.40m

+4.00m

RCC Pile 1200 Dia

525mm thick Deck Slab (325mm

precast and 200mm cast-in-situ)

RCC 1200mm thick

Diaphragm Wall

6000 6000 6000 6000 6000

Slope Protection

with Rubble Stone

and Geotextile

Front Crane Beam

(1500x2500)

30000750

33250

3000x1000x1000

Gabions in layers

Bollard

RCC Pile Muff

3400x3000x400

2500

RCC Pile Muff

1800x1800x400

51

NOTE:1. All Dimensions are in mm and all levels are in meters.

2. Concrete to be used for construction of piles, diaphram

wall and deck structure etc., shall be with M40 Grade.3. The steel shall be of Fe 500 grade as per IS - 1786.

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 284: gcb_2_02062021(1).pdf - Kamarajar Port Limited

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD

FOR RO RO CUM GCB-II AT KAMARAJAR PORT

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: BEAM LAYOUT OF BERTH

DWG. NO. KPL/GCB-II/05

FOR TENDER PURPOSE ONLY

NOTE:1. All Dimensions are in mm and all levels are in meters.

2. Concrete to be used for construction of piles, diaphragm

wall and deck structure etc., shall be with M40 Grade.

3. The steel shall be of Fe 500 grade as per IS - 1786.

6250 6250 6250 6250 6250 6250 6250 62502500

6000

6000

6000

6000

55000

2500

750

6000

BEAM LAYOUT OF TYPICAL PANEL

55000 55000 55000

PANEL 6 PANEL 5 PANEL 4 PANEL 3 PANEL 2 PANEL 1

ARRANGEMENT OF BERTH PANELS

55000 55000 55000

F

F

E

D

B

A

Pile Muff

(1800x1800X400)

Front Crane Beam (1500x2500)

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 285: gcb_2_02062021(1).pdf - Kamarajar Port Limited

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD

FOR RO RO CUM GCB-II AT KAMARAJAR PORT

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: DETAIL OF PRECAST SLAB PANELS OF DECK SLAB OF BERTH

DWG. NO. KPL/GCB-II/06

FOR TENDER PURPOSE ONLY

NOTE:1. All Dimensions are in mm and all levels are in meters.

2. Concrete to be used for construction of piles, diaphragm

wall and deck structure etc., shall be with M40 Grade.

3. The steel shall be of Fe 500 grade as per IS - 1786.

Pre cast slabPanel(Type-3)

6250 6250 6250 6250 6250 6250 6250 62502500

6000

6000

6000

6000

55000

2500

750

6000

Pre cast slab

Panel(Type-6)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-2)

Pre cast slab

Panel(Type-2)

Pre cast slab

Panel(Type-3)Pre cast slab

Panel(Type-5)

Pre cast slab

Panel(Type-3)

Pre cast slab

Panel(Type-3)

ARRANGEMENT OF PRE - CAST SLAB PANELS

Front Crane Beam (1500x2500)

55000 55000 55000

PANEL 6 PANEL 5 PANEL 4 PANEL 3 PANEL 2 PANEL 1

ARRANGEMENT OF BERTH PANELS

55000 55000 55000

Pre cast slab

Panel(Type-5)Pre cast slab

Panel(Type-3)Pre cast slab

Panel(Type-3)

F

F

E

D

B

A

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-2)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-2)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-7)

Pre cast slab

Panel(Type-6)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-2)

Pre cast slab

Panel(Type-2)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-2)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-2)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-1)

Pre cast slab

Panel(Type-7)

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 286: gcb_2_02062021(1).pdf - Kamarajar Port Limited

CENTER LINE

FFL (+) 5.25 FFL (+) 5.25FFL (+) 5.25 FFL (+) 5.25 FFL (+) 5.25 FFL (+) 5.25

FFL (+) 5.00

FFL (+) 5.00

FFL (+) 5.00

FFL (+) 5.00

FFL (+) 5.00

FFL (+) 5.00

FFL (+) 5.00

FFL (+) 5.00

FFL (+) 5.00

FFL (+) 5.00

ABCDEF

PROPOSED COMPOUND WALL

COMPOUND WALL-01

GATE

RA

MP

AR

EA

RA

MP

AR

EA

GATE

HIGH MASTELECTRICALTOWER

PROPOSEDCOMPOUND WALL

PROPOSEDCOMPOUND WALL

DRAIN OUTLET

COMPOUND WALL-03

WATCH TOWER-013.0

3.0

WATCH TOWER-02

DRAIN OUTLETDRAIN OUTLET DRAIN OUTLET

PROPOSED COMPOUND WALL

LONGITUDINAL DRAIN -(LD1)

LONGITUDINAL CABLE CHASE- (L1)

LONGITUDINAL DRAIN -(LD2)

LONGITUDINAL CABLE CHASE- (L2)

EXISTING ROAD

TRANSVERSEDRAIN -(TD1)

TR

AN

SV

ER

SE

DR

AIN

-(T

D2

)

TR

AN

SV

ER

SE

DR

AIN

-(T

D3

)

TR

AN

SV

ER

SE

DR

AIN

-(T

D4

)

TR

AN

SV

ER

SE

DR

AIN

-(T

D5

)

TR

AN

SV

ER

SE

DR

AIN

-(T

D6

)

TRANSVERSECABLE CHASE- (A1)

TRANSVERSECABLE CHASE- (B1)

TRANSVERSE CABLE

CHASE- (B2)

TRANSVERSE CABLE CHASE- (B3)

TRANSVERSE CABLE CHASE- (C1)

TRANSVERSE CABLE CHASE- (C2)

TRANSVERSE CABLE CHASE- (C3)

TRANSVERSE CABLE CHASE- (D1)

TRANSVERSE CABLE CHASE- (D2)

TRANSVERSE CABLE CHASE- (D3)

TRANSVERSE CABLE CHASE- (E1)

TRANSVERSE CABLE CHASE- (E2)

TRANSVERSE CABLE CHASE- (E3)

TRANSVERSE CABLE CHASE- (F1)

TRANSVERSE CABLE CHASE- (F2)

TRANSVERSE CABLE CHASE- (F3)

TR

AN

SV

ER

SE

CA

BL

E C

HA

SE

- (F

4)

TRANSVERSE DRAIN- (TD2)TRANSVERSE DRAIN- (TD3)TRANSVERSE DRAIN- (TD4)

CENTER LINE

29

20.46

12.04

412.070

21.76080.00080.00080.00077.500

40.000 30.00040.00040.00040.000

40.000 30.00040.00040.00040.000

20.46

12.04

TRANSVERSE DRAIN- (TD4)

2.500 1.876346.640

235.000

244.760

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD FOR RO RO CUM GCB-II AT KAMARAJAR PORT

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: GENERAL ARRANGEMENT OF CAR PARKING YARD

DWG. NO. KPL/GCB-II/07

Notes :

1. All dimension are in Meters

2. Do not scale the drawing, written

dimensions shall only be followed.

3. Yard Finished level : +5.25 / + 5.00

4. Slope provided for internal

combined drain & Cable chase.

5. The rigid pavement at the Eastern

side dimensions shown in this

drawing is only indicative. During

execution as per site conditions the

size of Parking yard will be located

and executed accordingly

FOR TENDER PURPOSE ONLY

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

90.190

Page 287: gcb_2_02062021(1).pdf - Kamarajar Port Limited

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: DETAILS OF PAVEMENTS OF CAR PARKING YARD

DWG. NO. KPL/GCB-II/08

NOTES

1. All Dimensions are in meters.

2. M40 design mix PQC used for Rigid Pavement

3. M10 design mix used for PCC over compacted layer of gravel.

4. Panel size - 4.00 * 4.50 m or as per suitable size shown in working drawings

5. Reinforcement used of grade Fe 500 for tie bars & MS grade S240 for

dowel bars.

6. Finished level +5.25 / +5.00

7. Expansion joints kept at every 45m interval along Longitudinal direction

8. Bitumen pad is placed where ever pavement concrete

abutting with other concrete & in expansion joints.

9. Sealant filling used for all Expansion, contraction and Longitudinal joints

10. 125 micron HDPE sheet used as separation membrane

between PCC & PQC .

11.Gravel filling above sub grade formation for 100 mm thick.

12. Do not scale the drawing, written dimensions shall only be followed.

FOR TENDER PURPOSE ONLY

100

M 10 grade concrete - 100 mm

M40 grade concrete - 300 mm

TYPICAL CROSS SECTION

Compacted gravel - 100mm

150

Granular Sub base - 150 mm

100

Typical Cross Section

CONCRETE PAVER BLOCK 200X100X100mm

SAND FILLING 30mm THICK

WET MIX MACADAM 200mm THICK

GRANULAR SUB- BASE 150mmTHICK

GRAVEL 150mmTHICK

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD FOR RO RO CUM GCB-II AT KAMARAJAR PORT

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 288: gcb_2_02062021(1).pdf - Kamarajar Port Limited

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: DETAILS OF STORM WATER DRAIN OF CAR PARKING YARD

DWG. NO. KPL/GCB-II/09

0.25

0.1000

0.5000 0.2500

0.1000

0.1000

VARIES

0.20/0.10

0.2000

+5.25 / +5.00 Level variesR.C.C Cover Slab

(in situ / Precast)

R.C.C Side wall

R.C.C Bottom Slab

P.C.C

CROSS SECTION OF STORM WATER DRAINFOR TENDER PURPOSE ONLY

NOTES

1. All Dimensions are in meters.

2. M40 design mix PQC used for Rigid Pavement

3. M10 design mix used for PCC over compacted layer of gravel.

4. Panel size - 4.00 * 4.50 m or as per suitable size shown in working drawings

5. Reinforcement used of grade Fe 500 for tie bars & MS grade S240 for dowel bars.

6. Finished level +5.25 / +5.00

7. Do not scale the drawing, written dimensions shall only be followed.

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD

FOR RO RO CUM GCB-II AT KAMARAJAR PORT

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 289: gcb_2_02062021(1).pdf - Kamarajar Port Limited

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: DETAILS OF CABLE CHASE OF CAR PARKING YARD

DWG. NO. KPL/GCB-II/10

FOR TENDER PURPOSE ONLY

NOTES

1. All Dimensions are in meters.

2. M40 design mix PQC used for Rigid Pavement

3. M10 design mix used for PCC over compacted layer of gravel.

4. Panel size - 4.00 * 4.50 m or as per suitable size shown in working drawings

5. Reinforcement used of grade Fe 500 for tie bars & MS grade S240 for dowel bars.

6. Finished level +5.25 / +5.00

7. Do not scale the drawing, written dimensions shall only be followed.

0.10

VARIES

0.20/0.10

0.20

R.C.C Cover Slab

(in situ / Precast)

R.C.C Side wall

R.C.C Bottom Slab

P.C.C

CROSS SECTION OF CABLE CHASE

+5.00 Level varies

0.25

0.10

0.50 0.25

0.10

ISA 50x50x5 (2Nos)

300mm long @ 2m c/c

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD FOR RO RO CUM GCB-II AT KAMARAJAR PORT

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 290: gcb_2_02062021(1).pdf - Kamarajar Port Limited

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: DETAILS OF COMPOUND WALL OF CAR PARKING YARD

DWG. NO. KPL/GCB-II/11

BRICK WORK 0.50 M HEIGHT RCC TIE BEAM 0.23 * 0.30

HOLLOW BLOCK 1.80 M HEIGHTRCC COPING BEAM - 0.25 * 0.06

LONGITUDINAL ELEVATION

3.00 m c/c 3.00 m c/c 3.00 m c/c 3.00 m c/c 3.00 m c/c 3.00 m c/c

Notes :

1. All dimension are in Meters

2. Do not scale the drawing, written dimensions shall only be followed.

3. Yard Finished level : +5.25 / + 5.00

4. Slope provided for internal combined drain &

Cable chase.

5. Compound wall - Hollow blocks 1.80 m &

Brick work 0.50 m height .

6. Main Gate - MS square tubular 10 m width

FOR TENDER PURPOSE ONLY

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD FOR RO RO CUM GCB-II AT KAMARAJAR PORT

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 291: gcb_2_02062021(1).pdf - Kamarajar Port Limited

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: DETAILS OF ENTRANCE GATE OF CAR PARKING YARD

DWG. NO. KPL/GCB-II/12

40 x 40 x 2.6 mm Square Tube

FFL

LONGITUDINAL ELEVATION

91.5 x 91.5 x 4 mm Square Tube for outer frame Hinges plate - 16mm tk.,

inner verticals @ 153 mm c/c

0.500 * 0.500 RCC Column - 4 Nos.

Insert Plate -

To detail

Inside Opening

Swing Gate

Outer frame

91.5 x 91.5 x 4 mm Square Tube PLAN - ENTRANCE GATE

Insert Plate Lugs - L angle

0.500*0.500*.005 - 0.380 mm length

Insert Plate Details

Insert Plate -

0.300*0.300*0.016 mm tk.,

0.500 * 0.500 RCC Column

FOR TENDER PURPOSE ONLY

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD FOR RO RO CUM GCB-II AT KAMARAJAR PORT

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 292: gcb_2_02062021(1).pdf - Kamarajar Port Limited

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: OFFICE - PLAN - TYPICAL FLOOR OF CAR PARKING YARD

DWG. NO. KPL/GCB-II/13

FOR TENDER PURPOSE ONLY

Notes :

1. All dimension are in Meters

2. Do not scale the drawing, written dimensions shall only be followed.

3. Yard Finished level : +5.25 / + 5.00

Passage 1.5m wide +9.05 Floor levelOffice Room

5.77m x 11.64m

Office 15.77m x 4.77m

dn

Meeting 14.77m x 2.77m

Meeting 24.77m x 2.77m

Office 29.82m x 4.77m

Toilet(Gents)

V

V

W W W W W W W W

W

W W W W WW W W W W W W

W

W

W

W

W

W

W

W

W

W

W

W

AD

AD AD AD

AD

MD

D

D

D

D

D

D

TYPICAL FLOOR PLAN

3.000 3.000 2.160 3.000 3.000 3.000 3.0000.1500.150

20.460

A

B

C

D

1 2 3 4 5 6 7 8

X XC'

A'

2.000

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD FOR RO RO CUM GCB-II AT KAMARAJAR PORT

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 293: gcb_2_02062021(1).pdf - Kamarajar Port Limited

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: OFFICE - SECTION AND ELEVATION IN CAR PARKING YARD

DWG. NO. KPL/GCB-II/14

FOR TENDER PURPOSE ONLY

ELEVATION

section-xx

Ceramic tiles flooring

Concrete flooring 100mm thick

River sand filling 100mm

thick

Earth filling

Brick work

RCC Roof Beam

(300x450mm)

RCC Roof Slab 150mm thick

RCC Sun shade

RCC Lintel

Parapet wall

Weathering course

2.3500.1002.550

0.600

0.100

PCC 150mm thick

RCC 150mm thick

RCC 150mm thick

RCC Column 300x400mm (typ)

RCC Plinth Beam 230x400mm

Finished level

of yard

Foundation Detail (typical)

RCC Beam (300x450mm) (typ)

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD FOR RO RO CUM GCB-II AT KAMARAJAR PORT

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 294: gcb_2_02062021(1).pdf - Kamarajar Port Limited

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: WATCH TOWER DETAILS OF CAR PARKING YARD

DWG. NO. KPL/GCB-II/15

FOR TENDER PURPOSE ONLY

0.15 0.151.50

FOOTING DETAIL (typ)

A A0.23

P.C.C (1:4:8)

RCC FOOTING

PLINTH BEAM

+5.00+5.00

+5.30

RCC COLUMN

SECTION-AA

1.50

1.80

A

B

1 2

2.77

1.0m Wide Balcony

1.0m Wide Balcony

Watch Tower

AD

AW

AW

AW

B BUP

C C

A

B

1 2

2.77 Column c/c

PB1 (0.23x0.30)

2.54

PB1 (0.23x0.30)

RCC Column

(0.23x0.23)

0.75

0.75

2.54 0.230.23

CABLE CHASE

+5.00

+5.30 (FFL)

Notes :

1. All dimension are in Meters

2. Do not scale the drawing, written dimensions shall only be followed.

3. Yard Finished level : +5.25 / + 5.00

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD FOR RO RO CUM GCB-II AT KAMARAJAR PORT

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 295: gcb_2_02062021(1).pdf - Kamarajar Port Limited

CLIENT: KAMARAJAR PORT LIMITED

(A MINI RATNA-GOVERNMENT OF INDIA UNDERTAKING)

TITLE: WATCH TOWER -PLAN & ELEVATION OF CAR PARKING YARD

DWG. NO. KPL/GCB-II/16

FOR TENDER PURPOSE ONLY

Notes :

1. All dimension are in Meters

2. Do not scale the drawing, written dimensions shall only be followed.

3. Yard Finished level : +5.25 / + 5.00

A

B

1 2

2.77

1.0m Wide Balcony

1.0m Wide Balcony

Watch Tower

AD

AW

AW

AW

B BUP

C C

+5.00

+5.30 (FFL)

+5.00

+5.30 (FFL)

0.75

0.75

+6.51

+7.27

+8.03

+8.79

+9.55

+10.31

RCC floor slab

+13.16

1.001.00

Parapet wall

120mm Thk. RCC Roof Slab

+13.32

PROJECT: CONSTRUCTION OF BERTH AND CAR PARKING YARD

FOR RO RO CUM GCB-II AT KAMARAJAR PORT

aarvee associatesarchitects engineers consultants pvt.ltd.&

CONSULTANT:

Page 296: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 1 of 85

SECTION-8: BILL OF QUANTITIES

PREAMBLE TO RATE SCHEDULE

1. General

The contractor’s attention is drawn to the conditions of contract, the specifications and the

drawings all of which are to be read in conjunction with the Bill of Quantities hereinafter.

Directions and descriptions of work and material given in the other parts of the Contract

Documents are not necessarily repeated in the Bill of Quantities.

