Sunteți pe pagina 1din 127

FUNDING BY

KOCHI METRO RAIL LTD


(WATER METRO PROJECT)

TENDER DOCUMENT

GEOTECHNICAL INVESTIGATIONS (LAND /MARINE)


FOR
KOCHI WATER METRO PROJECT
BMZ No. 2013 66657

KOCHI METRO RAIL LIMITED


(A Joint Venture of Govt. of India and Govt. of Kerala)
8th floor, Revenue tower, Kochi – 682011

OCTOBER, 2018

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Technical Verification Record


PROJECT NAME: KOCHI WATER METRO
TENDER DOCUMENT FOR
DOC NO: KMRL -WM-CIVIL-011
DOCUMENT NAME: GEOTECHNICAL DOCUMENT NUMBER:
Package 2 REV No: 6
INVESTIGATIONS (PACKAGE 2)

VERIFICATION NAME DATE SIGNATURE

PREPARED: Binu Babu 05/10/2018

CHECKED: J. Janagiraman 06/10/2018

VERIFIED: Nagabhushana Das 06/08/2018

APPROVED: K Janakiram 06/08/2018

Revision Record
REVISION DATE APPROVED DESCRIPTION
0 24/04/2018 K Janakiram For Review
1 02/06/2018 K Janakiram For Approval
2 22/06/2018 K Janakiram For Approval
3 05/07/2018 Srinath Murthy For Approval
4 21/07/2018 K Janakiram For Approval
5 30/08/2018 K Janakiram For Approval
6 06/10/2018 K Janakiram For Approval

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Table of Contents
VOLUME-1 ................................................................................................................................................................ 7
NOTICE INVITING TENDER...................................................................................................................................... 7
VOLUME – 2 ........................................................................................................................................................... 11
TECHNICAL BID .................................................................................................................................................... 11
CONDITIONS OF CONTRACT ........................................................................................................................... 11
SECTION –A .......................................................................................................................................................... 11
INSTRUCTION TO BIDDERS ............................................................................................................................. 11
Dispatch Instruction ................................................................................................................................................................ 12
Submission of tenders ............................................................................................................................................................. 12
Language ................................................................................................................................................................................ 12
Price discrepancy: ................................................................................................................................................................... 13
Qualification of tenderers ....................................................................................................................................................... 14
Evaluation of bids.................................................................................................................................................................... 14
Data to be enclosed ................................................................................................................................................................ 15
Authorisation and attestation ................................................................................................................................................. 15
Earnest money deposit............................................................................................................................................................ 15
Security deposit /Performance Security .................................................................................................................................. 16
Return of security deposit/ Performance security .................................................................................................................. 17
Bank guarantees ..................................................................................................................................................................... 17
Validity of offer ....................................................................................................................................................................... 18
Execution of contract agreement ............................................................................................................................................ 18
Rejection of tender and other conditions ................................................................................................................................ 19
Variations or ........................................................................................................................................................................... 21
Deviations in ........................................................................................................................................................................... 21
Tender /Zero Deviations .......................................................................................................................................................... 21
Priority of documents .............................................................................................................................................................. 21
SECTION –B .......................................................................................................................................................... 22
GENERAL CONDITIONS OF CONTRACT ....................................................................................................... 22
The Employer ......................................................................................................................................................... 26
Right of access to the site ....................................................................................................................................................... 26
Permits, licenses and approvals .............................................................................................................................................. 26
Employers Personal ................................................................................................................................................................. 26
Employers Financial arrangements ......................................................................................................................................... 26
Employers claims .................................................................................................................................................................... 26
The Engineer .......................................................................................................................................................... 27
Engineer’s duties and responsibilities. .................................................................................................................................... 27
The Contractor ....................................................................................................................................................... 28
Contractors Obligations .......................................................................................................................................................... 28
Contractors Representative .................................................................................................................................................... 29
Setting Out .............................................................................................................................................................................. 29
Safety Procedures ................................................................................................................................................................... 30
Quality Assurance ................................................................................................................................................................... 30
Site Data ................................................................................................................................................................................. 30
Accepted Contract Amount ..................................................................................................................................................... 31
Unforeseeable Physical conditions .......................................................................................................................................... 31
Rights of way and facilities ..................................................................................................................................................... 31
Nominated Subcontractor .................................................................................................................................... 31
Subcontracting ........................................................................................................................................................................ 31

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Staff and Labour .................................................................................................................................................... 32


Engagement of staff and labour ............................................................................................................................................. 33
Festivals and Religious Customs.............................................................................................................................................. 33
Permits and licenses ................................................................................................................................................................ 33
Provident Fund and ESI Requirements .................................................................................................................................... 33
Labour Laws ............................................................................................................................................................................ 34
Health and safety .................................................................................................................................................................... 34
Facilities for staff and labour .................................................................................................................................................. 34
Plant, Materials and Workmanship ..................................................................................................................... 35
Manner of Execution ............................................................................................................................................................... 35
Samples ................................................................................................................................................................................... 36
Inspection................................................................................................................................................................................ 36
Testing .................................................................................................................................................................................... 37
Rejection ................................................................................................................................................................................. 38
Remedial Work........................................................................................................................................................................ 38
Ownership of Plant and Materials .......................................................................................................................................... 39
Royalties.................................................................................................................................................................................. 39
Commencement, Delays, penalties and suspension ....................................................................................... 39
Commencement of works ....................................................................................................................................................... 39
Time for Completion................................................................................................................................................................ 39
Extension of time for completion ............................................................................................................................................ 40
Delay caused by authorities .................................................................................................................................................... 41
Rate of progress. ..................................................................................................................................................................... 41
Delay Damages (penalty for delay) ......................................................................................................................................... 42
Suspension Of work................................................................................................................................................................. 42
Consequences of suspension ................................................................................................................................................... 42
Payment for plant and machinery in event of suspension ...................................................................................................... 42
Prolonged suspension ............................................................................................................................................................. 42
Resumption of work ................................................................................................................................................................ 42
Tests on Completion ............................................................................................................................................. 43
Employer Taking Over .......................................................................................................................................... 43
Taking Over of works .............................................................................................................................................................. 43
Defects liability ....................................................................................................................................................... 43
Guarantee Period .................................................................................................................................................................... 43
Measurement and Evaluation .............................................................................................................................. 43
Works to be measured ............................................................................................................................................................ 44
Method of measurement ........................................................................................................................................................ 44
Evaluation ............................................................................................................................................................................... 44
Omissions ................................................................................................................................................................................ 45
Measurement and Evaluation .............................................................................................................................. 45
Variation limits........................................................................................................................................................................ 45
Compensation on exceeding variation limits .......................................................................................................................... 45
Extra works ............................................................................................................................................................................. 46
Adjustments for changes in legislation ................................................................................................................................... 47
Price variation compensation ................................................................................................................................................. 47
Contract price and Payment ................................................................................................................................ 47
Contract Price.......................................................................................................................................................................... 48
Payment .................................................................................................................................................................................. 48
Final payment ......................................................................................................................................................................... 49
Delayed payments................................................................................................................................................................... 50
Advance Payment ................................................................................................................................................................... 50
Payment against bulk supplies (materials and plants)............................................................................................................ 50