The total cost of complying with all the provisions, conditions, obligations and liabilities etc.

described in the contract and of carrying out the works as specified including, but not by

way of limitation, all charges and the rates and prices inserted in the Bill of Quantities

hereinafter unless expressly otherwise provided for in the contract. Consequently, the

contractor shall have no claim for further or extra payment in respect of any work or rates

and prices set against each item are to be for full and / or described in the specification

which can reasonably be inferred there from and are to cover the cost of provision of all

labour, materials, tools, tackles, plants, equipment, fuel, overhead & profit etc., all as per

conditions stipulated elsewhere. The rates shall also include all contingent costs and

charges including all taxes such as VAT, Income Tax, Building & other Construction

workers welfare cess and general tax and all the contractor’s obligations under the contract

and all matters and things necessary for the proper completion and maintenance of the

works. The quantities given in the Bill of Quantities are estimated. The basis of payment

shall be the actual quantities of work ordered and carried out as measured jointly by the

contractor and by the Engineer or his representative and valued at the rates and prices

specified in the Bill of Quantities, where acceptable and otherwise at such rates and prices

as the Engineer may fix within the terms of the contract. The quantities of work and

materials stated in the Bill of Quantities shall not be considered as limiting of extending the

amount of work to be done or material to be supplied by the contractor.

The contractor is deemed to be familiar with all site conditions at the Port Site, weather, all

site investigation records, available means of access and the locality of any existing services

and working restrictions due to testing site features or other contractor’s works in order to

execute the works. General directions and descriptions of work and materials are not

necessarily repeated or summarized in the Bill of Quantities. The contractor is deemed to

have referred to the relevant sections of the contract documentation and prices

incorporated against each item in the Bill of Quantities. The method of measurement is

described in the following preambles and / or is demonstrated in the measured items

included in the Bill of Quantities.

Unless separate items are measured, rates and prices must include for all testing in

accordance with the specification.

Page 297: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 2 of 85

The following abbreviations have been used:

PS -Provisional Sum

LS -Lump Sum

M /m -metre

M2/ m2 -square metre

M3/ m3 -cubic metre

T/t /Te/ te/MT -tonne

wk -week

No. -Number

Rs. -Indian Rupee

2. METHOD & MODE OF MEASUREMENT

2.1 General

Unless stated or billed otherwise, quantities shall be measured in accordance with IS:

1200 and are net as they are finished and fixed in the works. The rates and prices

shall include whatever allowance is considered by the contractor to be necessary for

waste, working area, construction slopes, batters etc. The method of measurement

shall comply with the provision hereafter.

2.2 Units Rates Prevail

In case of any arithmetical errors in the calculations (Quantity x Unit Rates) in the Bill

of Quantities, the quoted unit rates shall prevail. Arithmetical errors will be corrected

by the employer in the manner set out in the Instructions to Tenderers.

The required area shall be worked out correct up to 2 places of decimals of sqmts and

quantity shall be worked out up to 2 places of decimals of cubic meters of all

measurements. The length & width shall be worked out correct up to 2 places of

decimals of running meter for all the measurements. However, levels shall be recorded

i three decimals.

2.3 Dismantling/ Demolition

The dismantling/ demolition works shall be measured by taking Pre measurements

jointly recorded by the contractor (or his representative) and Engineer’s

representatives before starting the dismantling work. The final quantity of dismantling

will be the levels taken prior to and after completion of the dismantling work at site.

Page 298: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 3 of 85

2.4 Concrete

The concrete works shall be measured net to the dimensions shown on the drawings

or ordered by the Engineer or his representative except where otherwise specially

described at prescribed in the specifications.

The rates for concrete shall include for all labour, material, tools, tackles, plant,

equipment, fuel, shuttering, centering, transporting, depositing, concrete compacting,

forming construction joints, curing etc.

2.5 Reinforcement Steel

Steel bars will be measured as fabricated by their weight in tones as calculated from

the approved bending schedules and bar lists on the basis of the nominal weights in

IS: 1786. Authorized laps, Chairs/ Separators, lifting hooks shall also be measured

and paid based on the nominal weights as specified in IS: 1786.

2.6 Steel Works

Except where indicated otherwise the measurement shall be by weight, calculated

from the approved working drawings.

The weight of steel shall exclude the weight of fastenings such as bolts, nuts, washers,

etc. These fastenings shall be included in the rates for the steel work.

No subtractions will be made for bolt holes.

No allowance will be made for welding and for loss due to any material being cut away.

In general, the weight shall be calculated by the product of volume and the specific

weight of 7.85 metric tonne / cu.m.

The measurement of the bollard shall be the unit as fixed in position.

2.7 Bored Concrete Piles

i) Shifting and Set up of Piling Equipments:

Measurement shall be made at the rate of one shift and set up for each pile

irrespective of whether the piling platform is moved or not.

ii) Steel Liners

The quantity shall be measured from the bottom of the driven length of the liner up

to the cut off level. Steel liners need not be painted.

iii) Boring:

(a) For boring in soil other than rock:

Measurements will be made from cut-off level to termination level.

(b) Rock boring:

Page 299: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 4 of 85

Measurements shall be made downwards commencing from the level certified by the

Engineer or his representative.

iv) Concrete

Concrete shall be measured in cubic metres and be taken as theoretical volume

between the toe of the pile and cut off level. No measurement shall be made for the

extra concrete provided above the cut off level. A minimum of 600 mm is required to

be provided to permit removal of all laitance and week concrete before pile cap

concreting. Excess concrete, any excess diameter shall be deemed to be included in

the rates.

v) Reinforcement

Steel reinforcement cages fabricated for piles will be measured as fabricated by their

weight in tonnes as calculated from the approved bending schedules and bar lists on

the basis of the nominal weights in IS: 1786. The quantity shall also include

authorized laps, lifting hook etc.

2.8 Pre-Cast Units

All the pre-cast units shall be measured in cubic metres for casting and the same

measurements shall be made for transporting and placing in position also.

3. PAYMENT

3.1 General

Payment to the contractor shall be made on the recorded measurements and the

contractor will have to submit bills in the prescribed form once in a month and

payment will be made ordinarily once in a month. The Port shall pay 75% of the net

amount of the bill submitted within 10 days from the date of receipt of the bill and the

balance within 30 days from the date of receipt of the bill. On completion of the work

or on the prior termination of the contract final measurement will be taken and

account adjusted accordingly. No separate mobilization/ demobilization fee shall be

payable for bringing all the plants, machinery and equipment required for piling and

for any other work. The contractor shall include the same suitably in the respective

items of the rate schedule.

3.2 Concrete

The rate for concrete items shall include all costs that are necessary to obtain

concrete quality as described in the specifications but not limited to the following

items:

-Supply, delivery and storage of all materials

-Provision of all mixing, transport equipment etc.

Page 300: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 5 of 85

-Curing concrete and making and curing of test cubes and testing

-Provision of all shuttering, centering

-Provision of ducts and void formers

-Finishing as specified

-All labour, fuel, tools, tackles, and contingent items

3.3 Pre-Cast Concrete

i) Casting:

The rates for all pre-cast units (reinforced/ plain) shall cover all costs that are

necessary for casting, curing necessary to complete all the items according to

specification and will be paid under respective items of rate schedule.

ii) Fixing:

The rates for all pre-cast units (reinforced/ plain) shall cover all costs that are

necessary for lifting, transportation, placing and fixing in position to complete all the

items according to specification and will be paid under respective items of rate

schedule.

3.4 Payment for PCC & RCC items

75 % of the rate quoted for the items will be released only after the concrete is laid

and cured and after satisfactory test results for 7 days cube strength. The balance will

be released after finishing work if any and satisfactory test results for 28 days cube

strength as specified in the tender. If 28 days cube strength is not satisfactory, the

payment made earlier will be recovered from any moneys due to the contractor in

respect of the execution of the works.

3.5 Diaphragm Walls

The activity of diaphragm wall works shall include but not be limited to the following:

-Carrying out seabed survey in the areas where diaphragm wall is to be constructed

and making results available to the Engineer or his representative;

-Positioning and setting up of all equipments, platform and all temporary works

necessary for the construction of diaphragm walls;

-Excavation and construction of guide walls including supplying of concrete and

reinforcement in accordance with the specification and drawings;

-Boring / excavation of diaphragm wall shaft including provision and use of bentonite

slurry

Page 301: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 6 of 85

-Fabrication and Stiffening of diaphragm wall reinforcement cages and inclusion of

spacers to ensure straightness and correct positioning of the cages;

-Clean out of diaphragm wall shafts including sampling and testing of bentonite

suspension from the pile shaft as described in the specification;

-Monitoring and recording of concreting operations;

-Carrying out, recording, interpreting and reporting Dynamic Pile Integrity Test

payment will be made only as per the relevant items of the rate schedule.

3.6 Bored Piles

The activity of piling works shall include but not be limited to the following:

-Carrying out seabed survey in the areas to be piled and making results available to

the Engineer or his representative;

-Positioning and setting up of all equipment, platform and all temporary works

necessary for the construction of piles;

-Supplying, fabricating, storing, transporting, welding and cutting of steel liners

including driving to comply with the specification and drawings;

-Boring pile shaft including provision and use of bentonite slurry

-Stiffening of pile reinforcement cages and inclusion of spacers to ensure straightness

and correct positioning of the cages;

-Clean out of pile shafts including sampling and testing of bentonite suspension from

the pile shaft as described in the specification;

-Monitoring and recording of concreting operations;

-Carrying out, recording, interpreting and reporting Dynamic Pile Load Test payment

will be made only as per the relevant items of the rate schedule.

3.7 Steel works

The activity of steel items shall include but not limited to the following:

-Producing and submitting of working drawings and calculations;

-Hot dip galvanizing where specified;

-Painting / coatings before and after erection or assemblage;

Page 302: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 7 of 85

-Transportation from workshop to the site, including loading, unloading and all

necessary tests;

-All fastenings including bolts, washers, nuts etc. required for fixing of steel items in

position;

-All other items necessary and incidental to the completion of the work;

-Bollards shall be paid for the installed unit complete with the anchoring units.

Unless specified all steel items shall be measured in tonnes.

For all works where specific mention is not made in this preamble, rates entered shall

include providing all equipment, supply of all materials and performing all operations

in accordance with the specification, applicable drawings and instructions of the

Engineer or his representative.

Page 303: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 8 of 85

A. PREAMBLE

1) The Bill of Quantities shall be read in conjunction with the Instructions to Bidders,

Conditions of Contract, General description of works and other conditions, Technical

Specifications, Drawings, Schedules and Annexure.

2) The quantities given in the Bill of Quantities are estimated and provisional and are given

to provide a common basis for bidding. The basis of payment will be the actual quantities

of work ordered and carried out, as measured by the Contractor and verified by the

Engineer and valued at the rates and prices tendered in the priced Bill of Quantities,

where applicable, and otherwise at such rates and prices as the Engineer may fix within

the terms of the Contract.

3) The rates and prices bid in the priced Bill of Quantities except insofar as it is otherwise,

provided under the Contract, include all constructional plant, labour, supervision,

materials, all temporary works and false works, erection, maintenance, establishment

and overhead charges, profit, foreign taxation and levies, local levies and other charges,

together with all general risks, liabilities and obligations set out or implied in the

Contract and including remedy of any defects during the Defects Liability Period.

4) “Re-preparation as per Specifications requirement of previously completed similar works

before construction of subsequent layers/works shall be deemed to be included in the

Bid Rates and Prices in the Priced Bill of Quantities (BOQ) of respective items”.

5) The rates and prices shall be quoted entirely in Indian Rupee.

6) The rate or price rounded off to the nearest Indian Rupee shall be entered against each

item in the Bill of Quantities both in figures and words, whether quantities are stated or

not. The cost of items against which the Contractor has failed to enter a rate or price

shall be deemed to be covered by other rates and prices entered in the Bill of Quantities.

7) The whole cost of complying with the provisions of the Contract shall be included in the

items provided in the priced Bill of Quantities, and where no items are provided, the cost

shall be deemed to be distributed among the rates and prices entered for the related

items of work.

8) General directions and descriptions of work and materials are not necessarily repeated or

summarized in the Bill of Quantities. References to the relevant sections of the contract

documentation shall be made before entering rates or prices against each item in the Bill

of Quantities.

9) The method of measurement of completed work for payment shall be in accordance with

the requirements as stated in the individual sections of the Technical Specifications.

Page 304: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 9 of 85

KAMARAJAR PORT LIMITED

TENDER FOR

“CONSTRUCTION OF BERTH AND CAR PARKING YARD FOR AUTOMOBILE EXPORT/

IMPORT TERMINAL- II AT KAMARAJAR PORT”

SUMMARY OF BILL OF QUANTITIES

SI. NO. BILL NO. DESCRIPTION OF WORK AMOUNT (Rupees)

1 BOQ NO: 1 FOUNDATION FOR BERTH

2 BOQ NO: 2 DECK STRUCTURE FOR BERTH

3 BOQ NO: 3 WHARF ACCESSORIES

4 BOQ NO: 4 FORMATION OF BUND AND STONE

PITCHING

5 BOQ NO: 5 HARDENING THE AREA BEHIND THE

BERTH

6 BOQ NO: 6 PAVING BLOCKS AND PQC for CPY

7 BOQ NO: 7 CONSTRUCTION OF RCC STORM

WATER DRAIN for CPY

8 BOQ NO: 8 CONSTRUCTION OF RCC CABLE

CHASE for CPY

9 BOQ NO: 9 CONSTRUCTION OF COMPOUND WALL

for CPY

10 BOQ NO: 10 CONSTRUCTION OF SECURITY WATCH

TOWERS (2 nos) for CPY

11 BOQ NO: 11 CONSTRUCTION OF OFFICE BUILDING

for CPY

GRAND TOTAL (in Figure)

GRAND TOTAL (in Words)

Page 305: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 10 of 85

BILL NO: 1 FOUNDATION FOR BERTH

Sl.

No

Probable

Qty Description of work

Rate in

Figures

and in

words

Rs. p

Unit in

Figures

and in

words

Total

Amount

Rs. P

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

1.1 270 Nos

Positioning and setting piling

equipment Positioning and setting

upon and/or shifting and setting up

piling equipment required for piling

work at each piling locations for

1200mm diameter piles as shown in

the drawing and or as directed

including all labour, materials, fuel,

tools, equipments etc., complete

1No

(one

number)

1.2 1200 T Liners Liners Supplying, fabricating,

delivering to the site cylindrical M.S

welded liners to a minimum depth as

shown in approved construction

drawings below existing ground

including providing additional stiffener

plates 12mm thick, 1000mm high as

shown in the drawing for cast in-situ

piles including lowering & pitching the

fabricated liners in position, driving

the liners below sea bed level through

all types of soil, fixing the liners in

position including necessary lateral

bracings etc. for stability until

completion of all deck works etc.

including gas cutting, bending,

welding at yard & site, transporting,

driving of liners, all labour, materials,

tools, equipment, fuel etc., complete.

Note:

1. The stiffener shall be measured

under this item.

2. In case the soil strata found to be

not good in the founding level of the

liner, extra depth may be provided as

per site condition as directed by the

Engineer / Engineer’s representative.

3. Wastage shall not be paid.

4. Only length of liner from bottom of

the driven length upto cutoff level will

be paid.

1 T

(One

Tonne)

1.3 Boring Boring for the 1200mm

diameter piles to the required depth

Page 306: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 11 of 85

through all types of soil strata

including cemented sand, boulder

layers and hard rock if any up to the

founding level and stacking the bored

soil at convenient place and

transported to the low lying area any

where inside the harbour area within a

lead of 4 Km as directed by the

Engineer’s representative and pile

shaft cleaning and keeping of all

records etc., including bentonite

slurry, labour, tools, equipment, fuel

etc., all as per drawing, specification

etc., complete

Note:

1. If the boring tool encounters rock at

an elevation higher than the

termination level of the pile indicated

in the drawing, then the boring shall

be continued one metre into the rock

from where the boring tool encounters

rock first

2. In case the soil stratum at the

founding level is loose, the Engineer or

his representative may direct the

contractor to carry out additional

length of boring and payment for such

additional work shall also be made

under this item.

3. The sample of bored materials at

regular interval shall be collected and

produced for the verification of the

Engineer or his representative at no

extra cost. In the event of any dispute

about the type of strata bored, the

samples so collected shall be referred

to an authorised laboratory / agency

identified by the Engineer and the

decision of such authorised laboratory

/ agency is final and binding on both

the parties. However the cost of such

testing shall be borne by the

contractor.

a) 7830 Rm Boring through all type of soil strata

including cemented sand strata except

rubble layer and hard rock.

1 Rm

( one

Running

Metre)

b) 270 Rm Boring through Rubble layer 1 Rm

( one

Running

Metre)

Page 307: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 12 of 85

c) 270 Rm Boring through Rock strata 1 Rm

( one

Running

Metre)

1.4. 1900 T

Reinforcement for Piles Supplying,

fabricating and placing of CRS Fe 500

grade steel for piles reinforcement cage

in piles including cutting, bending,

welding, binding, with binding wire,

positioning of pile reinforcements from

founding level up to protection of

reinforcement bars above pile cut off

level in to deck beams with adequate

lapping lengths all as per drawing,

technical specifications and including

all labour, materials, tools transport,

cage lowering, equipment, fuel etc.,

complete.

Note:

Provision of authorised lapping,

hooking arrangements etc., as per the

approved bar bending schedule shall

also be measured and paid under this

item.

1 T

(one

Tonne)

1.5 9500

cu.m

In Situ Concrete for Piles

Construction of cast-in-situ Concrete

Piles Supply, deliver, transport to site

and place by tremie or approved

methods including compacting, curing

etc. of M40 grade concrete in cast in

situ piles, for the whole length of the

pile, from the founding level up to cut-

off level, including casting the pile at

least 600 mm above the specified cut-

off level and cutting the M.S liner at

specified level and clearing

reinforcement of pile for lapping in

deck slab as per drawing and

specifications including the bentonite

slurry including all sampling testing

and records and all labour, materials,

tools, equipment, fuel, etc., complete.

No payment shall be paid extra for the

portion of concreting above the cut off

level.

1 m3

( one

cubic

metre)

1.6 270 Nos

Dressing of Pile Muffs Dressing of

Pile Head Chipping of pile heads up to

cut-off level and /or as directed and

stacking the debris at convenient place

and transported to the low lying area

1No

(one

number)

Page 308: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 13 of 85

any where inside the harbour with in a

lead of 4Km or as directed by the

Engineer’s representative and all

associated cleaning of projecting

reinforcements including all labour,

materials, tools, equipment, fuel etc.,

complete.

1.7 650

cu.m

Pre cast concrete for Pile muffs

Supply, deliver, transport to site and

place of M40 grade concrete in precast

pile muffs, including all sampling,

necessary shuttering/formwork,

mixing, transporting, handling,

placing, vibrating, curing of concrete,

testing and maintaining records

including all labour, materials, tools,

equipment, fuel etc., complete.

Note: Supply and fabrication of steel

reinforcement shall be measured and

paid under relevant item.

1 m3

( one

cubic

metre)

1.8 125 cu.m Insitu concrete for Pile muffs

Supply, deliver, transport to site and

place of M40 grade concrete for in-situ

pile muffs including all sampling,

necessary shuttering / formwork,

mixing, transporting, placing,

vibrating, curing of concrete, testing

and maintaining records including all

labour, materials, tools, equipment

,fuel etc., complete.

Note: Supply, fabrication of steel

reinforcement shall be measured and

paid under relevant item.

1 m3

( one

cubic

metre)

1.9 160 T Reinforcement for Pile Muffs

Supplying, fabricating and placing of

CRS Fe 500 grade steel reinforcement

of all diameter for pile muff including

cutting, bending, welding, binding,

with binding wire, positioning of

reinforcement for pile muff all as per

drawing, technical specifications and

including all labour, materials, tools

transport, cage lowering, equipment,

fuel etc., complete.

1 T

(one

Tonne)

1.10

1 No Pile Test Initial Vertical Pile load test

Supply necessary Kent ledge and

perform vertical initial load test on the

marine pile of 1200mm diameter

according to the specifications and as

directed by the Engineer’s

representative all as per relevant IS

1No

(one

number)

Page 309: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 14 of 85

2911 code, etc., complete.

Note:

1. The tenderer shall furnish details of

the load testing method he proposes to

adopt.

2. The test load shall be furnished

before conducting the test for 1200mm

diameter pile.

3. Test shall be done initially at the

ground level and soil upto 0.0 CD shall

be removed. The test results shall be

re-calibrated to the actual pile depth

from -16m to penetration or as the

case may be as per cross section.

1.11 8 Nos Routine Dynamic Pile Tests Supply

necessary equipment and perform

routine dynamic load test on the

marine piles according to the

specifications and as directed by the

Engineer’s representative all as per

relevant IS codes, etc., complete.

Note:

1. The tenderer shall furnish details of

the load testing method he proposes to

adopt.

2. The pile shall be extended by at

least 2m beyond the cut-off level prior

to conducting the test and shall be

chipped and removed after the test is

completed.

3.Test shall be done initially at the

ground level and soil upto 0.0 CD shall

be removed. The test results shall be

re-calibrated to the actual pile depth

from -16m to penetration or as the

case may be as per cross section.

1No

(one

number)

1.12

a)

300 cu.m Diaphragm Wall

Guide wall for Diaphragm Wall

Providing and laying cement concrete

of grade M30 for guide walls for the

construction of diaphragm wall

including excavation necessary

shuttering/formwork, mixing,

transporting, placing, vibrating, curing

of concrete, all sampling, testing and

maintaining records including all

labour, materials, tools, equipment

,fuel etc., complete

1 m3

( one

cubic

metre)

b) 10400

sq.m

Construction of diaphragm wall

Excavation of 1200 mm wide trench in

1 m2

( one

Page 310: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 15 of 85

all types soil strata of including

cemented sand, boulder layers and

hard rock if any up to the founding

level as shown in approved

construction drawings and stacking

the bored soil at convenient place and

transported to the low lying area

anywhere inside the harbour area

within a lead of 4 Km as directed by

the Engineer’s representative for

construction of diaphragm wall

including chiselling of concrete at stop

ends and injecting as per details in

specification and drawings including

bentonite slurry, circulation, all

labour, equipment and machinery for

excavation, dewatering, bentonite

slurry flush pump and water pump,

higher charge current consumption,

charges for the reinforcement welding,

placing and lowering of the

reinforcement etc., as required all

complete as specified / directed by the

Engineer / Engineer's representative

and as per IS 9559-1980.

Note:

1. The payment will be made for one

vertical face area only.

2. The rate includes all works

associated with under water

inspection, photography, video to

identify the defects if any on the sea

side of the diaphragm wall and submit

the report to the Engineer. Further,

the defects if any shall be rectified

immediately including under water

work as directed by the Engineer /

Engineer's representative.

3. Contractor shall provide electronic

equipment to monitor the deflection of

the diaphragm wall for three months

after the dredging is completed and

provide weekly report.

square

metre)

c) 12500

Cu.m

Concreting for Diaphragm wall

Providing and laying M40 grade cast-

in situ reinforced cement concrete

work in 1200 mm thick diaphragm

wall at all depths from ground level to

founding level as shown in approved

construction drawings by tremie pipe

using graded stone aggregate of 20

1 m3

( one

cubic

metre)

Page 311: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 16 of 85

mm nominal size and 428 Kg/Cum

minimum cement content and having

slump compacting as per specification

and direction of Engineer in-charge

and including tremie up to cut off /

trimmed level inclusive of all labour

equipment materials except

reinforcement complete in all respects

as per IS 9559-1980 specification,

drawing and direction of Engineer or

Engineer's representative. Note :

Concreting of diaphragm walls shall

include additional height of 600 mm

above the diaphragm wall cutoff level.

d) 1865 T Reinforcement for Diaphragm wall

Supplying, fabricating and placing of

CRS Fe 500 grade steel for diaphragm

wall, guide wall etc., including

cutting, bending, welding, binding wire

all as per technical specification,

drawing, including all labour,

materials tools, equipment, fuel and

all sampling, testing and records etc.,

complete

1T

(One

Tonne)

1.13 8 Nos Concrete Integrity Tests Supply

necessary equipment and perform

concrete integrity test on the

diaphragm walls according to the

specifications and as directed by the

Engineer’s representative all as per

relevant IS codes, etc., complete.

Note:

1. The tenderer shall furnish details of

the testing method he proposes to

adopt.

1No (one

number)

1.14 330 m Dressing of Diaphragm wall Chipping

of diaphragm wall heads up to cut-off

level and /or as directed and stacking

the debris at convenient place and

transported to the low lying area

anywhere inside the harbour with in a

lead of 4Km or as directed by the

Engineer’s representative and all

associated cleaning of projecting

reinforcements including all labour,

materials, tools, equipment, fuel etc.,

complete.

1 Rm

(one

Running

Metre)

TOTAL-Bill No. 1

Page 312: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 17 of 85

BILL NO 2: DECK STRUCTURE FOR BERTH

Sl.

No

Probable

Qty Description of work

Rate in

Figures

and in

words

Rs. p

Unit in

Figures

and in

words

Total

Amount

Rs. P

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

2.1 Precast Cement Concrete

Casting of precast cement

concrete components such as

beams/slabs/ trench wall& cover

slab etc. of grade M40 of various

sizes as shown in the drawing

and or any other size as directed

to suit the site condition

including shuttering / formwork,

mixing, transporting, placing,

vibrating, curing the concrete and

all labour, materials, tools,

equipment, fuel, all sampling,

testing and records etc.,

complete.

Note:

1. Supply and fabrication of steel

reinforcement shall be measured

and paid under relevant item of

BOQ No: 2

2. Placing the precast units shall

be measured and paid under

relevant item of BOQ No:2

a. 755

Cu.m

Main beams 1 m3

(one

cubic

metre)

b. 170

Cu.m

Crane beams 1 m3

(one

cubic

metre)

c. 2500

Cu.m

Deck slab 1 m3

(one

cubic

metre)

2.2 Placing the precast elements

Handling, transporting and

placing of precast cement

concrete components such as

beams/slabs/trench cover slab

etc., of varying sizes in position

Page 313: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 18 of 85

as specified in drawings and as

directed including all operations,

all labour, tools, tackles, plant &

equipment fuel etc., complete.

a. 216

Nos

Main beams 1No

(one

Number)

b. 48

Nos

Crane beam 1No

(one

Number)

c. 780

Nos

Deck slab 1No

(one

Number)

2.3. In-situ Concrete Providing and

placing in-situ concrete of grade

M40 for various components

such as Beams /slabs /trench

etc all as per drawing and or as

directed by the Engineer

including provision of shuttering,

mixing, transporting ,placing,

vibrating, curing the concrete

including all labour, materials,

tools, equipment, fuel and all

sampling, testing and records

etc., complete.

Note:

Supply, Fabrication of steel

reinforcement shall be measured

and paid under relevant item of

BOQ No:2

a. 2800

cu.m

Mian beam 1 m3

(one

cubic

metre)

b. 1715

cu.m

Crane beam 1 m3

(one

cubic

metre)

c. 2000

cu.m

Deck slab 1 m3

(one

cubic

metre)

d. 2300

Cu.m

Pile muffs 1 m3

(one

cubic

metre)

2.4 1000

Cu.m

Wearing Coat Providing and

placing in-situ grade of M30

concrete as wearing coat over the

1 m3

(one

cubic

Page 314: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 19 of 85

deck slab of thickness 75mm

with necessary slope for drainage,

all as per drawings with

necessary shuttering, mixing,

transporting, placing, vibrating,

finishing and curing the concrete

including all labour, materials

tools, equipment, fuel and all

sampling, testing and records

etc., complete

metre)

2.5 2450 T Reinforcement Supplying,

fabricating and placing of CRS Fe

500 grade steel bars of all

diameter for precast / in situ

components of beams, slabs, etc.,

including lifting hooks for precast

units and cutting, bending,

welding, binding wire all as per

technical specification, drawing,

including all labour, materials

tools, equipment, fuel and all

sampling, testing and records

etc., complete.

(Quantities of Item No 1 and 3

are (755+170+2500) and

(2800+1715+2000+2300) Cum

respectively

1 T

(one

Tonne)

2.6 90

Cu.m

Lean -Concrete Providing and

laying plain cement concrete of

mix (1:4:8) in volumetric

proportions using 20mm graded

hard granite stone aggregate of

20 mm nominal size for sunken

portion for the rail to be provided

in future all as per the details

shown in the drawings and

specified relevant schedules or as

directed including mixing,

transportation, placing, vibrating,

curing, shuttering etc., including

all labour and materials, tools,

equipments, fuel etc., complete.

1 m3

(one

cubic

metre)

TOTAL-Bill No.2

Page 315: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 20 of 85

BILL NO: 3 WHARF ACCESSORIES

Sl.

No

Probable

Qty Description of work

Rate in

Figures

and in

words

Rs.

p

Unit in

Figures

and in

words

Total

Amount

Rs. P

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

3.1 18 Nos Fenders Design, manufacture,

test, transport, delivery, supplying

and fixing in position of rubber

fenders of Super cone type (1400

H) with a minimum of Energy

absorption of 1125 kN-m with the

rated reaction less than 1400 kN

and will accessories such as fender

frame, facial pad, nut and bolts

including shear chain, tension

chain, weight chain all as per

specification and drawing including

all testing and records and all as

directed including all labour,

materials, tools, equipment, fuel,

transport, etc. complete.

Note:

1. Fender rated energy shall

include manufacturer tolerance

taken in to account while selecting

the fender. Third party inspection

certificate shall be provided.

2. Sampling and testing

requirements shall be as per

specifications. No separate

payment will be made for sampling

and testing. The cost of all such

testing shall be included in this

item.

3. Fender supplier shall submit all

necessary calculations for the

selected fender, frame, facial pad,

tension chain, shear chain, weight

chain and embedment bolt etc. and

obtain approval from Engineer /

Engineer's representative prior to

manufacture. No separate payment

will be made for all design related

activities for the fender and its

accessories including erection.

1 No.

(one

number)

3.2 Bollards Design, manufacture,

Supplying and fixing in position

1 No.

(one

Page 316: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 21 of 85

cast steel bollard with SS 316 bolts

all as per specification and drawing

including concrete and provision of

galvanised hold down bolts, nuts,

washers and painting the bollards

as per specification and all as

directed including all labour,

materials, tools, equipment, fuel,

transport, etc complete.

Note:

1. Third party test certificate shall

be provided.

2. Sampling and testing

requirements shall be as per

specifications. No separate

payment will be made for sampling

and testing. The cost of all such

testing shall be included in this

item.

3. Bollard supplier shall submit all

necessary calculations for the

selected Bollard including anchor

bolt and its embedment length in

to M40 concrete and obtain

approval from Engineer /

Engineer's representative prior to

manufacture. No separate payment

will be made for all design related

activities for th fender and its

accessories including erection.

number)

a) 2 Nos 150 T Capacity complete with

anchor bolts etc.

1 No.

(one

number)

b) 18 Nos 100 T capacity complete with

anchor bolts etc.

1 No.

(one

number)

3.3 Ladder Supply, fabricate and

fixing in position of hot dip

galvanized ladders made up of MS

plate/flat/bars with painting the

ladder as per specification and

rubbing strip at locations shown in

the drawing, all as per specification

and as directed at site of work,

including all labour, materials,

tools, equipments, fuel transport,

curing etc., complete.

a 8 Nos Ladder 1 No

( One

Number)

Page 317: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 22 of 85

b. 50 m Marine rubbing strip (300mm x

300 mm)

1 RM

( one

running

metre)

3.4 8 Nos Mooring rings Supply, fabricate

and fix in position M.S galvanized

mooring rings of 32mm dia rod

including provision of MS anchor

bolts with ragged surface including

painting the ring as per

specification and as directed at site

of work, including all labour,

materials, tools, equipments, fuel,

transport curing etc, complete

1 No

( One

Number)

3.5. 16 m Safety chains Supplying,

fabricating and fixing in position

M.S galvanised safety chains of

12mm dia. Chain link, including

painting the chain as per

specification as per details shown

in the drawing and as directed at

site of work, including all labour,

materials, tools, equipments, fuel,

transport, curing etc., complete.

1 Rm

( one

running

metre)

3.6. Expansion Joint Supplying and

fixing in position pre joint filler in

the expansion joints including

fabricating and fixing in position of

M.S. plates etc., all as per drawing

and specification including all

labour, materials, tools,

equipments, etc., complete

a. 6 T M.S angles and Plate 1 T

( One

Tonne)

b. 60 sq.m Bituminous pad 25mm thick 1 m2

( one

square

metre)

3.7. 200 m Sealing compound Supplying and

laying bitumen sealing compound

of grade ‘ A’ conforming to IS 1834-

1984 (or its latest revision) for

joints as per details shown in the

drawing, painting the edges of the

Joints with an approved primer all

as specified and as directed

including all labour, materials,

1 Rm

( one

running

metre)

Page 318: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 23 of 85

tools equipment etc., complete

3.8. 5 T Supply, fabricate and fix in

position M.S inserts consisting of

MS flat in service trench for cable

support all as directed at site of

work including all labour,

materials, tools, equipments, fuel,

transport etc., and the rate to

include galvanizing the fixtures

and painting the exposed surfaces

and the galvanizing thickness shall

be not less than 80 microns

1 T

( one

Tonne)

TOTAL-Bill No.3

Page 319: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 24 of 85

BILL NO: 4 FORMATION OF BUND AND STONE PITCHING

Sl.

No

Probable

Qty Description of work

Rate in

Figures

and in

words

Rs.

p

Unit in

Figures

and in

words

Total

Amount

Rs. P

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

4.1 11000

Cu.m

Soil Excavation

Dredging the basin area in front of

the Automobile Export/ Import

Terminal- II as shown in the

drawing upto a depth of -16m CD

has been assigned in another

contract. It is assumed that the soil

below the deck of Automobile

Export/ Import Terminal- II will

form a natural slope. In case the

soil collapse did not happen due to

clayey material or other reasons,

the same shall be removed by

manual grabbing method from the

deck with suitable machinery and

transporting the dredged materials

in the land fill area within the port

with a lead of 4km by suitable

method as directed by the Engineer

including all labour, materials,

tools, plants & equipments, fuel

etc., complete.

Note:

1. No separate payment will be

made to the contractor for

Mobilization, demonization charges

of equipment. The contractor shall

include this charge in the bill of

quantities.

2. The payment will be made for

actual quantity of dredged material

only.

3. The dredging quantity shall be

measured in terms of pre & post

survey.

1 m3

(one

cubic

metre)

4.2 3000

Cu.m

Formation of Temporary Bund

Formation of Temporary bund for

construction of diaphragm wall by

using the borrow materials upto a

required height in the alignment by

suitable method as shown in the

drawing and as directed by the

1 m3

(one

cubic

metre)

Page 320: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 25 of 85

Engineer including all labour,

materials, tools, plants &

equipments, fuel etc., complete.

4.3 1650

sq.m

Geotextile Layer

Supply, fabricate geotextile fabric

as per specifications and placing in

position between the piles along

the slope, as shown in the drawing

and as specified in relevant

schedules or as directed at site of

work, including all operations,

handling, labour, materials,

transport, fuel, tools, tackles,

plants and equipment etc.,

complete.

Note:

1. The contractor shall engage

cranes of suitable boom length and

capacity for easy handling.

2. The contractor shall engage

skilled workmen for the work.

1 m2

( one

square

metre)

4.4 12000

Cu.m

Stone Pitching

Supply and Transport the stones

consisting of 25% between 500 kg

and 1000 kg and 75 % over 1000

kg and place them between the

piles to form a slope, as shown in

the drawing and as specified in

relevant schedules or as directed at

site of work, including all

operations, handling, labour,

materials, transport, fuel, tools,

tackles, plants and equipments

etc., complete.

Note:

1. The contractor shall make own

arrangements for transporting the

required materials.

2. The contractor shall engage

cranes of suitable boom length and

capacity for easy handling.

3. The contractor shall engage

skilled workmen for the work.

1 m3

(one

cubic

metre)

4.5. 120

Nos

Gabions

Laying of 9mm 4 strand PP Rope

Flexible Gabions (un Tarred) with

150 mm aperture and size

3mx1mx1m including supply and

filling the Gabion box with stones

of minimum size no less than 200

kg in weight and 300mm in size as

1 No

( One

Number)

Page 321: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 26 of 85

per specification.