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Payment of retention Money .................................................................................................................................................. 50


Closing of contract .................................................................................................................................................................. 50
Reimbursements ................................................................................................................................................... 50
Termination by Employer ..................................................................................................................................... 51
Unsatisfactory Progress .......................................................................................................................................................... 51
In the event of death ............................................................................................................................................................... 51
Risk and cost procedure .......................................................................................................................................................... 52
Suspension of business dealings.............................................................................................................................................. 53
Suspension and Termination by Contractor ...................................................................................................... 53
Termination reasons ............................................................................................................................................................... 53
Payments after Termination ................................................................................................................................................... 53
Risk and Responsibility ........................................................................................................................................ 53
Employer’s Risks ...................................................................................................................................................................... 53
Contractor’s Risks.................................................................................................................................................................... 54
Insurance ................................................................................................................................................................ 54
Force Majeure ........................................................................................................................................................ 55
Reasons considered for force majeure .................................................................................................................................... 55
Claims, Disputes and arbitration ......................................................................................................................... 55
Amicable Settlement ............................................................................................................................................................... 55
Arbitration .............................................................................................................................................................................. 56

VOLUME – 3 ........................................................................................................................................................... 57
TECHNICAL BID ........................................................................................................................................................ 58
SECTION - A .......................................................................................................................................................... 58
SPECIAL CONDITIONS OF CONTRACT ......................................................................................................... 59
SECTION - B .......................................................................................................................................................... 67
PRE – QUALIFICATION REQUIREMENTS ..................................................................................................... 67
SECTION - C ......................................................................................................................................................... 71
EVALUATION MATRIX ........................................................................................................................................ 71
SECTION – D......................................................................................................................................................... 74
TIMELINES / MILESTONES ................................................................................................................................ 74
VOLUME – 4 ........................................................................................................................................................... 76
CONTRACT DATA ................................................................................................................................................ 77
VOLUME – 5 ........................................................................................................................................................... 80
TERMS OF REFERENCE & SCOPE OF WORK............................................................................................. 80
Background ........................................................................................................................................................................... 81
The Project ............................................................................................................................................................................ 81
Terminals Proposed in Phase-2 ......................................................................................................................................... 82
Environmental Conditions ................................................................................................................................................... 83
Scope of Work for Geotechnical Investigations ............................................................................................................... 85
Codes of Practice ................................................................................................................................................................. 86
Setting Out & Marine Spread.............................................................................................................................................. 87
Boring & Rock Coring .......................................................................................................................................................... 88
Termination of Boreholes .................................................................................................................................................... 90
In-Situ Tests .......................................................................................................................................................................... 91
Sampling................................................................................................................................................................................ 93
Labelling, Packing and Transport ...................................................................................................................................... 95
Laboratory Testing ............................................................................................................................................................... 96

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Submission of Geotechnical Investigations Report ....................................................................................................... 102


Time Schedule .................................................................................................................................................................... 104
Survey Equipment and Team .......................................................................................................................................... 105
Operational Health and Safety ......................................................................................................................................... 106
Permissions from Statutory Authorities ........................................................................................................................... 107

VOLUME – 6 ......................................................................................................................................................... 108


DRAWINGS .......................................................................................................................................................... 108
VOLUME – 7 ......................................................................................................................................................... 110
FORMS & AGREEMENT FORMATS ............................................................................................................... 110
Declaration of Undertaking ............................................................................................................................................... 111
AFFIDAVIT .......................................................................................................................................................................... 112
LETTER OF ACCEPTANCE ............................................................................................................................................ 118
CERTIFICATE OF DECLARATION CONFIRMING THE KNOWLEDGE OF SITE CONDITIONS ........................ 119
REQUISITION FOR E-PAYMENT ................................................................................................................................... 120
Checklist .............................................................................................................................................................................. 121

VOLUME – 8 ......................................................................................................................................................... 123


FINANCIAL BID........................................................................................................................................................ 123
BILL OF QUANTITIES ........................................................................................................................................ 123
PREAMBLE TO BILL OF QUANTITIES ......................................................................................................................... 124
Annexure -1: Bill of Quantities for Geotechnical Investigations ................................................................................... 126

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Volume-1

NOTICE INVITING TENDER


(NATIONAL COMPETITIVE BIDDING )

Kochi Metro Rail Ltd (KMRL), Invites Open tenders for the following work from financially sound
and well experienced Contractors for carrying out Geotechnical Investigations-Package-2 (Land
and Marine) for its prestigious Kochi water metro project. Tender documents and tender schedule
may be downloaded from the KMRL Website www.kochimetro.org or
http://etenders.kerala.gov.in.The bidding shall be online (E – Tender) through the Kerala
government E tender portal http://etenders.kerala.gov.in