TOTAL-Bill No.4

Page 322: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 27 of 85

BILL NO: 5 HARDENING THE AREA BEHIND THE BERTH

Sl.

No

Probable

Qty Description of work

Rate in

Figures

and in

words

Rs.

p

Unit in

Figures

and in

words

Total

Amount

Rs. P

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

5.1 25000

sq.m

Clearing jungle including uprooting

of rank vegetation, grass, brush

wood, trees and saplings of girth

upto 30cmmeasured at a height of

m above ground level and removal

of rubbish upto a distance of 50 m

outside the periphery of the area

cleared. as shown in the drawing

and or as directed including all

labour, materials, fuel, tools,

equipments etc., complete

1 m2

( one

square

metre)

5.2 39000

Cu.m

Earth work excavation up to 1.5 m

depth in ordinary soil, sand, clay

mixed with roots, debris, rubbish,

scrap, boulders etc. as existing at

site of work to form the base for

pavement/ basement for retaining

wall to required level including

dressing of sides, ramming of

bottom, all as per relevant

specification and stacking the

debris within a lead of 50 m for re-

transportation and disposal

including all labour, tools,

equipment, plants, fuel etc.,

complete

1 m3

(one

cubic

metre)

5.3 19510

Cu.m

Filling with available earth

(excluding boulder, rubbish,

debris, Ore, other deleterious

material etc.,) in the pavement

area, transporting the materials in

nearby area within a lead of 500m

all as per the details shown in the

drawings, specified in the relevant

schedules and as directed,

deposited the earth including all

labour, tools, equipment, etc.,

complete.

1 m3

(one

cubic

metre)

5.4 58380

sq.m

Preparation of sub-grade to the

specified grade and camber,

compaction with vibratory roller

1 m2

( one

square

Page 323: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 28 of 85

(80-100KN static weight) making

good the undulations including

excavating earth upto a depth of

22.5 cm. and disposal of surplus

earth to a lead of 500 m. including

hire and operational charges of

roller, tools, plant etc., as required

and as directed by the Engineer-in-

charge complete. All labour and

materials.

metre)

5.5 442

Cu.m

Providing and laying plain cement

concrete of mix 1:4:8 in volumetric

proportions (1 cement: 4 coarse

river sand: 8 graded hard granite

stone aggregate of 40 mm nominal

size) as base course for retaining

wall and wherever required as

shown in the drawings and

specified in the relevant schedules

and as directed by the Engineer's

representative, including mixing,

transporting, placing, consolidating

by ramming, curing, shuttering, etc

including all labour, material,

equipments, tools, fuel, etc.

complete.

1 m3

(one

cubic

metre)

5.6 1900

Cu.m

Providing and placing in-situ

concrete of grade M40 for various

components such as side walls of

retaining wall and cable trench etc

all as per drawing and or as

directed by the Engineer including

provision of shuttering, mixing,

transporting, placing, vibrating,

curing the concrete including all

labour, materials, tools,

equipment, fuel and all sampling,

testing and records etc., including

all labour, material, equipments,

tools, fuel, etc. complete.

1 m3

(one

cubic

metre)

5.7 590

Cu.m

Casting of precast cement concrete

for Drains / Cable chase slabs etc

of grade M40 as shown in the

drawing and or any other size as

directed to suit the site condition

including shuttering,/ formwork

mixing, transporting& placing of

concreting, vibrating, curing the

concrete and all labour, materials,

tools, equipment, fuel, all

sampling, testing and records etc.,

1 m3

(one

cubic

metre)

Page 324: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 29 of 85

Including all labour, material,

equipments, tools, fuel, etc.

complete.

5.8 590

Cu.m

Handling, transporting and placing

of precast cement concrete cover

slab of cable trench etc., in position

as specified in drawings and as

directed including all operations,

all labour, tools, tackles, plant &

equipments fuel etc., complete

1 m3

(one

cubic

metre)

5.9 310T

Supplying, fabricating and placing

of CRS, Fe500 grade steel bars for

precast/ in situ components etc.,

including lifting hooks for precast

units and cutting, bending,

welding, binding wire all as per

technical specification, drawing,

including all labour, materials

tools, equipment, fuel and all

sampling, testing and records etc.,

including all labour, material,

equipments, tools, fuel, etc.

complete.

1 T

( one

Tonne)

5.10 8255

Cu.m

Providing and laying Granular Sub-

Base (GSB) layer of 150 mm

compacted thickness on the

prepared sub grade with approved

granular materials of minimum

CBR value 30 grading conforming

to Table 400 – 1 of MOST including

screening, spreading in uniform

layer with Motor grader, watering

and premixing at optimum

moisture content, compacting with

Power and Vibratory Rollers of 80

to 100KN static weight to not less

than 98% of the maximum

laboratory dry density as per IS:

2720 (part 8) and fine dressing to

required grade and cross slope as

shown on the Drawing or as

directed by the Engineer, including

obtaining and transporting all

materials from approved quarry

site to work site with all lifts and

lead by Mechanical Transport,

head load or any other mode of

transportation, including labour,

tools, equipment, safety measures,

testing and incidentals necessary

to complete the work as per

1 m3

(one

cubic

metre)

Page 325: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 30 of 85

Technical Specification.

5.11 17630

Cu.m

Providing and placing in-situ

concrete of grade M20 for base

course of pavement area etc of

varying thickness all as per

drawing and or as directed by the

Engineer including provision of

shuttering, mixing, transporting,

placing, vibrating, curing the

concrete including all labour,

materials, tools, equipment, fuel

and all sampling, testing and

records etc., including all labour,

material, equipments, tools, fuel,

etc. complete.

1 m3

(one

cubic

metre)

5.12 1665

Cu.m

Supplying, laying and rolling to

levels using suitable roller , the

coarse river sand to a finished

thickness of 30mm all as per

relevant specifications, drawings,

and as directed, including all

labour, tools, equipments, fuel,

transport etc complete.

1 m3

(one

cubic

metre)

5.13 55445

sq.m

Supplying and Laying P.C.C Paving

blocks of M50 grade concrete with

a 200mm X 100 mm x100 mm size

to a correct alignment and gradient

in approved pattern as per drawing

and or as directed by the Engineer

over the river sand filling and

setting the blocks with hand tight

and compacting using vibrator to

bring out joints not more than

5mm wide between the blocks

including brushing the river sand

into the joints to fill the gap

wherever required and vibrating

again so as to achieve full interlock

of required shape and size all as

directed at site of work including

all labour, materials, tools,

equipments etc., complete.

1 m2

( one

square

metre)

5.14 750

Cu.m

Cutting and Removing the existing

road to the required line and level

including metal or soling etc., and

dispose the debris with in a lead of

4 km all tools, equipment and

labour etc., as required complete.

1 m3

(one

cubic

metre)

5.15 3325

sq.m

Dismantling and Removing the

existing paver block surface

including stacking the useful

1 m2

( one

square

Page 326: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 31 of 85

materials and removing the debris

with in a lead of 4 km all tools,

equipment and labour etc., as

required complete.

metre)

5.16 1040

Cu.m

Dismantling the cement concrete

and Removing the debris with in a

lead of 4 km including cutting

reinforcement bars if any etc., as

required The reinforcement bars

obtained if any from dismantling

shall be taken away with the

permission of engineer in charge

as required compete all labour and

materials

1 m3

(one

cubic

metre)

5.17 66

Cu.m

Removing and Replacing of precast

concrete covers as required and

debris if any while removing and

transportation with in a lead of 4

km including all labour and

equipment etc., as required

complete.

1 m3

(one

cubic

metre)

5.18 200 m

Supplying and laying 100 mm

outer diameter G.I pipe in sleeves

in cable trenches including cost of

pipes , pipe specials, labour for

laying etc, complete complying with

standard specifications and as

directed by the Engineer.

1 Rm

( one

running

metre)

5.19 25

Nos

Providing and fixing of 600 x 600

mm and 12 mm thick mild steel

perforated cover plates for drainage

duct chamber cover including cost

of steel plate ,cutting finishing to

the required size drilling holes for

drainage arrangements fixing in

position with necessary welded

chain embedded in the concrete

and providing and fixing

(50x50x6mm) M.S angle all-round

the concrete edge with anchor bolts

embedded in the concrete and

painting the steel plate with one

coat of red oxide primer and two

coats of enamel paint of required

colour etc. complete as directed by

the departmental officers.

1 No

( One

Number)

5.20 5000

sq.m

Supplying, fabricating, erection of

the structural steel MS flats, ISMC,

MS Angles for vertical members /

bracing / stiffeners / base plates or

any other usage as a structural

1 m2

( one

square

metre)

Page 327: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 32 of 85

member in wind screen portion for

Supplying, fabrication and fixing

knitted high strength wind screen

mesh of 10 mtr height made up of

HDPE monofilament knitted UV

wind screen mesh of high strength

with 60% blockade and 275 GSM

in two rows. The colour of the

fabric shall be blue / green / black

or any other approved colour,

including one coat of epoxy primer

and two coats of anti-corrosive

black paint for the new steel

surfaces over, conveyance, fixing

charges, labour, tools & plants,

fuel, etc., complete and as directed

Note:

1. Length and height of the

barrier shall be measured for

payment.

2. Before erection of the

structural steel members, the

contractor prepares the design for

the stability of the structure and to

obtain approval from the PMC.

3. After completion of the berth

construction, the tenderer shall

dismantle the wind barrier and

taken away the retrievable

materials with the written

permission of the Engineer.

After erection of the wind barrier

90% of the quoted unit rate will be

released and balance 10% will be

released after dismantling,

transporting.

TOTAL-Bill No.5

Page 328: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 33 of 85

BILL NO: 6 PAVING BLOCKS AND PQC

Sl.

No

Probable

Qty Description of work

Rate in

Figures

and in

words

Rs.

p

Unit in

Figures

and in

words

Total

Amount

Rs. P

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

6.1 88830

sq.m

Clearing scrub jungle including

uprooting of vegetation, grass,

brush wood, trees and saplings

and removal of rubbish up to a

distance of 1 km outside the

periphery of the area cleared with

all lead and lift, loading and

unloading, hire charges of

machinery and equipments,

transportation charges, labour

charges and all other incidental

charges etc., complete as per

standard technical, detailed

specification and design and

direction of the Engineer in-charge.

Note: The rate quoted is inclusive

of removal of top soil along with

vegetation; grass etc. for taking the

pre levels in the area.

1 m2

( one

square

metre)

6.2 21275

Cu.m

Earth work excavation in ordinary

Soil, Sand, clay mixed , Small

Boulders, debris, rubbish etc., by

mechanical means to the required

level including filling the good

materials in low lying area within

the work area, disposal of surplus

earth with in lead up to 2Km,

disposed earth to be levelled and

neatly dressed, with all lead and

lift, loading and unloading, hire

charges of machinery and

equipments, transportation

charges, labour charges and all

other incident charges etc.,

complete as per the standard

technical detailed specification and

direction of the Engineer in-charge.

Note: The payment for earthwork

shall be made based on levels. The

volume shall be calculated based

on pre and post recorded

excavation levels and by using

1 m3

(one

cubic

metre)

Page 329: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 34 of 85

Simpson's rule.

6.3 58620

Cu.m

Filling the yard with available soil

inside the port area including

conveyance of soil within a lead of

3km to site. Spreading the earth

uniformly to the entire yard

formation in layers of not

exceeding 250mm thick all as

directed including compacting

each layer including watering with

all leads for water and finishing the

surface to the line and grades,

sections as directed by the

Engineer In-charge and including

hire charges and running charges

for the roller and all other tools

and plants employed for the work

and all labour charges widening of

yard including compacting the

original ground with power roller

etc.,

Note: The payment for earth filling

shall be made based on levels. The

volume shall be calculated based

on pre and post recorded levels

and by using Simpson's rule.

1 m3

(one

cubic

metre)

6.4 89700

sq.m

Preparation of sub-grade to the

specified grade and camber,

compaction with vibratory roller

(80-100KN static weight) making

good the undulations Including

excavating earth upto a depth of

22.5cm.and disposal of surplus

earth to a lead of 500m.including

hire and operational charges of

roller, tools, plant etc., as required

and as directed by the Engineer-in-

charge complete including all

labour and materials etc complete.

1 m2

( one

square

metre)

6.5 11700

Cu.m

Providing gravel sub base below

the Granular Sub Base including

cost and conveyance of gravel from

any source to site, spreading the

gravel uniformly to the entire yard

formation in layers as directed by

the Engineer In-charge including

compacting each layer to the

required level in accordance with

IS2720 part VII using required

capacity rollers to achieve the

required density in each layer

1 m3

(one

cubic

metre)

Page 330: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 35 of 85

including watering with all leads

for water and finishing the surface

to the lines and grades sections,

compacting with power roller, all

labours, materials, equipments,

tools & tackles etc. complete as

directed by the Engineer In-charge

and as per Standard specification.

Note: The payment for gravel sub

base shall be made based on

levels. (pre and Post level)

6.6 13300

Cu.m

Providing and laying GRANULAR

SUB BASE (GSB) layer on the

prepared gravel layer with

approved granular materials

conforming to Section 400, Clause

401 of MORT&H including

screening, spreading in uniform

layer with Motor grader, watering

and premixing at optimum

moisture content, compacting with

Power and Vibratory Rollers and

fine dressing to required grade and

cross slope as shown on the

Drawing or as directed by the

Engineer, including obtaining and

transporting all materials from

approved quarry site to work site

with all lifts and lead by

Mechanical Transport, head load

or any other mode of

Transportation, including labour,

tools, equipment, safety measures,

testing and incidentals necessary

to complete the work as per

standard technical specification.

Note: The payment for granular

sub base shall be made based on

levels. (Pre and Post level)

1 m3

(one

cubic

metre)

6.7 11280

Cu.m

Providing, laying, spreading and

compacting graded stone aggregate

to wet mix macadam (WMM)

specification conforming to Section

400, Clause 406 of MORT&H

including premixing the material

with water at OMC in mechanical

mix plant, carriage of mixed

material by tipper to site, for all

leads & lifts, laying in uniform

layers with mechanical paver

finisher in sub- base / base course

1 m3

(one

cubic

metre)

Page 331: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 36 of 85

on well prepared surface and

compacting with vibratory roller to

achieve the desired density,

complete as per specifications and

directions of Engineer-in-Charge.

Note: The payment for Wet Mix

Macadam shall be made based on

levels. (Pre and Post level)

6.8 850

Cu.m

Supplying, laying and rolling to

levels using suitable roller with the

coarse river sand to a finished

thickness of 30mm all as per

relevant specifications, drawings

and as directed including all

labour, tools, equipments, fuel,

transport etc, Complete.

Note: Based on the availability of

coarse river sand in the market,

using of crusher sand or coarse

sand shall be decided by the

Engineer In-charge during

execution of work.

1 m3

(one

cubic

metre)

6.9 850

Cu.m

Supplying, laying and rolling to

levels using suitable roller with the

crusher sand to a finished

thickness of 30mm all as per

relevant specifications, drawings

and as directed including all

labour, tools, equipments, fuel,

transport etc, Complete.

Note: Based on the availability of

coarse river sand in the market,

using of crusher sand or coarse

sand shall be decided by the

Engineer In-charge during

execution of work.

1 m3

(one

cubic

metre)

6.10 52680

sq.m

Supplying P.C.C Paving blocks of

M 40mix of size 200mm x 100 mm

x 100 mm thick to a correct

alignment and gradient in

approved pattern as per drawing

and or as directed by the Engineer

over the river sand / crusher sand

filling and setting the blocks with

hand tight and compacting using

vibrator to bring out joints not

more than 5mm wide between the

blocks including brushing the river

sand into the joints to fill the gap

wherever required and vibrating

again so as to achieve full interlock

1 m2

( one

square

metre)

Page 332: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 37 of 85

of required shape and size all as

directed at site of work including

all labour, materials, tools,

equipments etc., complete.

6.11 37

Cu.m

Providing and placing in-situ

concrete of grade M40 for rigid

pavement of thickness 100 mm in

the gap between paving blocks and

chase/drain portion etc all as per

drawing and or as directed by the

Engineer including provision of

shuttering, mixing, transporting,

placing, vibrating, curing the

concrete including all labour,

materials, tools, equipment, fuel

and all sampling, testing and

records etc., including all labour,

material, equipments, tools, fuel,

etc. complete.

1 m3

(one

cubic

metre)

6.12 3230

Cu.m

Providing and laying of dry lean

cement concrete of M10 grade

placed by a paver over a prepared

sub-base with coarse and fine

aggregate conforming to IS:383,

the size of coarse aggregate not

exceeding 25 mm, aggregate

cement ratio not to exceed 15:1,

aggregate gradation after blending

to be as per specifications, cement

content not to be less than 150

Kg/cum, optimum moisture

content to be determined during

trial length construction, concrete

strength not to be less than 10

Mpa at 7 days, mixed in a batching

plant, transported to site, for all

leads & lifts, laid with a

mechanical paver, compacting with

80 -100 KN static weight vibratory

roller to not less than 98% of lab

density as per clause 601.7 of

MoSRT&H , finishing and curing

etc. complete as per direction of

Engineer-incharge.

1 m3

(one

cubic

metre)

6.13 9360

Cu.m

Providing and laying plain cement

concrete of Design mix M40 grade

over a prepared levelling course in

panels of 4.0m x 4.5m or any other

suitable dimensions as directed as

top layer of finished average

thickness 300mm including

1 m3

(one

cubic

metre)

Page 333: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 38 of 85

providing necessary contraction /

expansion joints as shown in the

drawing and laid with proper slope

and levels including shuttering,

strutting, mixing, transporting,

placing, vibrating with screed

vibrator, curing etc., all as per

relevant specifications, drawings

and as directed including all

labour, material, equipments,

tools, plants, fuel, etc., complete.

Note: Providing Dowel rods,

bitumen pad for expansion joint,

sealing compound for expansion

/contraction joints will be

measured and paid separately

under relevant item.

6.14 700

sq.m

Providing impregnated bituminous

pad of 20mm thick in Expansion

joint as per drawing and/or as

directed at site including cost of all

materials, labour, form work, tools

and plants including all other

incidental charges etc., complete

as per relevant standard

specifications and as per the

direction of Engineer in-charge.