Sl. No. DESCRIPTION


DETAILS

ORGANIZATION KOCHI METRO RAIL LTD


1

KOCHI WATER METRO PROJECT


2 PROJECT

DEPARTMENT
3 WATER METRO

NIT NUMBER KWM/CIVIL/GEOTECH/2018/09


4

CONDUCTING GEOTECHNICAL INVESTIGATION


NAME OF WORK: (LAND AND MARINE) PACKAGE-2 FOR KOCHI
5
WATER METRO PROJECT

PERIOD OF COMPLETION 23 weeks


6

FORM OF CONTRACT AND CLASS


BOQ BASED OPEN TENDER
7 OF CONTRACT

1. OPEN TENDER
BIDDING TYPE 2. TECHNICAL + FINANCIAL
8
FINANCIAL BID (LOWEST )

TYPE OF TENDER OPEN TENDER


9

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

10 COST OF TENDER Rs 10000/- + GST only

AVERAGE ANNUAL TURN-OVER


11 Rs 282 lakhs
REQUIREMENT

EMD BID SECURITY Rs 1.41 Lakhs


12

EMD BID PAYABLE To be paid through BG only


13

BID DOCUMENT DOWNLOADING


14 START DATE
19/10/2018 FROM 11:30 HOURS

BID DOCUMENT DOWNLOADING


15 END DATE
04/12/2018 UPTO 13:00 HOURS

05/11/2018, 11:30 HOURS


At the registered corporate office of the KMRL , 8th floor,
16 PREBID DATE Revenue tower, Kochi – 682011
(Tel.: 0484-2380980, fax : 0484-2380686)

17 05/11/2018, 10:00 HOURS


LAST DATE FOR RECEIPT OF BID
QUERIES

CLARIFICATIONS AND
18 15/11/2018
CORRIGENDUM IF ANY

19 LAST DATE AND TIME FOR RECIEPT 04/12/2018 UPTO 15:00 HOURS
OF BIDS (E tender – online)

20 BID VALIDITY 180 DAYS

TECHNICAL BID OPENING DATE


06/12/2018 UPTO 15:30 HOURS
21 AND TIME:

22 OFFICE INVITING BIDS DGM, PROCUREMENT, KMRL

Bid Clarification And Queries


joseph.ciby@kmrl.co.in
Addresser
23 joepaul.m@kmrl.co.in, nishanth.n@kmrl.co.in
Copy to

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

E Tender Submission Guidelines

1. The Bid should be submitted online at website http://etenders.kerala.gov.in in the relevant covers only, by
the due date and time, as specified in the NIT. Late/delayed tenders submitted online after the due date
and time, for whatsoever reasons will not be considered. The Server Date & Time as appearing on the
website. http://etenders.kerala.gov.in shall only be considered for the critical date and time of tenders.
Offers sent through post, telegram, fax, telex, e-mail, courier will not be considered.

2. Partially completed/incomplete bids shall not be considered.


3. All communication regarding how to submit offers shall be done online through website
http://etenders.kerala.gov.in OR queries@kmrl.co.in
4. Bidders shall be required to arrange all resources, including Digital Signature Certificates and Internet
Connections at their own cost, for participating in online tenders at http://etenders.kerala.gov.in.
5. M/s Kochi Metro Rail Ltd. (KMRL) shall not be responsible for any delays reasons what so ever in receiving
as well as submitting offers, including connectivity issues. M/s. Kochi Metro Rail Ltd. (KMRL) shall not be
responsible for any other delays in submitting any documents wherever applicable.
6. M/s. Kochi Metro Rail Ltd. (KMRL) will not be responsible for the cost incurred in preparation and
submission of bids including the cost of digital certificate, regardless of the conduct of outcome of the
bidding process.
7. Two cover system
If a two bid system is insisted, Bidders are required to submit offer in Two covers, namely “Tender Fee/ EMD
/ Prequalification / Technical “ - Cover - I
And
“Financial” - Cover – II
8. Cover – I (Fee / EMD / PQR / Technical)
a) Tender Fee - To be paid online at http://etenders.kerala.gov.in
b) EMD – To be paid through BG. The scanned copy of the BG to be uploaded in the E-tender website.
Original BG to be submitted in the Tender Box at KMRL Office, 8th Floor, Revenue Towers, Park Avenue,
Ernakulum – 682011 before the due date and time as per SL No 20 of NIT. If original BG is not received
before the due date and time, the bid of the bidder will not be opened.
c) Power of Attorney (PoA) to be scanned and uploaded in the e-tender website. Original PoA to be
submitted along with the BG (in a sealed envelope mentioning name of work) in the Tender Box at the
KMRL office, 8th Floor, Revenue Towers, Park Avenue, Ernakulum – 682011.
d) Bidders are requested to upload the scanned copies of the following details “online”.
e) The scanned copy of the NIT duly signed and stamped in all pages.
f) All documents signed and scanned including GCT, SCT, Annexures to GCT/SCT, GCC, SCC, and
Annexures to GCC/SCC apart from Financial Bid GCC Annex 5.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

9. Cover II (Price Bid)

Bidders are requested to quote rates in the Finance cover (BOQ) only.

Price bid to be uploaded only in e-tender website: http://etenders.kerala.gov.in .

PLEASE DO NOT QUOTE/MENTION RATES ANYWHERE ELSE IN THE TENDER OTHER THAN BOQ

10. In case if applicant does not hold any document which need to be uploaded OR there is no need to upload
the mentioned document please upload a scanned copy stating the reason for not uploading OR a blank
sheet for proceeding with tendering. Provisions for uploading cannot be left blank.
11. Please note that queries related to enquiry specifications, terms & conditions etc. should be submitted
online only by logging in at http://etenders.kerala.gov.in before the clarification end date/time specified
in the NIT.
12. Tender opening will be done online at the time and dates specified NIT
13. The bidders are requested to go through the instruction to the bidders in the website
http://etenders.kerala.gov.in. The bidders who submit their bids for this tender after digitally signing using
their Digital Signature Certificate (DSC), accept that they have clearly understood and agreed the terms
and conditions in the website including the terms and conditions of this tender.
14. M/s. Kochi Metro Rail Ltd. (KMRL) reserves the right to accept any offer in whole or in part or reject any
or all offers without assigning any reason M/s. Kochi Metro Rail Ltd. (KMRL) reserves right to accept any
or more offers in part. Decision of M/s. Kochi Metro Rail Ltd. (KMRL) in this regard shall be final and
binding on the bidder.
15. Corrigendum / addendum, which form part of the tender document, shall be published in the company
website and e-tender website (http://etenders.kerala.gov.in) only and bidders are advised to check the
websites regularly for the updates related to the tender before submitting the offer.
16. Further details, if required, can be had from Mr. Joseph Ciby, Dy. General Manager, Email:
joseph.ciby@kmrl.co.in Kochi Metro Rail Ltd during working hours.

DGM (procurement)
Kochi Metro Rail Limited

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

VOLUME – 2

TECHNICAL BID

CONDITIONS OF CONTRACT

SECTION –A

INSTRUCTION TO BIDDERS

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

1.0 Instructions to bidders


1.1 Dispatch 1.1.1 The General Conditions of Contract form part of the Tender
Instruction specifications. All pages of the tender documents shall be duly
signed, stamped and submitted along with the offer in token of
complete acceptance thereof. The information furnished shall be
complete by itself. The tenderer is required to furnish all the details
and other documents as required in the following pages.
1.1.2 Tenderers are advised to study all the tender documents carefully.
Any submission of tender by the tenderer shall be deemed to have
been done after careful study and examination of the tender
documents and with the full understanding of the implications
thereof. Should the tenderers have any doubt about the meaning of
any portion of the Tender Specification or find discrepancies or
omissions in the drawings or the tender documents issued are
incomplete or shall require clarification on any of the technical
aspect, the scope of work etc., he shall at once, contact the authority
inviting the tender well in time (so as not to affect last date of
submission) for clarification before the submission of the tender.
Tenderer’s request for clarifications shall be with reference to
Sections and Clause numbers given in the tender documents. The
specifications and terms and conditions shall be deemed to have
been accepted by the tenderer in his offer. Noncompliance with any
of the requirements and instructions of the tender enquiry may result
in the rejection of the tender.
1.2 Presentation of 1.2.1 As per e-tender submission guidelines in NIT.
Tender
1.3 Submission of 1.3.1 As per Notice Inviting tender
tenders Read relevant e-tender submission guidelines
1.3.2 Before submission of Offer, the tenderers are advised to
inspect the site of work and the environments and be well
acquainted with the actual working and other prevalent
conditions, facilities available, position of material and labour,
means of transport and access to Site, accommodation, etc. No
claim will be entertained later on the grounds of lack of
knowledge of any of these conditions.
1.4 Language 1.4.1 The tenderer shall quote the rates in English language and
international numerals.
1.4.2 These rates shall be entered in figures as well as in words. For the
purpose of the tenders, the metric system of units shall be used.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

1.4.3 All entries in the tender shall either be typed or written legibly in ink.
Erasing and over-writing is not permitted and may render such
tenders liable for rejection. All cancellations and insertions shall be
duly attested by the tenderer.
GCT Information 1.5.1 Tenderers are invited to carry out an information visit to the site in
Visit to Site and order to familiarise themselves with the local conditions relevant
1.5
Pre-Bid
for the execution of the services to be provided. Interviews may
Meeting
be arranged with the PEA. Tenderers shall contact the addresses
indicated in the NIT as per Sl no 23 in due time before the visit to
announce themselves and to allow for appropriate arrangements.

1.5.2 A pre-bid meeting and a common information visit for all


Tenderers are scheduled at the dates and places indicated in SL
No :16

1.5.3 It is understood that all information visits to the site are at the
Tenderer’s own expense and risk.

1.6 Price In the case of price bid opening, if there are differences between the rates given
discrepancy: by the tenderer in words and figures or in amount worked out by him, the following
procedure for evaluation and award shall be followed:
1.6.1 When there is a difference between the rates in figures and in
words, the rates which corresponds to the amounts worked out by
the contractor, shall be taken as correct.
1.6.2 When the amount of an item is not worked out by the contractor or
it does not correspond with the rate written either in figure or in
words, then the rate quoted by the contractor in words shall be taken
as correct.
1.6.3 When the rate quoted by the contractor in figures and words tallies
but the amount is not worked out correctly, the rate quoted by the
contractor shall be taken as correct and not the amount.
1.6.4 In case of lump sum price, if there is any difference between the
amount in figures and in words, the amount quoted by the bidder in
words shall be taken as correct.
1.6.5 In case of omission in quoting any rate for one or more items, the
evaluation shall be done considering the highest quoted rate
obtained against the respective items by other tenderers for the
subject tender. If the tenderer becomes L-1, the notional rates for
the omission items shall be the lowest rates quoted for the
respective items by the other tenderers against the respective
omission items for the subject job and the 'Total quoted price

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

(loaded for omissions)'shall be arrived at. However, the overall price


remaining the same as quoted originally, the rates for all the items
in the 'Total quoted price (loaded for omissions)'shall be reduced
item wise in proportion to the ratio of 'Original 'total price and the
'Total quoted price (loaded for omissions)'.
1.6.6 The 'Final Total Amount' shall be arrived at after considering the
amounts worked out in line with 1.6.1 to 1.6.5 above.

1.7 Qualification of 1.7.1 All national / international vendors who qualify the pre-qualification
tenderers criteria are eligible for bidding in the tender. Only tenderers who
have previous experience in the work of the nature and description
detailed in the Notice Inviting Tender and/or tender specification are
expected to quote for this work duly detailing their experience along
with offer.
1.7.2 Offers from tenderers who do not have proven and established
experience in the field shall not be considered.