1 m2

( one

square

metre)

6.15 1940

kg

Supplying and Providing Dowel

bars of 16mm diameter (Mild Steel

rounds) for expansion joints or

Contraction joints including plastic

sleeve min 100 mm long on one

end contains a pad of compressible

material at the end as per drawing

and/or as directed at site including

cost of all materials, labour, form

work, tools and plants including all

other incidental charges etc.,

complete as per relevant standard

specifications and as per the

direction of Engineer in-charge.

1 kg

( one kilo

gram)

6.16 4600

kg

Supplying and Providing Tie bars

of 10mm diameter of deformed

steel for Longitudinal joints as per

drawing and/or as directed at site

including cost of all materials,

labour, formwork, tools and plants

including all other incidental

charges etc., complete as per

relevant standard specifications

and as per the direction of

1 kg

( one kilo

gram)

Page 334: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 39 of 85

Engineer in-charge.

6.17 7230

m

Supplying & Laying 'A' grade

sealing compound in Contraction

Joint of size 12 mm thk, 75mm

depth and as per as per drawing

and/or as directed at site including

Groove cutting, cost of all

materials, labour, formwork, tools

and plants including all other

incidental charges etc., complete

as per relevant standard

specifications and as per the

direction of Engineer in-charge.

1 Rm

( one

running

metre)

6.18 3790

m

Supplying & Laying 'A' grade

sealing compound in Longitudinal

Joint of size 12 mm thk, 90mm

depth and as per as per drawing

and/or as directed at site including

Groove cutting, cost of all

materials, labour, form work, tools

and plants including all other

incidental charges etc., complete

as per relevant standard

specifications and as per the

direction of Engineer in-charge.

1 Rm

( one

running

metre)

6.19 2515

m

Supplying & Laying 'A' grade

sealing compound in Expansion

joint of 20mm thick and 25mm

depth and as per as per drawing

and/or as directed at site including

Groove cutting, cost of all

materials, labour, form work, tools

and plants including all other

incidental charges etc., complete

as per relevant standard

specifications etc., complete as per

the direction of Engineer in-charge.

1 Rm

( one

running

metre)

6.20 495

Cu.m

Supplying, Filling with gravel

between narrow portions such as

Drains and Cable chase,

Compound wall and Cable chase

etc., in the yard area including

conveyance of gravel,

Compaction, watering, all labour

charges etc., complete as per

relevant standard specifications

etc., as per the direction of

Engineer in-charge.

1 m3

(one

cubic

metre)

6.21 Felling trees of the girth (Measured

at a height of 1m above ground

level) including cutting of trunks

Page 335: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 40 of 85

and branches removing the roots

and stacking of serviceable

materials and disposal of

unserviceable materials.

6.21.1 6

Nos

Beyond 60cm girth up to and

including 120cm girth

1 No

( One

Number)

6.21.2 3

Nos

Beyond 120cm girth up to and

including 240cm girth

1 No

( One

Number)

6.22 400

hp.hr

Bailing out water from foundations

/ pipe line trenches with oil engine

driven pump sets including hire

charges, fuel charges and wages

for the driver and helper

1 hp.hr

(Horse per

Hour)

TOTAL-Bill No.6

Page 336: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 41 of 85

BILL NO: 7 CONSTRUCTION OF RCC STORM WATER DRAIN

Sl.

No

Probable

Qty Description of work

Rate in

Figures

and in

words

Rs.

p

Unit in

Figures

and in

words

Total

Amount

Rs. P

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

7.1 2055

Cu.m

Earth work excavation in ordinary

soil, sand, clay mixed with roots,

debris, rubbish etc. as existing at

site of work for foundation

dressing of sides, ramming of

bottom all as specified under

relevant schedules, drawings

including depositing the excavated

materials with in a lead of 50 m for

re-transportation as directed

including all labour, shoring,

strutting and de watering wherever

necessary transport, tools, tackles,

equipment, fuel, etc., complete.

1 m3

(one

cubic

metre)

7.2 260

Cu.m

Providing and laying plain cement

concrete of mix1:4:8 volumetric

proportions (1 cement: 4 coarse

river sand: 8 graded hard granite

stone aggregate of 40 mm nominal

size) for levelling course in

foundations all as per

specification, drawings and as

directed including mixing,

transporting, placing, ramming,

curing, shuttering, de watering if

any etc., including all labour,

material, equipments, tools, fuel

etc. complete.

1 m3

(one

cubic

metre)

7.3 Providing and Placing in-situ

cement concrete of mix 1:1.5:3 in

volumetric proportions (1 cement:

1.5 coarse river sand: 3 graded

hard granite stone aggregate of 20

mm nominal size) for R.C.C works

such as bottom slab and side walls

of drain all as per relevant

specifications, drawings and as

directed including mixing,

transporting, placing, vibrating,

shuttering, curing, de watering if

any including all labour, material,

equipments, tools, plants, fuel, etc.

Page 337: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 42 of 85

complete.

7.3.1 430

Cu.m

Bottom slab 1 m3

(one

cubic

metre)

7.3.2 1080

Cu.m

Side walls 1 m3

(one

cubic

metre)

7.4 100

Cu.m

Providing and Placing cement

concrete of mix 1:1.5:3 in

volumetric proportions (1 cement:

1.5 coarse river sand: 3 graded

hard granite stone aggregate of 20

mm nominal size) for R.C.C works

of drain precast cover slab of size

as per relevant specifications,

drawings and as directed including

mixing, transporting, handling,

placing, vibrating, shuttering

arrangements for pre casting the

slabs, curing, including finished

with the top surfaces with C.M 1:3,

6-10mm thick including providing

lifting hook, curing, all labour,

material, equipments, tools,

plants, fuel, etc. complete.

1 m3

(one

cubic

metre)

7.5 230

Cu.m

Providing and Placing in-situ

cement concrete of mix 1:1.5:3 in

volumetric proportions (1 cement:

1.5 coarse river sand: 3 graded

hard granite stone aggregate of 20

mm nominal size) for R.C.C works

of drain in-situ cover slabs of size

as per relevant specifications,

drawings and as directed including

mixing, transporting, placing,

vibrating, shuttering, curing,

including finished with the top

surfaces with C.M 1:3, 6-10mm

thick including providing lifting

hook, curing, all labour, material,

equipments, tools, plants, fuel, etc.

complete.

1 m3

(one

cubic

metre)

7.6 137580

kg

Supplying, transporting and

fabricating TMT Fe500D bars and

placing in position as

reinforcement for all RCC

members, as shown in the drawing

1 kg (One

Kilogram)

Page 338: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 43 of 85

including all handling, cutting,

bending and tying with 1.25mm

dia black annealed binding wire

including all materials and labour,

lifting, tools, equipments, etc.,

complete.

7.7 514

Cu.m

Refilling with available excavated

earth (excluding boulder, rubbish,

debris, other deleterious material

etc.,) in sides of drain chase all as

per the details shown in the

drawings, specified in the relevant

schedules and as directed in layers

not exceeding 20 cms thickness

consolidating the deposited earth

in layers by watering and ramming

including all labour, tools,

equipment, etc., complete

1 m3

(one

cubic

metre)

TOTAL-Bill No.7

Page 339: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 44 of 85

BILL NO: 8 CONSTRUCTION OF RCC CABLE CHASE

Sl.

No

Probable

Qty Description of work

Rate in

Figures

and in

words

Rs.

p

Unit in

Figures

and in

words

Total

Amount

Rs. P

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

8.1 1940

Cu.m

Earth work excavation in ordinary

soil, sand, clay mixed with roots,

debris, rubbish etc. as existing at

site of work for foundation

dressing of sides, ramming of

bottom all as specified under

relevant schedules, drawings

including depositing the excavated

materials with in a lead of 50 m for

re-transportation as directed

including all labour, shoring,

strutting and de watering wherever

necessary transport, tools, tackles,

equipment, fuel, etc., complete.

1 m3

(one

cubic

metre)

8.2 233

Cu.m

Providing and laying plain cement

concrete of mix1:4:8 volumetric

proportions (1 cement: 4 coarse

river sand: 8 graded hard granite

stone aggregate of 40 mm nominal

size) for levelling course in

foundations all as per

specification, drawings and as

directed including mixing,

transporting, placing, ramming,

curing, shuttering, de watering if

any etc., including all labour,

material, equipments, tools, fuel

etc. complete.

1 m3

(one

cubic

metre)

8.3 Providing and Placing in-situ

cement concrete of mix 1:1.5:3 in

volumetric proportions (1 cement:

1.5 coarse river sand: 3 graded

hard granite stone aggregate of 20

mm nominal size) for R.C.C works

such as bottom slab and side walls

of drain all as per relevant

specifications, drawings and as

directed including mixing,

transporting, placing, vibrating,

shuttering, curing, dewatering if

any including all labour, material,

equipments, tools, plants, fuel, etc.

Page 340: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 45 of 85

complete.

8.3.1 391

Cu.m

Bottom slab 1 m3

(one

cubic

metre)

8.3.2 850

Cu.m

Side walls 1 m3

(one

cubic

metre)

8.4 90

Cu.m

Providing and Placing cement

concrete of mix 1:1.5:3 in

volumetric proportions (1 cement:

1.5 coarse river sand: 3 graded

hard granite stone aggregate of 20

mm nominal size) for R.C.C works

of drain precast cover slab of size

as per relevant specifications,

drawings and as directed including

mixing, transporting, handling,

placing, vibrating, shuttering

arrangements for pre casting the

slabs, curing, including finished

with the top surfaces with C.M 1:3,

6-10mm thick including providing

lifting hook, curing, all labour,

material, equipments, tools,

plants, fuel, etc. complete.

1 m3

(one

cubic

metre)

8.5 208

Cu.m

Providing and Placing in-situ

cement concrete of mix 1:1.5:3 in

volumetric proportions (1 cement:

1.5 coarse river sand: 3 graded

hard granite stone aggregate of 20

mm nominal size) for R.C.C works

of drain in-situ cover slab of size as

per relevant specifications,

drawings and as directed including

mixing, transporting, placing,

vibrating, shuttering, curing,

including finished with the top

surfaces with C.M 1:3, 6-10mm

thick including providing lifting

hook, curing, all labour, material,

equipments, tools, plants, fuel, etc.

complete.

1 m3

(one

cubic

metre)

8.6 115080

kg

Supplying, transporting and

fabricating TMT Fe500D bars and

placing in position as

reinforcement for all RCC

members, as shown in the drawing

1 kg (One

Kilogram)

Page 341: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 46 of 85

including all handling, cutting,

bending and tying with 1.25mm

dia black annealed binding wire

including all materials and labour,

lifting, tools, equipments, etc.,

complete.

8.7 2580

kg

Supplying, transporting and

fabricating structural steel angles

of size 50 mm x 50 mm x 5mm and

placing in position as supporting

legs for cables in cable chase as

shown in the drawing including all

handling, cutting, including

painting 2 coats over one coat of

anti-corrosive paint including all

materials and labour, lifting, tools,

equipments, etc., complete.

1 kg (One

Kilogram)

8.8 485

Cu.m

Refilling with available excavated

earth (excluding boulder, rubbish,

debris, other deleterious material

etc.,) in sides of drain chase all as

per the details shown in the

drawings, specified in the relevant

schedules and as directed in layers

not exceeding 20 cms thickness

consolidating the deposited earth

in layers by watering and ramming

including all labour, tools,

equipment, etc., complete.

1 m3

(one

cubic

metre)

TOTAL-Bill No.8

Page 342: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 47 of 85

BILL NO: 9 CONSTRUCTION OF COMPOUND WALL

Sl.

No

Probable

Qty Description of work

Rate in

Figures

and in

words

Rs.

p

Unit in

Figures

and in

words

Total

Amount

Rs. P

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

9.1 Earth work excavation in ordinary

soil, sand, clay mixed with roots,

small boulders, debris, rubbish

etc. as existing at site of work for

column and plinth beam

foundation dressing of sides,

ramming of bottom, all as specified

under relevant schedules,

drawings including depositing the

excavated materials within a lead

of 50 m for re-transportation as

directed including all labour,

shoring, strutting and dewatering

wherever necessary transport,

tools, tackles, equipment, fuel,

etc., complete.

836

Cu.m

Up to 1.5m 1 m3

(one

cubic

metre)

95

Cu.m

Above 1.5m level 1 m3

(one

cubic

metre)

9.2 56

Cu.m

Providing and laying plain cement

concrete of mix1:4:8 in volumetric

proportions (1 cement: 4 coarse

river sand: 8 graded hard granite

stone aggregate of 40 mm nominal

size) for levelling course in

foundations all as per

specification, drawings and as

directed including mixing,

transporting, placing,

consolidating, by ramming, curing,

shuttering, de watering if any etc.,

including all labour, material,

equipments, tools, fuel etc.

complete.

1 m3

(one

cubic

metre)

Page 343: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 48 of 85

9.3 Providing and Placing in-situ

cement concrete of mix 1:1.5:3 in

volumetric proportions (1 cement:

1.5 coarse river sand: 3 graded

hard granite stone aggregate of 20

mm nominal size) for R.C.C works

such as Column footings and

column below Floor Level all as per

relevant specifications, drawings

and as directed including mixing,

transporting, placing, vibrating,

shuttering, curing, de watering if

any including all labour, material,

equipments, tools, plants, fuel, etc.

complete.

87

Cu.m

1.Column footing 1 m3

(one

cubic

metre)

33

Cu.m

2.Column below Floor Level 1 m3

(one

cubic

metre)

9.4 68

Cu.m

Providing and Placing in-situ

cement concrete of mix1:1.5:3 in

volumetric proportions (1 cement:

1.5coarse river sand: 3 graded

hard granite stone aggregate of 20

mm nominal size) for R.C.C

Column above floor level as per

relevant specifications, drawings

and as directed including mixing,

transporting, placing, vibrating,

shuttering, curing and finishing

the exposed surfaces with C.M1:3,

6 to 10 mm thick including all

labour, material, equipments,

tools, plants, fuel, etc. complete.

1 m3

(one

cubic

metre)

9.5 84

Cu.m

Providing and laying Cement

concrete in mix 1:1.5:3 in

volumetric proportions (1 Cement:

1.5 coarse river sand: 3 graded

hard granite stone aggregate of 20

mm nominal size) for RCC in plinth

beam all as per the details shown

in the drawings, specified in the

relevant schedules and as directed

including centering, shuttering,

scaffolding, mixing, transporting,

placing, vibrating, curing including

1 m3

(one

cubic

metre)

Page 344: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 49 of 85

all labour, materials, tools,

equipments, etc, complete.

9.6 19

Cu.m

Providing and Placing in-situ

cement concrete of mix1:1.5:3 in

volumetric proportions (1 cement:

1.5coarse river sand: 3graded hard

granite stone aggregate of 20 mm

nominal size) for R.C.C coping

beam over the Column all as per

relevant specifications, drawings

and as directed including mixing,

transporting, placing, vibrating,

shuttering, curing and finishing

the exposed surfaces with C.M.

1:3, 6 to 10 mm thick including all

labour, material, equipments,

tools, plants, fuel, etc. complete

1 m3

(one

cubic

metre)

9.7 128

Cu.m

Brick Work using bricks of class

designation 50 in cement mortar

1:5 (1 cement: 5 Course river sand)

in walls up to finish floor level in

compound wall etc. All as per the

details shown in the drawings and

specified in the relevant schedules

and as directed including

scaffolding, curing all labours,

materials, tools, equipments etc.,

complete.

1 m3

(one

cubic

metre)

9.8 1218

Sq.m

Preparing the external surfaces of

compound walls in the Brick work

portion and providing plaster in

cement mortar 1:5 (1 cement: 5

fine river sand) 12 mm thick all as

per the details shown in the

drawings as specified in the

relevant schedules and as directed

to the required finish including

forming grooves with thread as

required, curing etc., including all

labour, tools, material,

equipments, etc., complete.

1 m2

( one

square

metre)

9.9 2188

Sq.m

Hollow concrete block work using

blocks of size 400x 200 x200 mm

first class in cement mortar 1:5 (1

Cement : 5 Coarse river sand) for

compound walls including punning

the same with C.M 1:3 all as per

the details shown in the drawings

and specified in the relevant

schedules and as directed

including scaffolding, curing all

1 m2

( one

square

metre)

Page 345: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 50 of 85

labour, materials, tools,

equipments etc., complete.

9.10 34000

kg

Supplying, transporting and

fabricating TMT Fe500D bars and

placing in position as

reinforcement for all RCC

members, as shown in the drawing

including all handling, cutting,

bending and tying with 1.25mm

dia black annealed binding wire

including all materials and labour,

lifting, tools, equipments, etc.,

complete.

1 kg (One

Kilogram)

9.11 14252

kg

Providing and fixing of Compound

wall Gate including in priming coat

and two coats of epoxy painting as

approved including all materials

and applications main compound

wall as per the drawing and

direction of Engineer In-charge.

1 kg (One

Kilogram)

9.12 5790

Sq.m

Preparing the surfaces, providing

and finishing the walls of

compound walls including two

coats of colour cement paint of

approved quality and Colour or

combination of Colours to give an

even shade, as approved by the

Engineer or his representative,

over one coat of white cement paint

including curing, scaffolding, all

labour, materials, brushes etc.,

complete.

1 m2

( one

square

metre)

9.13 755

Cu.m

Refilling with available excavated

earth (excluding boulder, rubbish,

debris, other deleterious material

etc.,) in sides of compound wall, all

as per the details shown in the

drawings, specified in the relevant

schedules and as directed in layers

not exceeding 20cms. Thickness

consolidating the deposited earth

in layers by watering and ramming

including all labour, tools,

equipment, etc., complete.

1 m3

(one

cubic

metre)

TOTAL-Bill No.9

Page 346: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 51 of 85

BILL NO: 10 CONSTRUCTION OF SECURITY WATCH TOWERS (2 nos)

Sl.