1.7.3 Offers from tenderers who are under suspension (banned) by KMRL
shall not be considered.

1.7.4 Offers from tenderers who do not comply with the latest guidelines
of Ministry / Commissions of Govt. of India shall not be considered.
1.8 Evaluation of 1.8.1 Technical Bids submitted by the tenderer will be opened first and
bids evaluated for fulfilling the Pre-Qualification criteria and other
conditions in NIT/Tender documents, based on documentary
evidences submitted along with the offer.
1.8.2 In case the same qualifying experience is claimed by more than one
agency, then the agency who has executed the work as per
documentary evidence submitted shall only be qualified. Scope of
qualifying work should be totally with the agency who has executed
and in case it is only labour + consumables without T&P, then the
responsibility of execution is assigned to the first agency and not to
the agency who has executed only as labour supply contractor.
Further, KMRL reserves the right to ask for further proofs including
submission of TDS certificates for the said job
1.8.3 In case the qualifying experience is claimed by private organizations
based on Work Order and completion certificates from another
private organization, KMRL reserves the right to ask for further
proofs including submission of TDS certificates for the said job.
1.8.4 Price Bids of shortlisted bidders shall only be opened
1.8.5 Price Bids of unqualified bidders shall not be opened. Reasons for

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

rejection shall be intimated in due course after issue of LOA to


successful bidder and receipt of unqualified acceptance from the
successful bidder.
1.8.6 Successful Bidder shall be the Lowest Bidder (L1) as per Price Bid.
1.9 Data to be 1.9.1 Full information shall be given by the tenderer in respect of the
enclosed following. Non- submission of this information may lead to rejection
of the offer.
1.9.2 Income tax permanent account number
Certified copies of Permanent Account Numbers as allotted by
Income Tax Department for the Company / Firm / Individual
Partners, etc. shall be furnished along with tender.
1.9.3 Organization chart
The organization chart of the tenderer’s organization, including the
names, addresses and contact information of the Directors/Partners
shall be furnished along with the offer.
An attested copy of the Power of Attorney, in case the tender is
signed by an individual other than the sole proprietor
1.9.4 In case of individual tenderer:
His / her full name, address and place & nature of business.
1.9.5 In case of partnership firm
The names of all the partners and their addresses, A copy of the
partnership deed/instrument of partnership dully certified by the
Notary Public shall be enclosed.
1.9.6 In case of companies
Date and place of registration including date of commencement
certificate in case of Public Companies (certified copies of
Memorandum and articles of Association are also to be furnished).
1.9.7 Nature of business carried on by the Company and the provisions
of the Memorandum relating thereof
1.10 Authorisation 1.10.1 Tenders shall be signed by a person duly authorized/empowered to
and attestation do so. An attested copy of the Power of Attorney, in case the tender
is signed by an individual other than the sole proprietor shall be
submitted along with the tenders.
1.11 Earnest money 1.11.1 Every tender must be accompanied by the prescribed amount of
deposit Earnest Money Deposit (EMD) in the manner described herein.
EMD shall be furnished along with the offer in full as per the amount
indicated in the Special Conditions of Contract / NIT

EMD is to be paid by bank guaranty

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

No other form of EMD remittance shall be acceptable to KMRL.


1.11.2 EMD by the bidder will be forfeited as per Tender Documents if

After opening the tender, the bidder revokes his tender within the
validity period or increases his earlier quoted rates.

The bidder does not commence the work within the period as per
LOI/Contract. In case the LOI / contract is silent in this regard then
within 15 days after award of contract.
1.11.3 EMD shall not carry any interest.
1.11.4 In the case of unsuccessful bidders, the Earnest Money will be
refunded to them within 30 days after acceptance of award by
successful tenderer.
1.12 Security 1.12.1 Upon acceptance of Tender, the successful Tenderer should
deposit deposit the required amount (10 % of contract value) of Security
/Performance
Deposit (SDPBG) for satisfactory completion of work.
Security
1.12.2 The security Deposit should be furnished before start of the work by
the contractor. Security deposit to be submitted before start of work
but in no case later than twenty-one (21) days from the date of LOI/
LOA.
1.12.3 Security Deposit may be furnished in any one of the following forms:
1. Bank Guarantee from Scheduled Banks / Public Financial
Institutions as defined in the Companies Act. The Bank Guarantee
format for Security Deposit shall be in the prescribed formats.
1.12.4 The Security Deposit/Performance security shall not carry any
interest.
1.12.5 In case the value of work exceeds / reduces from the awarded /
accepted value, the Security Deposit shall be correspondingly
enhanced / reduced as given below:
1.12.6 The enhanced part of the Security Deposit shall be immediately
deposited by the Contractor or adjusted against payments due to
the Contractor.
1.12.7 There will be no reduction in Security Deposit value in case of
variation in contract value up to the lower limit specified in Quantity
variation clause. In case of reduction of contract value beyond the
lower limit specified in Quantity Variation clause, then the Security
Deposit shall be re adjusted in proportion.
1.12.8 In case of reduction, the reduced Contract value shall be certified
by KMRL Engineer IN Charge (EIC) after ascertaining / freezing of

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

BOQ / Drawings from the Design / Engineering Centre. The reduced


Security Deposit value can only be considered after taking into
account the adequacy of the securities held by KMRL to meet the
liabilities of the contractor for the contract, and the performance of
the contract in general. In such cases, the revised value of Security
Deposit shall be worked out only after execution of not less than the
lower limit of the revised scope of work/contract value as per
quantity variation clause, and as certified by Construction Manager.
This reduction in value of Security Deposit shall not entitle the
contractor to any amendment of Contract and shall be operated at
the discretion of KMRL.

1.12.9 Contract value for the purpose of operating the reduced / increased
value of Security Deposit due to Quantity Variation, shall be
exclusive of Price Variation Clause, and Extra works done on man
day rates

1.12.10
The validity of Bank Guarantees towards Security Deposit shall be
initially up to the date of completion of works as per LOI/LOA plus
ninety (90) days claim period and the same shall be kept valid by
proper renewal till the Defect Liability Period i.e. twelve (12) months
from the certified date of completion of work issued by Engineer In
charge + ninety (90) days claim period.
1.12.11
KMRL reserves the right of forfeiture of Security Deposit in addition
to other claims and penalties in the event of the contract’s failure to
fulfil any of the contractual obligations or in the event of termination
of contract as per terms and conditions of contract. KMRL reserves
the right to set off the Security Deposit against any claims of other
contracts with KMRL.
1.13 Return of 1.13.1 Security Deposit shall be returned after completion of defect Liability
security Period and settlement of all claims.
deposit/
Performance
security
1.14 Bank 1.14.1 Where ever Bank Guarantees are to be furnished / submitted by the
guarantees Contractor, the following shall be complied with.
1.14.2 Bank Guarantees shall be from Scheduled Banks / Public Financial
Institutions as defined in the Companies Act.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