No

Probable

Qty Description of work

Rate in

Figures

and in

words

Rs.

p

Unit in

Figures

and in

words

Total

Amount

Rs. P

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

10.1 22

Cu.m

Earth work excavation in ordinary

soil, sand, clay mixed, small

boulders, debris, rubbish etc. as

existing at site of work for column

and plinth beam foundation

dressing of sides, ramming of

bottom, all as specified under

relevant schedules, drawings

including depositing the excavated

materials within a lead of 50 m for

re-transportation as directed

including all labour, shoring,

strutting and de watering wherever

necessary transport, tools, tackles,

equipment, fuel, etc., complete.

1 m3

(one

cubic

metre)

10.2 4

Cu.m

Providing and laying plain cement

concrete of mix 1:4:8 in volumetric

proportions (1 cement: 4 coarse

river sand: 8 graded hard granite

stone aggregate of 40 mm nominal

size) for levelling course in

foundations all as per

specification, drawings and as

directed including shuttering,

mixing, transporting, placing,

consolidating, by ramming, curing,

de watering if any etc., including

all labour, material, equipments,

tools, fuel etc. complete.

1 m3

(one

cubic

metre)

10.3 10

Cu.m

Providing and laying in-situ

cement concrete of mix 1:1.5:3 in

volumetric proportions (1 cement:

1.5 coarse river sand: 3 graded

hard granite stone aggregate of 20

mm nominal size) for R.C.C works

such as Column footings and

Column pedestal below Ground

level and all work up to plinth level

as per relevant specifications,

drawings and as directed including

shuttering, mixing, transporting,

placing, vibrating, curing, de

1 m3

(one

cubic

metre)

Page 347: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 52 of 85

watering if any including all

labour, material, equipments,

tools, plants, fuel, etc. complete.

10.4 6

Cu.m

Providing and laying in-situ

cement concrete of mix 1:1.5:3 in

volumetric proportions (1 cement:

1.5 coarse river sand: 3 graded

hard granite stone aggregate of 20

mm nominal size) for R.C.C works

such as columns above plinth level

up to floor level, Waist slab beam

as per relevant specifications,

drawings and as directed including

shuttering, mixing, transporting,

placing, vibrating, curing, de

watering if any including all

labour, material, equipments,

tools, plants, fuel, etc. complete.

1 m3

(one

cubic

metre)

10.5 28

Cu.m

Providing and laying in-situ

reinforced cement concrete of mix

1:1.5:3 (1 Cement: 1.5 Coarse river

sand: 3 stone graded aggregate

20mm graded metal) for RCC

works, including the cost of

centering, shuttering, and

reinforcement. The coarse

aggregate being the hard granite

stone graded aggregate of 20 mm

metal and the fine aggregate being

the coarse river sand for work in

Roof beams, suspended floors,

roofs, landings, balconies, shelves,

staircases, lintel, sunshade etc. up

to floor five level including

shuttering, mixing, transporting,

placing, vibrating, shuttering,

curing, de watering if any

including all labour, material,

equipments, tools, plants, fuel, all

as per specifications, drawings and

as directed etc. complete.

1 m3

(one

cubic

metre)

10.6 8

Cu.m

Refilling with the available

excavated earth (excluding

boulders, rubbish, debris etc.,) in

basement, sides of foundation etc.,

in layers not exceeding 200 mm.

thick consolidating the deposited

earth in layers by watering and

ramming including all labour,

tools, equipment, all as per

specifications, drawings and as

1 m3

(one

cubic

metre)

Page 348: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 53 of 85

directed etc., complete.

10.7 14

Cu.m

Brick work using good quality well

burnt stock bricks in cement

mortar 1:5 (1 Cement : 5 Coarse

river sand) in super structure

above plinth level up to floor level,

for walls, steps, including tools,

equipments, scaffolding, curing all

as per specifications, drawings and

as directed, etc. complete.

1 m3

(one

cubic

metre)

10.8 33

Cu.m

Brick on edge using good quality

well burnt stock bricks in cement

mortar 1:3 (1 Cement : 3 Coarse

rive sand) for staircase handrails

up to floor level including all

labour, tools, equipments,

scaffolding, curing all as per

specifications, drawings and as

directed etc., complete.

1 m3

(one

cubic

metre)

10.9 280

Sq.m

Preparing the RCC members and

plastering in cement mortar 1:3 (1

Cement : 3 Fine river sand), 10-

12mm thick to the required finish

with a floating coat of neat cement

including cost of placing, all lead,

lift, labours, curing, tools, plants,

equipments, scaffolding all as per

specifications, drawings and as

directed etc., complete.

1 m2

( one

square

metre)

10.10 401

Sq.m

Preparing the brickwork and

plastering in cement mortar 1:5 (1

Cement : 5 Fine sand), 12-15mm

thick to the required finish,

including cost of placing, all lead,

lift, labours, curing, tools, plant,

equipment, scaffolding all as per

specification, drawing and as

directed etc. complete.

1 m2

( one

square

metre)

10.11 110

kg

Supplying Providing, fabricating

and fixing anodised aluminium

sections with 15 microns thick

anodisation for doors, windows,

ventilators with extruded built up

standard tubular sections of

approved make to be fixed with

plugs and screws of with fixing

clips or with expansion hold

fasteners including necessary

filling up of gaps at junctions at

top and sides with required PVC /

neoprene felt etc. aluminium

1 kg (One

Kilogram)

Page 349: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 54 of 85

section shall be smooth, rust free,

straight, mitred and jointed

mechanically wherever required

including cleat and angle,

aluminium snap beading for

glazing / panelling C.P Brass /

Stainless steel screws including all

labour, tools, equipments,

scaffolding, materials all as per

specifications, drawings and as

directed etc., complete.

Note: Aluminium sections shall be

smooth, rust-free, straight, mitered

and jointed mechanically wherever

required. Aluminium sections

should get approved by the

Engineer-in charge.

10.12 18

Sq.m

Providing and fixing glazing of

5mm/4mm thick/or the nearest

size available in the market, glass

paneling in aluminum door

/window, ventilator with PVC/

neoprene gasket including all

labour, materials, tools equipment

all as per specification, drawing

and as directed etc., complete.

1 m2

( one

square

metre)

10.13 4

Sq.m

Providing and fixing 8 mm thick/or

the nearest size available in the

market pre laminated particle

boards of approved manufacturer

flat pressed or graded wood

particle board in paneling fixed in

aluminum door, partition frames

with C.P brass / stainless screws

etc., including all labour,

materials, tools equipment, all as

per specifications, drawings and as

directed etc., complete.

Note: The actual area of glass

provided alone will be measured

for payment purpose.

1 m2

( one

square

metre)

10.14 47

Sq.m

Providing cement concrete flooring

in CM 1:3, (1 Cement : 3 Fine river

sand) 20mm thick finished with a

neat floating coat of cement

punning including all labour,

materials, equipments, tools, all as

per specification, drawing and as

directed etc. Complete.

1 m2

( one

square

metre)

10.15 50

Sq.m

Preparing and plastering the top

surface of the roof slab cement

1 m2

( one

Page 350: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 55 of 85

mortar 1:3 (1Cement:3 fine river

sand) 20mm thick mixed with

water proofing admixtures (Fosroc,

CICO, PERMA, Dr. FIXIT) available

in the market as per the

manufacturers specifications and

compositions with required slope

to drain the water freely and to the

required finish curing etc including

all labour, materials, tools,

equipments all as per

specifications, drawings and as

directed etc. complete.

square

metre)

10.16 681

Sq.m

Colour washing with two coats of

cement paint of approved make

and quality from a standard

manufacturer over one coat of

primer over the new plastered

surface including all labour, tools,

equipment, scaffolding, materials

all as per specification, drawing

and as directed etc., complete.

1 m2

( one

square

metre)

10.17 30

Sq.m

Preparing the surfaces, providing

and finishing the ceiling, bottom of

sunshades and wherever required

with two coats of white. Cement

paint of approved quality to give an

even shade, curing, scaffolding

etc., including all labour,

materials, brushes, etc., complete.

1 m2

( one

square

metre)

10.18 5660

kg

Supplying transporting,

fabricating, cutting, bending and

tying and placing in position TMT

Fe 500D bars steel reinforcement

bars for RCC works including tying

with 1.25 mm dia black annealed

binding wire all material including

the cost of steel reinforcement,

binding wire all handling, labour,

lifting, tools, equipments,

scaffolding all as per specifications,

drawings and as directed etc.

complete.

1 kg (One

Kilogram)

TOTAL-Bill No.10

Page 351: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 56 of 85

BILL NO: 11 CONSTRUCTION OF OFFICE BUILDING

Sl.

No

Probab

le Qty Description of work

Rate in

Figures

and in

words

Rs. p

Unit in

Figures

and in

words

Total

Amount

Rs. P

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

11.1 212

Cu.m

Earth work excavation in ordinary

soil, sand, clay mixed with roots,

boulders, (weighing individually less

than 250 kg), debris, rubbish etc.

as existing at site of work for

foundation dressing of sides,

ramming of bottom, all as specified

under relevant schedules, drawings

including depositing the excavated

materials within a lead of 50m for

re-transportation as directed

including all labour, shoring,

strutting and dewatering wherever

necessary transport, tools, tackles,

equipment, fuel, etc., complete

1 m3

(one

cubic

metre)

11.2 33

Cu.m

Providing and laying plain cement

concrete of mix 1:4:8 in volumetric

proportions (1 cement: 4 coarse

river sand: 8 graded hard granite

stone aggregate of 40 mm nominal

size) for levelling course in

foundations all as per specification,

drawings and as directed including

mixing, transporting, placing,

consolidating, by ramming, curing,

shuttering, dewatering if any etc.,

including all labour, material,

equipments, tools, fuel etc.

complete.

1 m3

(one

cubic

metre)

11.3 Providing and Placing insitu-cement

concrete of mix 1:1.5:3 in

volumetric proportions (1 cement:

1.5 coarse river sand: 3 graded hard

granite stone aggregate of 20 mm

nominal size) for R.C.C works such

as Column footings and Column

pedestal below Ground level all as

per relevant specifications,

drawings and as directed including

mixing, transporting, placing,

vibrating, shuttering, curing, de

watering if any including all labour,

Page 352: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 57 of 85

material, equip-ments, tools, plants,

fuel, etc. complete.

Note: Supply, Fabrication and

Placing the reinforcement for the

work shall be measured separately

under relevant items of this

schedule

11.3.1 79

Cu.m

Column footings 1 m3

(one

cubic

metre)

11.3.2 3

Cu.m

Column below Plinth beam level 1 m3

(one

cubic

metre)

11.4 Providing and Placing insitu-

cement concrete of mix 1:1.5:3 in

volumetric proportions (1 cement:

1.5 coarse river sand: 3 graded hard

granite stone aggregate of 20 mm

nominal size) for R.C.C Column

above plinth Beam level all as per

relevant specifications, drawings

and as directed including mixing,

transporting, placing, vibrating,

shuttering, curing and finishing the

exposed surfaces with C.M. 1:3, 6 to

10 mm thick including all labour,

material, equipments, tools, plants,

fuel, etc. complete.

Note: Supply, Fabrication and

Placing the reinforcement for the

work shall be measured separately

s. P under relevant items of this

schedule

11.4.1 12

Cu.m

Column above plinth beam level up

to Ground Floor Roof level.

1 m3

(one

cubic

metre)

11.4.2 12

Cu.m

Column above Ground Floor roof

level up to First Floor Roof level.

1 m3

(one

cubic

metre)

11.4.3 12

Cu.m

Column above First Floor roof level

up to Second Floor Roof level.

1 m3

(one

cubic

metre)

11.4.4 4

Cu.m

Column above Second Floor roof

level in staircase head room.

1 m3

(one

cubic

Page 353: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 58 of 85

metre)

11.5 142

Cu.m

Refilling with available excavated

earth (excluding boulder, rubbish,

debris, other deleterious material

etc.,) in sides of foundation etc., in

layers not exceeding 20 cms.

Thickness all as per the details

shown in the drawings, specified in

the relevant schedules and as

directed consolidating the deposited

earth in layers by watering and

ramming including all labour, tools,

equipment, etc., complete.

1 m3

(one

cubic

metre)

11.6 17

Cu.m

Providing and laying Cement

concrete in mix 1:1.5:3 in

volumetric proportions (1 Cement :

1.5 coarse river sand: 3 graded hard

granite stone aggregate of 20 mm

nominal size) for RCC in plinth

beam all as per the details shown in

the drawings , specified in the

relevant schedules and as directed

including centering, shuttering,

scaffolding, mixing, transporting,

placing, vibrating, curing including

all labour, materials, tools,

equipments, etc, complete.

Note: Supply, Fabrication and

Placing the reinforcement for the

work shall be measured separately

under relevant items of this

schedule

1 m3

(one

cubic

metre)

11.7 17

Cu.m

Brick work using bricks of class

designation 50 in cement mortar

1:5 (1 Cement : 5 Coarse river sand)

for foundation and basement all as

per the details shown in the

drawings and as specified in the

relevant schedules and as directed,

including, curing, all labour,

materials, tools, equipments etc.,

complete.

1 m3

(one

cubic

metre)

11.8 195

Cu.m

Refilling with available excavated

earth (excluding boulder, rubbish,

debris, other deleterious material

etc.,) in basement, all as per the

details shown in the drawings,

specified in the relevant schedules

and as directed in layers not

exceeding 20cms. thickness

consolidating the deposited earth in

1 m3

(one

cubic

metre)

Page 354: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 59 of 85

layers by watering and ramming

including all labour, tools,

equipment, etc., complete.

11.9 26

Cu.m

Supplying and filling with river sand

in basement to a thickness of 100

mm, all as per the details shown in

the drawings specified in the

relevant schedules and as directed

including watering, consolidating,

labour, materials, tools, equipments

etc., complete.

1 m3

(one

cubic

metre)

11.10 26

Cu.m

Providing and laying plain cement

concrete of mix1:4:8 in volumetric

proportion (1 Cement: 4 coarse river

sand: 8 graded hard granite stone

aggregate of 40mm nominal size)

100 mm thick in base course for

flooring / bed concrete all as per the

details shown in the drawings,

specified in the relevant schedules

and as directed including mixing,

transporting, placing, ramming

consolidating, curing, including all

materials, labour, etc., complete.

1 m3

(one

cubic

metre)

11.11 Brick work using bricks of class

designation 50 in cement mortar

1:5 (1 Cement : 5 Coarse river sand)

in superstructure walls, parapets

etc., all as per the details shown in

the drawings and specified in the

relevant schedules and as directed

including scaffolding, curing all

labour, materials, tools, equipments

etc., complete.

11.11.1 50

Cu.m

Ground Floor 1 m3

(one

cubic

metre)

11.11.2 63

Cu.m

First Floor 1 m3

(one

cubic

metre)

11.11.3 63

Cu.m

Second floor 1 m3

(one

cubic

metre)

11.11.4 15 Stair case head Room & Parapet 1 m3

Page 355: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 60 of 85

Cu.m wall (one

cubic

metre)

11.12 Half brick work using bricks of

class designation 50 in cement

mortar 1:4 (1 Cement: 4 Coarse

river sand) in partition walls etc., all

as per the details shown in the

drawings and specified in the

relevant schedules and as directed

including scaffolding, all labour,

materials, curing, etc., complete

11.12.1 69

Sq.m

Ground Floor 1 m2

( one

square

metre)

11.12.2 41

Sq.m

First Floor 1 m2

( one

square

metre)

11.12.3 41

Sq.m

Second floor 1 m2

( one

square

metre)

11.13 Providing and laying Cement

concrete in mix 1:1.5:3 in

volumetric proportions (1 Cement :

1.5 coarse river sand: 3 graded hard

granite stone aggregate of 20 mm

nominal size) for RCC in lintels all

as per the details shown in the

drawings, specified in the relevant

schedules and as directed including

cantering, shuttering, scaffolding,

mixing, transporting, placing,

vibrating, finishing all the exposed

surface of the concrete members

with C.M.1:3 ( 1 Cement : 3 fine

river sand) to a thickness of 6 to 10

mm all as directed, curing including

all labour, materials, tools,

equipments, etc., complete Note:

Supply, Fabrication and Placing the

reinforcement for the work shall be

measured separately under relevant

items of this schedule

11.13.1 2

Cu.m

Ground Floor 1 m3

(one

cubic

metre)

Page 356: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 61 of 85

11.13.2 3

Cu.m

First Floor 1 m3

(one

cubic

metre)

11.13.3 3

Cu.m

Second floor 1 m3

(one

cubic

metre)

11.13.4 0.10

Cu.m

Stair Case Head Room 1 m3

(one

cubic

metre)

11.14 Providing and laying cement

concrete for RCC works in mix

1:1.5:3 in volumetric proportions (1

cement: 1.5coarse river sand: 3

graded hard granite stone aggregate

of 20 mm nominal size) for

sunshade all as per the details

shown in the drawings, as specified

in the relevant schedules and as

directed including centering,

shuttering, scaffolding, mixing,

transporting, placing, compacting,

finishing all the exposed surface of

the concrete members with C.M. 1:3

( 1 Cement : 3 fine river sand) to a

thickness of 6 mm to 10 mm as

directed, curing including all

labour, materials, tools, equipments

etc. complete. Note: Supply,

Fabrication and Placing the

reinforcement for the work shall be

measured separately under relevant

items of this schedule

11.14.1 3

Cu.m

Ground Floor 1 m3

(one

cubic

metre)

11.14.2 4

Cu.m

First Floor 1 m3

(one

cubic

metre)

11.14.3 4

Cu.m

Second floor 1 m3

(one

cubic

Page 357: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 62 of 85

metre)

11.14.4 0.20

Cu.m

Stair case head Room 1 m3

(one

cubic

metre)

11.15 Providing and laying Cement

concrete in mix 1:1.5:3 in

volumetric proportions (1 Cement :

1.5 coarse river sand: 3 graded hard

granite stone aggregate of 20 mm

nominal size) for RCC in roof beams

all as per the details shown in the

drawings , specified in the relevant

schedules and as directed including

centering, shuttering, scaffolding,

mixing, transporting, placing,

vibrating, finishing all the exposed

surface of the concrete members

with C.M.1:3 ( 1 Cement : 3 fine

river sand) to a thickness of 6 to 10

mm all as directed. curing including

all labour, materials, tools,

equipments, etc., complete

Note: Supply, Fabrication and

Placing the reinforcement for the

work shall be measured separately

under relevant items of this

schedule

11.15.1 15

Cu.m

Ground Floor 1 m3

(one

cubic

metre)

11.15.2 15

Cu.m

First Floor 1 m3

(one

cubic

metre)

11.15.3 15

Cu.m

Second floor 1 m3

(one

cubic

metre)

11.15.4 0.70

Cu.m

Stair case head Room 1 m3

(one

cubic

metre)

11.16 Providing and laying Cement

Page 358: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 63 of 85

concrete for RCC works in mix

1:1.5:3 in volumetric proportions (1

Cement: 1.5coarse river

sand:3grade hard granite stone

aggregate of 20 mm nominal size)

for Roof slab all as per the details

shown in the drawings and as

directed specified in the relevant

schedules including centering,

shuttering, scaffolding, mixing,

transporting, placing, vibrating all

as directed, including curing all

labour, materials, tools,

equipments, etc., complete.