1.14.3 The Bank Guarantees shall be as per prescribed formats.


1.14.4 It is the responsibility of the bidder to get the Bank Guarantees
revalidated / extended for the required period (subject to a minimum
period of six months), as per the advice of KMRL Site Engineer /
Construction Manager. KMRL shall not be liable for issue of any
reminders regarding expiry of the Bank Guarantees.
In case extension / further extensions of any Bank Guarantees are
not required, the bidders shall ensure that the same is explicitly
endorsed by the Construction Manager and submitted to the Project
Department.
1.14.5 In case the Bank Guarantees are not extended before the expiry
date, KMRL reserves the right to invoke the same by informing the
concerned Bank in writing, without any advance
notice/communication to the concerned bidder.
Bidders to note that any corrections to Bank Guarantees shall be
done by the issuing Bank, only through an amendment in an
appropriate non judicial stamp paper.
The Original Bank Guarantee shall be sent directly by the Bank to
KMRL under Registered Post (Acknowledgement Due), addressed
to the Procurement Department of KMRL.
1.15 Validity of offer 1.15.1 The rates in the Tender shall be kept open for acceptance for a
minimum period of SIX MONTHS (180 days) from latest due date of
offer submission (including extension, if any). In case KMRL calls
for negotiations, such negotiations shall not amount to cancellation
or withdrawal of the original offer which shall be binding on the
tenderers.
1.16 Execution of 1.16.1 The successful tenderer’s responsibility under this contract
contract commences from the date of issue of the Letter of Acceptance by
agreement
KMRL (KOCHI METRO RAIL Limited). The Tenderer shall submit
an unqualified acceptance to the Letter of Acceptance within 7 days
from the date of LOA.
1.16.2 The successful tenderer shall be required to execute an agreement
with KMRL, within a reasonable time (21 days) after the acceptance
of the Letter of Intent / Award, and in any case before releasing the
first running bill on a stamp paper of value Rs 200/-. The contract
agreement shall be signed by a person duly authorized /
empowered by the tenderer. The Contract Agreement will be signed
in Three (3) originals and the Contractor shall be provided with one
(1) signed original and the rest will be retained by the Employer. The

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Contractor will also provide one (1) electronic version of the


Contract Agreement to the Employer within thirty (30) days of its
signing, unless otherwise specified in NIT.

The following documents shall constitute the contract between the


KMRL and the contractor, and each shall be read and construed as
an integral part of the contract

• contract Agreement
• Special Conditions of contract
• General conditions of contract
• Technical Requirements / Terms of reference (including
scope of work, schedule of Quantities and Technical
Specifications, drawings etc.).
• Notice inviting tender;
• Replies issued to the Queries, addenda if any issued
[Numbers and dates];
• The contractor’s Bid and original price.
• KMRL’s Notification of Award.

Correspondence KMRL had exchanged with the bidder till and after
award of contract [specific letters and dates]
1.17 Rejection of 1.17.1 The acceptance of tender will rest with KMRL which does not bind
tender and itself to accept the lowest tender or any tender and reserves to itself
other
full rights for the following without assigning any reasons what so
conditions
ever:-
a. To reject any or all of the tenders.
b. To split up the work amongst two or more tenderers as per
NIT
c. To award the work in part if specified in NIT
d. In case of either of the contingencies stated in (b) and (c)
above, the time for completion as stipulated in the tender
shall be applicable.
1.17.2 Conditional tenders, unsolicited tenders, tender which are
incomplete or not in the form specified or defective or have been
materially altered or not in accordance with the tender conditions,
specifications etc., are liable to be rejected.
1.17.3 Tenders are liable to be rejected in case of unsatisfactory
performance of the tenderer with KMRL or tenderers who do not

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

comply with the latest guidelines of Ministry / Commissions of Govt.


of India. KMRL reserves the right to reject a bidder in case it is
observed that they are overloaded and may not be in a position to
execute this job as per the required pre-qualification criteria. The
decision of KMRL will be final in this regard.
1.17.4 If a tenderer who is a proprietor expires after the submission of his
tender or after the acceptance of his tender, KMRL may at their
discretion, cancel such tender. If a partner of a firm expires after the
submission of tender or after the acceptance of the tender, KMRL
may then cancel such tender at their discretion, unless the firm
retains its character.
1.17.5 KMRL will not be bound by any Power of Attorney granted by
changes in the composition of the firm made subsequent to the
execution of the contract. They may, however, recognise such
power of Attorney and changes after obtaining proper legal advice,
the cost of which will be chargeable to the contractor concerned.
1.17.6 If the tenderer deliberately gives wrong information in his tender,
KMRL reserves the right to reject such tender at any stage or to
cancel the contract if awarded and forfeit the EMD/ Security Deposit
/ any other money due.
1.17.7 Canvassing in any form in connection with the tenders submitted by
the Tenderer shall make his offer liable to rejection.
1.17.8 In case the Proprietor, Partner or Director of the Company / Firm
submitting the Tender, has any relative or relation employed in
KMRL, the authority inviting the Tender shall be informed of the fact
as per specified format, along with the Offer. Failing to do so, KMRL
may, at its sole discretion, reject the tender or cancel the contract
and forfeit the Earnest Money Deposit / Security Deposit.
1.17.9 The successful tenderer should not sub-contract part or complete
work detailed in the tender specification undertaken by him without
written permission of KMRL Construction Manager/Site In charge.
The tenderer is solely responsible to KMRL for the work awarded to
him.
1.17.10 The Tender submitted by a techno commercially qualified tenderer
shall become the property of KMRL who shall be under no obligation
to return the same to the bidder. However unopened price bids and
late tenders shall be returned to the bidders.
1.17.11 Unsolicited discount received after the due date and time of Bid
Submission shall not be considered for evaluation. However, if the

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

party who has submitted the unsolicited discount/rebate becomes


the L-I party, then the awarded price i.e. contract value shall be
worked out after considering the discount so offered.
1.17.12 KMRL shall not be liable for any expenses incurred by the bidder in
the preparation of the tender irrespective of whether the tender is
accepted or not.
1.18 Variations or 1.18.1 The tenderer shall submit an offer which complies fully with the
Deviations in basic requirements of the tender documents as indicated in
Tender /Zero
drawings and specifications.
Deviations
1.18.2 All tenderers are cautioned that no conditional offer, variations or
deviations by the tenderer, with respect to any items proposed by
the tenderer (including advance loan for mobilization or time for
Completion etc.), shall be entertained or considered.
1.18.3 Furthermore, any deviation from Contract conditions, particular
specification, or other requirements stipulated in these tender
documents other than those especially clarified/amended shall be
liable to be rejected as non-responsive.
1.19 Priority of 1.19.1 The documents forming the contract are to be taken as mutually
documents explanatory of one another. For the purposes of interpretation, the
priority of the documents shall be in accordance with the following
sequence

a) The letter of acceptance & notice to proceed


b) NIT conditions, Contractors bid & contract data
c) SCC
d) GCC
e) The Technical specifications
f) The drawings
g) BOQ and other documents forming part of the contract
1.19.2 If an ambiguity or discrepancy is found in the documents, the
engineer shall issue any necessary clarification or instruction.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

VOLUME – 2

CONDITIONS OF CONTRACT

SECTION –B

GENERAL CONDITIONS OF CONTRACT

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Definition:
The following terms shall have the meaning hereby assigned to them except where the context
requires otherwise
1) Approved 'APPROVED', 'DIRECTED' or 'INSTRUCTED' shall mean approved,
directed or instructed by KMRL.
2) Commencement date Commencement date / start date shall mean the commencement /
start of work at Site as per terms defined in the Tender.
3) Competent authority General Manager (In charge) or General Manager or KMRL Officers
who are empowered to act on behalf of the Director or General
Manager (In charge) or General Manager of KMRL.
4) Construction Documents Means all method statements, proposals, drawings, calculations,
manuals, information, computer programs, samples, models and any
other documents required towards fulfilment of contract which are
required to be submitted by the Contractor
5) Completion time Completion time shall mean the period by date/month specified in the
Letter of Intent/Award or date mutually agreed upon for handing over
of the Intended scope of work, the erected equipment/plant which are
found acceptable by the Engineer, being of required standard and
conforming to the specifications of the Contract.
6) Contractor The successful bidder /Tenderer who is awarded the Contract and
shall include the Contractor’s successors, heirs, executors,
administrators and permitted assigns.
7) Contract or Contract Contract or Contract Document shall mean and include the
Document Agreement of Work Order, the accepted appendices of Rates,
Schedules, Quantities if any, General Conditions of Contract, Special
Conditions of Contract, Instructions to the Tenderers, Drawings,
Technical Specifications, the Special Specifications if any, the Tender
documents, subsequent amendments mutually agreed upon and the
Letter of Intent / Acceptance issued by KMRL.

Any conditions or terms stipulated by the contractor in the tender


documents or subsequent letters shall not form part of the contract
unless, specifically accepted in writing by KMRL in the Letter of
Intent/Award and incorporated in the agreement.
8) Contractor’s Data Means all data in hard copy and on electronic media (soft copy)
including drawings, specifications, plan, graphs, sketches, models,
calculations, references, tables, records, etc duly checked by the
Contractor and submitted towards fulfilment of Contract..

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

9) Contractor’s A person named by the Contractor to act on behalf of Contractor to


Representative receive all instruction from Engineer and perform the duties towards
execution of works
10) Contract price /Contract Contract Price/Contract Value shall mean the sum mentioned in
value The LOI/LOA/ subject to such additions thereto or deductions there
from as may be made under provisions herein after contained.
11) Employer Employer shall mean Kochi Metro Rail Ltd, or it’s authorised Officers
or its Site Engineers or other employees authorised to deal with any
matters with which these persons are concerned on its behalf.

12) Engineer An officer of KMRL as may be duly appointed and authorized by


KMRL to act as Engineer on its behalf for the purpose of the Contract,
to perform the duties set forth in this General Conditions of Contract
and other Contract documents.
13) General Conditions of General Conditions of contract shall mean the Instructions to
contract Tenderers' and General Conditions of Contract pertaining to the work
for which above tenders have been called for.
14) LOA/LOI ( Letter of LOA/LOI (Letter of acceptance / Letter of Intent) shall/Fax /E-mail to
acceptance / Letter of the tenderer that the tender has been accepted in accordance with
Intent) provisions contained in the letter. The responsibility of the contractor
commences from the date of issue of this letter and all terms and
conditions of the contract are applicable from this date.
15) Day/Days Day/Days unless herein otherwise expressly defined shall mean
calendar day or days of twenty-four (24) hours each. A week shall
mean continuous period of seven (7) days.
16) Month Month shall mean calendar month unless otherwise specified in the
tender.
17) Short Closing /Fore closing Short closing / Fore closing of Contract shall mean the premature
closing of contract for reasons not attributable to the contractor and
mutually agreed between KMRL and the contractor.
18) Singular/Plurals Words carrying singular number shall also include plural and vice
versa, where the context so requires. Words imparting the masculine
Gender shall be taken to include the feminine Gender and words
imparting persons shall include any Company or Associations or
Body of Individuals, whether incorporated or not.
19) Site Means the places provided by the Employer where the works are to
be executed and any other place as may be specifically designated
in the Contract as part of site.
20) Termination Termination of contract shall mean the premature closing of contract

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

due to reasons as mentioned in the contract.

21) Tests Tests shall mean and include such test or tests to be carried out on
the part of Works as are prescribed in the contract or considered
necessary by KMRL, in order to ascertain the quality, workmanship,
performance and efficiency of the Works or part thereof.

22) Work/contract work Work/Contract work shall mean and include supply of all categories
of labour, specified consumables, tools and tackles and Plants
required for complete and satisfactory completion of works in
accordance with Contract and remedying of any defects therein
including installation, testing, commissioning all complete.