Note: Supply, Fabrication and

Placing the reinforcement for the

work shall be measured separately

under relevant items of this

schedule

11.16.1 36

Cu.m

Ground Floor 1 m3

(one

cubic

metre)

11.16.2 36

Cu.m

First Floor 1 m3

(one

cubic

metre)

11.16.3 36

Cu.m

Second floor 1 m3

(one

cubic

metre)

11.16.4 3

Cu.m

Stair case head Room 1 m3

(one

cubic

metre)

11.17 Providing and laying Cement

concrete in mix 1:1.5:3 in

volumetric proportions (1 Cement :

1.5 coarse river sand: 3 graded hard

granite stone aggregate of 20 mm

nominal size) for RCC waist slab

and landing slab all as per the

details shown in the drawings,

specified in the relevant schedules

and as directed including centering,

shuttering, scaffolding, mixing,

Page 359: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 64 of 85

transporting, placing, vibrating,

finishing all the exposed surface of

the concrete members with C.M.1:3

( 1 Cement : 3 fine river sand) to a

thickness of 6 to 10 mm all as

directed, curing including all

labour, materials, tools,

equipments, etc., complete

Note: Supply, Fabrication and

Placing the reinforcement for the

work shall be measured separately

under relevant items of this

schedule

11.17.1 1.20

Cu.m

Ground Floor 1 m3

(one

cubic

metre)

11.17.2 1.65

Cu.m

First Floor 1 m3

(one

cubic

metre)

11.17.3 1.65

Cu.m

Second Floor 1 m3

(one

cubic

metre)

11.18 Brick work using bricks of class

designation 50 in cement mortar

1:3 ( 1 Cement : 3 Coarse river

sand) in steps of staircase., all as

per the details shown in the

drawings and specified in the

relevant schedules and as directed

including scaffolding, curing all

labour, materials, tools, equipments

etc., complete

11.18.1 0.50

Cu.m

Ground Floor 1 m3

(one

cubic

metre)

11.18.2 0.50

Cu.m

First Floor 1 m3

(one

cubic

metre)

11.18.3 0.50

Cu.m

Second Floor 1 m3

(one

cubic

Page 360: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 65 of 85

metre)

11.19 Preparing the surface of the ceiling

and providing 6 mm to 10 mm thick

plaster in cement mortar 1:3 (1

cement:3 fine river sand) to the

required finish, curing including all

labour, scaffolding, materials, tools,

equipments, etc., complete.

11.19.1 255

Sq.m

Ground Floor roof slab 1 m2

( one

square

metre)

11.19.2 255

Sq.m

First Floor roof slab 1 m2

( one

square

metre)

11.19.3 255

Sq.m

Second Floor roof slab 1 m2

( one

square

metre)

11.19.4 16

Sq.m

Stair case head Room 1 m2

( one

square

metre)

11.20 265

kg

Providing and fixing colour anodized

aluminium sections for main frames

of doors with extruded built up

standard tubular and other sections

of approved make JINDAL or INDAL

or Equivalent make (with clear

anodized aluminium coating

minimum anodized 1 Kg coating of

Grade AC 15) conforming to IS 1868

including supplying and fixing

necessary accessories like anodized

aluminium cleat angles, snap on

beadings(clips) for glazing /

panelling, C.P. brass screws, of

approved quality wherever required

to facilitate fixing of fittings and all

as shown in the drawing and as

directed including all materials,

labour, tools, equipments,

scaffolding, etc., complete.

Note: Aluminium sections shall be

smooth, rust-free, straight, mitered

and jointed mechanically wherever

required

1 kg

(One Kilo

gram)

Page 361: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 66 of 85

11.21 265

kg

Providing and fixing colour anodized

aluminium sections for Shutter

frames of doors with extruded built

up standard tubular and other

sections of approved make (INDAL

or JINDAL or Equivalent make) with

clear anodized aluminium coating

(minimum anodized coating of

Grade AC 15) conforming to IS 1868

including supplying and fixing

necessary accessories like anodized

aluminium cleat angles, snap on

beadings (clips) for glazing /

panelling, C.P. brass screws,

anodised aluminium push plates

100mm wide both sides fixed with

G.I. Bolts and nuts including

necessary metal screws and

concealed locking arrangements

with woollen felt, of approved

quality wherever required to

facilitate fixing of fittings all as

shown in the drawing and as

directed including all materials,

labour, tools, equipments etc.,

complete.

Note : Aluminium sections shall be

smooth, rust-free, straight, mitered

and jointed mechanically wherever

required

1 kg

(One Kilo

gram)

11.22 616

kg

Providing and fixing colour anodized

aluminium sections for Shutter

Frames of SLIDING WINDOWS with

extruded built up standard tubular

and other sections of approved

make (INDAL / JINDAL or

equivalent make) with clear

anodized aluminium coating

(Minimum anodized coating of

Grade AC 15) conforming to IS 1868

including supplying and fixing

necessary accessories like C.P.

brass screws, Handles, locking and

sliding arrangements (PVC 1 Kg

wheels) etc., all as shown in the

drawing and as directed including

all materials, labour, tools,

equipments,

scaffolding, transport, fuel, etc.,

complete.

1 kg

(One Kilo

gram)

Page 362: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 67 of 85

Note : Aluminium sections shall be

smooth, rust-free, straight, mitered

and jointed mechanically wherever

required.

11.23 122

Sq.m

Supplying and fixing plain glass

(Saint gobain (or) Modiguard make)

of 5mm nominal thickness panels to

partition / door / sliding window

shutters / ventilators with all

necessary accessories like PVC /

Neoprene gasket etc., all as shown

in the drawing and as directed

including all materials, labour,

tools, scaffolding, equipment,

transport, fuel etc., complete.

Note : The actual area of glass

provided alone will be measured for

payment purpose.

1 m2

( one

square

metre)

11.24 7

Sq.m

Supplying and fixing in position

good quality pin headed / frosted

glass of 5mm nominal thickness for

fixed louvers of ventilators all as

directed including all materials,

labour, tools, scaffolding,

equipment, transport, fuel etc.,

complete.

Note : The actual area of glass

provided alone will be measured for

payment purpose.

1 m2

( one

square

metre)

11.25 33

Sq.m

Providing and fixing good quality

single leaf factory made PVC rigid

foam panelled doors(Manufactured

by M/s Rajshri or equivalent) of

approved section to suit the existing

doors main frame to be secured to

walls with steel screw of 100 mm

long three nos. each side through

the frame by using PVC fasteners

and 30mm thick factory made PVC

rigid foam panelled door shutter

made from MS tubular frame of 19

gauge of 19x19mm(Styles) and

15x15mm (TOP and bottom rails)

M.S. frame to be covered with heat

moulded PVC “C” channel of 5mm

thick sheet and 30x50mm wide to

form styles and 5mm thick and

75mm wide PVC sheets for top rail,

lock rail and bottom rail on either

side and 5mm thick 20mm wide

cross PVC sheets as gap insert for

1 m2

( one

square

metre)

Page 363: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 68 of 85

top rail and bottom rail, panelling of

5mm thick PVC sheet fitted in the

M.S. frame welded/sealed to the

styles and rails with 5x30mm PVC

sheet beading on either side and

jointed together with solvent cement

adhesive etc., complete with

suitable wooden infill packing in

door shutter panels to facilitate

fixing

11.26 Preparing the external and internal

surfaces of walls including parapet

and providing plaster in cement

mortar 1:5 (1 cement : 5 fine river

sand) 12 mm thick all as per the

details shown in the drawings, as

specified in the relevant schedules

and as directed to the required

finish including forming grooves

with thread as required, curing etc.,

including all labour, scaffolding,

tools, materials, equipments, etc.,

complete.

11.26.1 646

Sq.m

Outside plastering 1 m2

( one

square

metre)

11.26.2 2015

Sq.m

Inside plastering 1 m2

( one

square

metre)

11.27 Supplying and fixing colour

anodised aluminium fittings in door

according to IS 1868 (minimum

anodized quoting of Grade AC 15)

with necessary screws, etc., as

directed including all materials,

labour, tools, equipments, etc.

complete.

150

No.s

Butt hinges 150mm with nylon

washers

1 No

( One

Number)

84

No.s

Tower Bolt 150mm long 1 No

( One

Number)

28

No.s

"D'' Type handle 200mm long. 1 No

( One

Number)

Page 364: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 69 of 85

40

No.s

Aldrops 250 mm 1 No

( One

Number)

80

No.s

Alu Hookes and eyes 150 mm long 1 No

( One

Number)

11.28 Providing and laying first quality

non-slippery type ceramic glazed

floor tiles of size 300 x 300 mm or

as directed and thickness not less

than 7 mm conforming to IS 13755

of approved make like KAJARIA,

SPARTEK, JOHNSON, NITCO,

ORIENT, SOMANY or equivalent

make in approved colours except

white, ivory, grey, fume red brown

shades and pattern for toilet area

laid on 20 mm thick cement mortar

1:4 (1 cement : 4 coarse river

sand)including pointing the joints

with white cement and matching

pigment etc. all as per relevant

specifications, drawings and as

directed including all materials,

labour, tools, etc., complete

11.28.1 40

Sq.m

Ground Floor 1 m2

( one

square

metre)

11.28.2 21

Sq.m

First Floor 1 m2

( one

square

metre)

11.28.3 21

Sq.m

Second Floor 1 m2

( one

square

metre)

11.29 Providing and laying first quality

ceramic glazed printed wall tiles of

size 300 x 200 mm or any other size

and of thickness not less than 6

mm as approved by the Engineer’s

representative of first quality

conforming to IS 13755 of approved

make like KAJARIA, SPARTEK,

JOHNSON, NITCO, ORIENT,

SOMANY or equivalent make, in

colours, shades except white, ivory,

grey, fume red brown for dadoing of

walls in toilets and skirting of walls

Page 365: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 70 of 85

in hall, all as per details shown in

the drawing using a floating coat of

cement mortar of mix 1:3 (1

Cement: 3 fine river sand) when laid

on the plastered surface of brick

works including applying cement

slurry and pointing in white cement

with Colour pigments to match the

Colour of tile including chamfering

off the tiles at sills and jams, all as

per relevant specifications,

drawings and as directed including

all materials, tools, labour, curing,

equipments, scaffolding etc.

complete.

11.29.1 141

Sq.m

Ground Floor 1 m2

( one

square

metre)

11.29.2 93

Sq.m

First Floor 1 m2

( one

square

metre)

11.29.3 93

Sq.m

Second Floor 1 m2

( one

square

metre)

11.30 Providing and laying first quality

ceramic glazed floor tiles of size 300

x 300 mm or as directed and

thickness not less than 7 mm

conforming to IS 13755 of approved

make like KAJARIA,SPARTEK,

JOHNSON, NITCO, ORIENT,

SOMANY or equivalent make in

approved colours except white,

ivory, grey, fume red brown shades

and pattern for other than toilet

area laid on 20 mm thick cement

mortar 1:4 (1 cement : 4 coarse

river sand)including pointing the

joints with white cement and

matching pigment etc. all as per

relevant specifications, drawings

and as directed including all

materials, labour, tools, etc.,

complete

11.30.1 115

Sq.m

Ground Floor 1 m2

( one

square

metre)

Page 366: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 71 of 85

11.30.2 195

Sq.m

First Floor 1 m2

( one

square

metre)

11.30.3 195

Sq.m

Second Floor 1 m2

( one

square

metre)

11.31 Providing and fixing precsat pressed

cement tiles like Eurocon for

staircase steps with half round edge

nosing of about 20mm thick of

approved make and quality, color,

shade, feature and shape over

including a 20mmthick base on CM

1:3 finished neatly to

manufacturer’s specifications

including all materials ,labour,

tools, etc., complete in stair case

11.31.1 8

Sq.m

Ground Floor 1 m2

( one

square

metre)

11.31.2 8

Sq.m

First Floor 1 m2

( one

square

metre)

11.31.3 8

Sq.m

Second Floor 1 m2

( one

square

metre)

11.32 Providing and fixing staircase

railing made out of M.S square bars

20 x 20mm as vertical part 0.70m

high fixed with M.S base plate of 40

x 40 x 6mm and flat iron 40 x 6mm

as hand rail base plate with

stainless steel pipe of 50mm dia

complete in all respects as per

specification, drawing as directed

including all materials, labour, tools

etc., complete

11.32.1 1340

kg

M.S square bars, base plate & flat

iron

1 kg

(One Kilo

gram)

11.32.2 30

m

Stainless steel pipe of 50mm dia for

hand railing(Grade 304)

1 Rm

( one

running

Page 367: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 72 of 85

metre)

11.33 24

Cu.m

Providing weathering course for roof

slab with lime concrete to an

average thickness of 100 mm laid to

falls and a minimum slope of 1 in

50 with 25 mm nominal size brick

aggregate and 50% lime mortar 1:2

(1 Lime putty : 2 Surkhi) rammed

and finished with gurand belgiri

treatment complete including

rounding off junctions of roof slab

with parapet wall all as per the

details shown in the drawings and

as specified in the relevant

schedules, and as required

including all labour, materials,

tools, equipments, etc., complete

1 m3

(one

cubic

metre)

11.34 242

Sq.m

Providing and laying over lime

concrete terracing on roofs, one

course of flat brick tiles of size 200

mm x 200 mm x 12 mm thick of

sizes available in local market with

thickness not less than 12 mm in

C.M. 1:3 (1cement: 3 clean coarse

river sand) mixed with 2% of

integral water proofing compound

by weight of cement over 12 mm

layer of cement mortar 1:3 (1

cement: 3 fine river sand) and

finished neat, all details as per

specifications, drawings and as

directed, including curing, all

labour, materials, tools, equipments

etc., complete.

1 m2

( one

square

metre)

11.35 80

m

Providing and laying as flashing

over lime concrete at junctions of

roof slab with parapet wall, one

course of flat brick tiles of minimum

thickness 12 mm and size 200 mm

x 200 mm or sizes available in local

market fixed in C.M. 1:3 (1 cement:

3 clean coarse river sand) mixed

with 2% of integral water proofing

compound by weight of cement over

12 mm layer of cement mortar 1:3

(1 cement: 3 fine river sand) and

finished neat, all details as per

specifications, drawings and as

directed including curing all labour,

materials, tools, equipments etc.,

complete.

1 Rm

( one

running

metre)

Page 368: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 73 of 85

11.36 120

m

Providing and fixing on wall face

unplasticised rigid PVC rain water

pipes of dia 110 mm conforming to

IS13592(latest version) including

jointing with seal ring conforming to

IS 5382(latest version), a leaving

10mm gap for thermal expansion,

including necessary bends, shoes,

specials etc., on wall surface with

necessary PVC clamps including

cutting pockets in

masonry/concrete of size

100x100x100mm embedding the

clamps in PCC 1:2:4 ( 1 cement: 2

coarse river sand : 4 graded hard

granite stone aggregate of 20mm

nominal size and making good the

disturbed portions of wall and

including joining the pipe with

suitable adhesives all as per the

drawing specifications and as

directed including curing all labour,

materials, tools, equipments, etc.,

complete.

1 Rm

( one

running

metre)

11.37 Preparing the surfaces, providing

and finishing the ceiling, bottom of

sunshades and wherever required

with three coats of white Cement

paint of approved quality to give an

even shade, curing, scaffolding etc.,

including all labour, materials,

brushes, etc., complete

11.37.1 265

Sq.m

Ground floor 1 m2

( one

square

metre)

11.37.2 270

Sq.m

First floor 1 m2

( one

square

metre)

11.37.3 270

Sq.m

Second floor 1 m2

( one

square

metre)

11.38 2656

Sq.m

Preparing the surfaces, providing

and finishing the walls, parapets

Sunshades etc., with two coats of

colour cement paint of approved

quality and Colour or combination

of Colours to give an even shade, as

approved by the Engineer or his

1 m2

( one

square

metre)

Page 369: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 74 of 85

representative, over one coat of

white cement paint including

curing, scaffolding, all labour,

materials, brushes etc., complete.

11.39 75

m

Supplying, laying and linking

Galvanized Iron water pipes of

medium grade 'B' Class, 40 mm

nominal bore pipe with necessary

tees, bends, couplings, elbows,

reducers, unions, etc., to alignment

and levels as directed at depth not

exceeding one metre below ground

level including necessary earth work

excavation, cutting, threading the

pipes wherever necessary jointing,

covering the pipes with approved

quality tapes (justesen) painting the

pipes with two coats of anticorrosive

bitumastic paint, testing the pipe

and joints, burying the pipes with

excavated earth etc., all as per

relevant schedules, specifications,

drawings and as directed including

all materials, labour, tools, tackles,

equipments, etc. complete.

1 Rm

( one

running

metre)

11.40 Supplying, laying and linking

galvanized iron water supply pipes

of medium grade ‘B’ Class with the

required tees, bends, elbows,

couplings, reducers, unions, etc.,

along the wall, including punching,

cutting walls, as detailed below,

threading of G.I. pipes and making

good the disturbed portions,

jointing the pipes including fixing

the pipes on walls with M.S. special

clamps/M.S. fasteners, suitably

embedding in wall and painting the

G.I. pipes and clamps with two

coats of synthetic enamel paint of

approved quality (for open

plumbing) and making good the

disturbed portions of the walls all

as per relevant specifications and as

directed, including testing the pipes

and joints including all labour,

materials, tools, equipments, etc.,

complete.

11.40.1 75

m

25 mm nominal bore 1 Rm

( one

running

Page 370: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 75 of 85

metre)

11.40.2 60

m

20mm nominal bore 1 Rm

( one

running

metre)

11.41 Providing and fixing to the pipe

lines best quality Gun metal gate

valves including testing the valve

and joints etc., as specified and as

directed including all labour,

materials, tools, equipments etc.,

complete

11.41.1 6

No.s

25 mm nominal bore 1 No

( One

Number)

11.41.2 6

No.s

20 mm nominal bore 1 No

( One

Number)

11.41.3 2

No.s

40 mm nominal bore 1 No

( One

Number)

11.42 7

No.s

Providing and fixing white vitreous

china water closet Squatting pan

(Orissa pattern) of size 580 x 440

mm with integral type foot rest with

100 mm sand cast iron ‘P’ or ‘S’

trap, 10 litres low level white PVC

flushing cistern with manually

controlled device (handle lever)

conforming to IS 7231 with all

fittings and fixtures, complete,

including cutting and making good

the walls for ground and first floor

wherever required as necessary, the

closet and trap being fixed in brick

jelly cement concrete in and around

closet and trap as required in mix

1:3:6 (1 cement: 3 coarse river sand

: 6 brick aggregate 20 mm nominal

size), painting the brackets with 2

coats of synthetic enamel paint with

a coat of primer, providing PVC

flush pipe in dia 40 or 32 mm all as

per drawing, specifications and as

directed including all labour,

materials, accessories, equipments,

tools, curing, etc., complete tools,

curing, etc., complete

1 No

( One

Number)

11.43 6

No.s

Providing and fixing good quality

CASCADE water closet suite (of

1 No

( One

Page 371: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 76 of 85

PARRYWARE CASCADE group

colour ( HI-LITES Series) or

equivalent) with 'P' or 'S' trap (to

suit site condition) with matching

seat cover, fixing with teak wood

plugs etc., as per manufacturer's

specifications all in sound working

condition as directed including all

materials, labour, tools, equipments

etc., complete

Number)

11.44 18

No.s

Providing and fixing Chromium

Plated brass Screw down taps long

body of nominal bore 15 mm to suit

concealed water lines, C.P. wall

flange including testing etc., all as

per specifications for ground and

first floor and as directed including

all labour, tools, equipments,

materials, etc., complete.

1 No

( One

Number)

11.45 16

No.s

Providing and fixing white vitreous

flat back wash hand basin of size

600 mm x450 mm with a 15 mm

chromium plated brass pillar tap,

with long neck chromium plated

brass chain with rubber plug

chromium plated waste coupling of

approved standard pattern 32 mm

dia, 15 mm dia PVC inlet

connection bent to required shape,

15 mm C.P. angle valve stop cock,

PVC waste pipe fitting 32 mm dia, a

pair of cast iron brackets as

available in market including

painting the brackets etc., with two

coats of synthetic enamel paint over

one coat of primer cutting masonry

and providing teak wood plug for

fixing brackets and making good the

disturbed portion etc., for ground

and first floor all as per

specifications and drawing and in

sound working condition including

all labour, tools, materials,

equipments, etc., complete

1 No

( One

Number)

11.46 8

No.s

Providing and fixing white vitreous

china flat back urinal basin of size

430 x 260 x 350 mm (with

automatic flushing cistern) with

standard flush pipe and C.P. brass

spreaders with brass unions and

G.I. clamps complete, including

1 No

( One

Number)

Page 372: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 77 of 85

painting of fittings and brackets,

cutting and making good the walls

and floors wherever required all as

per drawing, specifications for

ground and first floor and as

directed including all labour,

materials,

accessories, equipments, tools,

curing, etc., complete.

11.47 16

No.s

Providing and fixing on wall 600 x

450 mm bevelled edge mirror of

superior glass (of approved quality)

complete with 6 mm thick hard

board ground fixed to wooden cleats

with C.P. brass screws and washers

for ground and first floor including

all labour, materials, tools,

equipments, etc., complete.

1 No

( One

Number)

11.48 Providing, laying and linking to

correct alignments and gradient un

plasticised rigid PVC pipes

conforming to IS 13592 including

jointing with seal ring conforming to

IS 5382 for soil waste and/or vent,

pipes with necessary tees, bends,

plain and with access cap, coupling,

cowls, etc., cutting and jointing the

pipes, punching masonry or

concrete wherever necessary

making good the disturbed portion

etc., fixing to the walls with PVC

clamps, making holes in

walls/concrete surfaces, making

good the damaged portions using

P.C.C. 1:2:4 mix (1 Cement : 2

coarse river sand : 4 hard granite

metal 12 mm size) including laying

pipes including scaffolding,

conveying the pipes to all floors,

providing and fixing PVC pipe

connections for joining outlet of

sanitary ware and traps, testing all

as per specifications, drawings and

as directed including all labour,

materials, tools, joints, equipments

etc., complete.

11.48.1 30

m

50 mm dia PVC Pipe 1 Rm

( one

running

metre)

11.48.2 30 75 mm dia PVC pipe 1 Rm

Page 373: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 78 of 85

m ( one

running

metre)

11.48.3 45

m

110 mm dia PVC Pipe 1 Rm

( one

running

metre)

11.49 Providing, laying and linking to

correct alignments and gradient

unplasticised rigid PVC pipes

conforming to IS 13592 including

jointing with seal ring conforming to

IS 5382 for soil waste and/or vent,

pipes with necessary tees, bends,

plain and with access cap, coupling,

cowls, etc., cutting and jointing the

pipes, punching masonry or

concrete wherever necessary

making good the disturbed portion

etc., Laying below ground level with

necessary earth work in soil as

existing at site, refilling, disposal of

surplus earth as directed making

connection to the water Closets,

gully traps, manholes, etc.,

punching masonry making good the

disturbed portions, jointing the

pipes and specials with stiff

mixtures of C.M. 1:1 ( 1 cement : 1

fine river sand) and all as per

drawings and specifications

including all labour, materials,

tools, testing, joints, equipments,

etc., complete. conveying the pipes

to all floors, providing and fixing

PVC pipe connections for joining

outlet of sanitary ware and traps,

testing all as per specifications,

drawings and as directed including

all labour, materials, tools, joints,

equipments etc., complete.

11.49.1 45

m

110 mm dia PVC Pipe 1 Rm

( one

running

metre)

11.49.2 70

m

140 mm dia PVC Pipe 1 Rm

( one

running

metre)

11.50 6

No.s

Constructing manhole of internal

dimensions 900 x1200 x 900 mm

1 No

( One

Page 374: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 79 of 85

with brick work in Cement mortar

1:4 (1 Cement: 4 Coarse river sand)

230 mm thick by using bricks of

class designation 50, RCC cover

slab 75 mm thick with 1:2:4 mix (1

Cement: 2 Coarse river sand:

4graded stone aggregate 20 mm

nominal size), foundation concrete

1:4:8 mix (1 Cement: 4 Coarse river

sand : 8 graded stone aggregate 40

mm nominal size) inside plastering

12 mm thick with cement mortar1:3

(1 Cement : 3 fine river sand)

finished with floating coat of neat

cement and making channels in

cement concrete 1:2:4 (1 Cement : 2

Coarse river sand : 4 graded stone

aggregate 20 mm nominal size)

finished with a floating coat of neat

cement as per as specified below

with necessary excavation in soil as

existing at site, including shoring,

shuttering as required refilling and

disposal of surplus earth as

directed, providing cast iron rungs

of number as specified each

weighing not less than 4.5 Kg. at

suitable places in cement

concrete1:3:6 (1 cement : 3 coarse

river sand : 6 graded stone

aggregate 20 mm nominal size)

including painting the C.I. rungs

with 2 coats of anti-corrosive paint,

all as per drawing, specifications

and as directed outside of the

buildings including all labour,

materials, tools, equipments, etc.,

complete.

Number)

11.51 13

No.s

Providing and fixing in position 100

mm x 100mm size stone ware gully

trap with plain cement concrete of

mix 1:5:10 (1 Cement: 5 coarse river

sand: 10 hard granite stone

aggregate 40 mm nominal size) 115

mm thick brick wall in cement

mortar 1:4 (1 Cement: 4 coarse river

sand) including cast iron grating of

suitable size including filling the

space between the chamber walls

and trap with C.C. of mix 1:5:10 (1

cement: 5 coarse river sand: 10

1 No

( One

Number)

Page 375: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 80 of 85

hard granite stone aggregate 40 mm

nominal size) plastering the inner

and exposed surfaces with cement

mortar 1:3 ( 1 cement : 3 fine river

sand) 12 mm thick as per

specifications, providing 40 mm

thick R.C.C. cover slab in mix 1:2:4

( 1 cement: 2 coarse river sand : 4

stone aggregate of 12 mm size) of

suitable size as per drawing fixed in

PCC 1:2:4 ( 1cement : 2 coarse river

sand : 4 hard granite stone

aggregate 20 mm nominal size) over

the side walls including necessary

excavation and backfilling etc., all

labour, tools, equipments,

materials, etc., complete.

Note: The rate is to include the cost

of cutting the masonry to the

required size for taking the

stoneware pipe including making

good the disturbed portion.

11.52 13

No.s

Providing and fixing in position 110

mm dia PVC floor trap with inlets

and outlets from 50 mm dia to 110

mm dia including fabricating the

extension piece as per site condition

embedding the trap in the floor slab

in cement concrete using 1:3:6 mix

with 20 mm B.G. metal with

suitable gradient making the joints

water tight etc., all as per drawings

and specifications providing and

fixing 125 mm dia C.P. grating etc.,

including all labour, materials,

equipments, tools, etc., complete.

1 No

( One

Number)

11.53 32470

kg

Supplying, transporting and

fabricating HYSD bars and/or M.S.

Plain bars and placing in position

as reinforcement for all RCC

members, as shown in the drawing

including all handling, cutting,

bending and tying with 1.25mm dia

black annealed binding wire

including all materials and labour,

lifting, tools, equipments, etc.,

complete

1 kg

(One Kilo

gram)

11.54 Construction of Brick Masonry

Septic tank of inner dimension 8m

X 4m X 2.35m in cement mortar

1:4( 1 cement : 4 coarse river sand),

Page 376: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 81 of 85

R.C.C cover slab of mix 1:1.5:3(1

cement : 1.5 coarse river sand : 3

graded hard granite stone aggregate

of 20mm nominal size), base

concrete of 1:4:8 mix(1 cement : 4

coarse river sand: 8 graded hard

granite stone aggregate) inside

plastering in CM 1:3( 1 cement : 3

coarse river sand)12mm thick,

R.C.C vertical wall of 100mm thick

in concrete 1:1:5:3 mix(1 cement :

1.5 coarse river sand : 3 graded

hard granite stone aggregate of

20mm nominal size) including

earthwork excavation, refilling the

sides of the tank, providing C.I

heavy duty man hole cover slab

with frame including locking

arrangements, including A.C vent

pipe of 110mm dia,3m height with

cowl, C.I rungs of 100mm wide etc

complete all as per drawing,

including all labour, scaffolding,

shuttering, materials, tools,

equipments etc., complete.

11.54.1 150

Cu.m

Earthwork excavation 1 m3

(one

cubic

metre)

11.54.2 1.50

Cu.m

PCC 1:4:8 for levelling course 1 m3

(one

cubic

metre)

11.54.3 16

Cu.m

Brickwork in CM 1:4 for side walls 1 m3

(one

cubic

metre)

11.54.4 66

Sq.m

Inner plastering in CM 1:3 12mm

thick

1 m2

( one

square

metre)

11.54.5 1.15

Cu.m

R.C.C 1:1:5:3 for baffle walls 1 m3

(one

cubic

metre)

11.54.6 8 RCC 1:1.5:3 for Cover Slab 1 m3

Page 377: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 82 of 85

Cu.m (one

cubic

metre)

11.54.7 3

No.s

C.I heavy duty man hole cover slab

with frame 610mmx 610 mm

1 No

( One

Number)

11.54.8 1

No.s

A.C vent pipe of 110mm dia, 3m

height with cowl

1 No

( One

Number)

11.55 Construction of Brick Masonry

water sump of inner dimension 4m

X 3m X 2m in cement mortar 1:4(

1cement : 4 coarse river

sand),R.C.C cover slab of mix

1:1.5:3(1 cement : 1.5 coarse river

sand : 3 graded hard granite stone

aggregate of 20mm nominal size),

base concrete of 1:4:8 mix(1 cement

: 4 coarse river sand: 8graded hard

granite stone aggregate) inside

plastering in CM 1:3( 1 cement : 3

coarse river sand)12mm thick,

including earthwork excavation,

refilling the sides of the tank,

providing C.I heavy duty man hole

cover slab with frame including

locking arrangements, etc complete

all as per drawing, including all

labour, scaffolding, shuttering,

materials, tools, equipments etc.,

complete.

11.55.1 1.60

Cu.m

Earthwork excavation 1 m3

(one

cubic

metre)

11.55.2 1.50

Cu.m

PCC 1:4:8 for levelling course 1 m3

(one

cubic

metre)

11.55.3 7

Cu.m

Brickwork in CM 1:4 for side walls 1 m3

(one

cubic

metre)

11.55.4 28

Sq.m

Inner plastering in CM 1:3 12mm

thick

1 m2

( one

square

Page 378: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 83 of 85

metre)

11.55.5 2.50

Cu.m

R.C.C 1:1:5:3 for cover slab 1 m3

(one

cubic

metre)

11.55.6 1

No.s

C.I heavy duty man hole cover slab

with frame 610mm x 610 mm

1 No

( One

Number)

11.56 15

No.s

Supplying and fixing brass Mortice

Locks with 6 levers with handles for

doors (Godrej Combipack) or

equivalent with keys and décor or

Crystal handle sets, with necessary

screws all as directed in sound

working condition including all

materials, labour, tools, equipment

etc., complete.

1 No

( One

Number)

11.57 1600

kg

Supplying , fabricating and fixing in

position M.S.grills of approved

pattern and design for windows,

grill door with necessary

M.S.pintels/ wall clamps being fixed

to the masonry / concrete portion

by cutting pocket 100 mm x 100

mm size and providing PCC of 1: 2:

4mix including painting one coat of

red oxide primer making good the

disturbed portion all as per relevant

specification, drawings and as

directed by including necessary

cutting, welding, shaping etc.,

including all materials, labour,

transportation, tools, equipment,

scaffolding, fuel, brushes etc.,

complete.

NOTE:

1. The weight of the M.S grill and

accessories will be done at site

using approved weighing scale in

the presence of Engineers assistant.

Necessary charges for transport,

weighment etc., will be borne by the

contractor.

2. In case the specified M.S section

is not available in the market, the

nearest higher alternative may be

used after approval of the Nodal

officer.

1 kg

(One Kilo

gram)

11.58 12

No.s

Supplying and fixing Fancy towel

rail in rest room, bath and wash

1 No

( One

Page 379: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 84 of 85

basins 600 mm long with all

fittings/ fixtures, screws, plugs etc.,

all as directed including all

materials, labour tools, equipments

etc., complete.

Number)

11.59 90

Sq.m

Preparing the newly steel members

such as window grills etc., painting

with two coats of synthetic enamel

paint or equivalent paint of

approved colour to give an even

shade all as directed including all

materials, labour, scaffolding, tools,

equipments, brushes etc., complete.

1 m2

( one

square

metre)

11.60 3

Nos

Construction of soak pit with lining

with internal dia 2.40 m and depth

2.45 m (approx.) including

necessary earth work excavation,

shoring, strutting etc., depositing of

surplus earth to a lead of 50 m

providing 300 mm thick outer

casing of coarse sand and brick

with mortar joints to the specified

height and 230 mm thick brick

chamber with dry joints, providing

and fixing 110mm dia. PVC pipe

inlet connection with bends etc.,

filling the inner surface of the pit

with stone or brick aggregate

including shuttering, mixing,

transportation, placing,

consolidating etc., forming earthen

mould allround soak pit 150mm

below the top of brick work all as

per drawing and as directed at site

of work, including all labour,

cement and other materials, tools,

dewatering, equipments etc.,

complete. NOTE: The rate is

inclusive of dewatering if required

while construction.

1 No

( One

Number)

11.61 15

m

Providing bore wells of depth not

more than 15 mts using

unplasticised rigid PVC casing pipes

of 110mm outer dia. (6 Kg/Sqm) of

approved make, by drilling bore

holes of 150mm dia by suitable

methods in any soil such as sand,

clay, sand and clay mixed with loam

etc., but excluding in rocks with

necessary slots for a length of 5 m

from the bottom of casing pipe ( to

1 Rm

( one

running

metre)

Page 380: gcb_2_02062021(1).pdf - Kamarajar Port Limited

KPL/PP/Automobile Terminal/ 2021 Construction of Berth and CPY for Automobile Export/ Import Terminal-II

Volume III Bill of Quantities Page 85 of 85

act as a strainer pipe) with nylon

net covering with end cap for bore

or as directed packing the annular

space in between casing pipe and

bore hole with pebbles of suitable

size as required including flushing

and removing all foreign materials

etc., jointing pipes with necessary

specials, adhesives etc., as directed

including all labour, materials,

tools, fuel, machineries, bentonite

solution and equipments such as

drilling bore, compressor for

cleaning drills etc., complete.

11.62 1

Nos

Providing and fixing 1 HP motor jet

pump of approved make all as per

manufacturer specifications and

fixing the same in position with

suitable starter all as directed

including electrical connection,

on/off switches wherever required

and necessary wires, fuse carriers

etc., all labour, materials, tools,

equipment etc., complete. Note:

Payment will be made for this item

only after completion of successful

testing of pump & assured suction

of water from the bore.

1 No

( One

Number)

11.63 2

Nos

Supplying and fixing PVC circular

water tank of approved make with

1500 litre capacity placing the tank

on the terrace of the building over

RCC slab all as per manufacture

specifications and as directed

including transporting the tank,

labour and all other materials,

scaffolding, tools, equipment etc.,

complete.

1 No

( One

Number)

TOTAL-Bill No.11