23) Writing Writing shall include any manuscript type written or hand written or
printed statement or electronically transmitted messages, under the
signature or seal or transmittal of KMRL.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

The Employer
2.1 Right of access to the site 2.1.1 The Employer shall give the Contractor right of access to
and possession of, Sites in stages within the time (or times)
stated in the Contract Data. The right and possession may
not be exclusive to the Contractor. The Contractor will
progressively modify the schedule for completion of works
taking into account the stage wise possession of site.

If the Contractor suffers delay as a result of a failure by the


Employer to give any such right or possession within such
time, the Contractor shall give notice to the Engineer and
shall be entitled to
• an extension of time for any such delay, if
completion is or will be delayed. However, no
monetary claims will be entertained on this ground.
2.2 Permits, licenses and 2.2.1 The Employer shall provide, at the request of the Contractor,
approvals such reasonable assistance as to allow the Contractor to
obtain properly:
• copies of the Laws of the Country which are relevant
to the Contract but are not readily available, and
• any permits, licences or approvals required by the
Laws of the Country which the Contractor is required
to obtain for execution of the contract
2.3 Employers Personal 2.3.1 The Employer shall be responsible for ensuring that the
Employer’s Personnel and the Employer’s other contractors
on the Site:
• co-operate with the Contractor’s efforts to achieve
the targets specified for completion of work.
2.4 Employers Financial 2.4.1 The Employer has arranged the funds from international
arrangements funding agency M/s KFW. Sufficient funds in Indian
Currency will be available for execution of the works.
2.5 Employers claims 2.5.1 If the Employer considers himself to be entitled to any
payment under any Clause of these Conditions or otherwise
in connection with the Contract, and/or to any extension of
the Defects Notification Period, the Employer or the
Engineer shall give notice and particulars to the Contractor.
The particulars shall specify the Clause or other basis of the
claim, and shall include substantiation of the amount and/or
extension to which the Employer considers himself to be

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

entitled in connection with the Contract. This amount may be


included as a deduction in the Contract Price and Payment
Certificates
The Engineer
3.1 Engineer’s duties and 3.1.1 The Engineer may from time to time delegate to the
responsibilities. 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.
3.1.2 The duties of the 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. He 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.
3.1.3 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;
3.1.4 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.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

3.1.5 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 Contractor
4.1 Contractors Obligations 4.1.1 The Contractor shall design (to the extent specified in the
Contract), execute and complete the Works in accordance
with the Contract and with the Engineer’s instructions, and
shall remedy any defects in the Works.
4.1.2 The Contractor shall provide the Plant and contractor’s
documents specified in the Contract and further as
required for executing the works. All Contractor’s
Personnel, Goods, consumables and other things and
services, whether of a temporary or permanent nature,
required in and for this design, execution, completion and
remedying of defects.
4.1.3 The contractor shall execute the work in the most substantial
and workman like manner in the stipulated time. Accuracy
of work and timely execution shall be the essence of this
contract. The contractor shall be responsible to ensure that
the quality and workmanship conform to the standards and
specification as given in the contract and as applicable in
the Quality Control Procedure established, further
complying with and/ or as per the instructions of the
Engineer.
4.1.4 The Contractor will take necessary precautions and due
care to protect all the facilities near the site from any
damage/ loss till the same is handed over back to KMRL. In
case the damage / loss is due to carelessness/ negligence
on the part of the contractor, the Contractor is liable to get
them repair / replaced immediately and in case of his failure

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

to do so within a reasonable time, KMRL will reserve the


right to recover the loss from the contractor.
4.1.5 The contractor shall not stop the work or abandon the site
for whatsoever reason of dispute, excepting force majeure
conditions. All such problems/disputes shall be separately
discussed and settled without affecting the progress of work.
Such stoppage or abandonment shall be treated as breach
of contract and dealt with accordingly
4.1.6 No idle charges will be admissible in the event of any
stoppage caused in the work resulting in contractor’s labour
and Tools & Plants being rendered idle due to any reason
at any time except for as per cl 8.10.
4.1.7 In case of any class of work for which there is no such
specification as laid down in the contract, such work shall be
carried out in accordance with the instructions and
requirements of the Engineer or as per CPWD specifications
4.1.8 The contractor shall take all reasonable care to protect the
materials and work till such time the site has been taken
over by KMRL.
4.2 Contractors 4.2.1 The Contractor shall appoint the Contractor’s
Representative Representative and shall give him all authority necessary to
act on the Contractor’s behalf under the Contract.
4.3 Setting Out 4.3.1 All the works shall be set out to the true lines, grades and
elevation indicated on the drawing. The contractor shall be
responsible to locate and set out the works. The contractor
shall inform KMRL well in advance of the times & places at
which he wishes to do work in the area allotted to him so
that suitable datum points established by him are checked
by KMRL to enable the contractor to proceed with the works.
Any work done without being properly located may be
removed and / or dismantled by KMRL at Contractor’s
expense.
4.3.2 The Contractor shall at his own expense take all proper and
responsible precautions to preserve and maintain these
datum marks to its true position. In the event of these marks
being disturbed or obliterated by accident or due to any
other cause whatsoever, the same would have to be re-
established by the contractor or may be re-established by
KMRL at contractor's expenses.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

4.4 Safety Procedures 4.4.1 All safety rules and codes applied by KMRL at site shall be
observed by the contractor without exception. The
contractor shall be responsible for the safety of the
equipment/material and works to be performed by him and
shall maintain all light, fencing guards etc. or other
protection necessary for the purpose. Contractor shall also
take such additional precautions as may be indicated from
time to time by the Engineer with a view to prevent pilferage,
accidents, fire hazards. Due precautions shall be taken
against fire hazards and climatic conditions. Suitable
number of supervisory staff watch and ward, store keepers,
safety stewards, to take care of equipment / materials and
construction tools and tackles shall be posted at site by the
contractor till the completion of work under this contract.
4.4.2 The contractor shall keep the area of work clean and shall
remove the debris etc. while executing day-to-day work.
Upon completion of work, the contractor shall remove from
the vicinity of work, all scrap, packing materials, rubbish,
unused and other materials and deposit them in places
specified by the Engineer. The contractor will also demolish
all the hutments, sheds, offices, etc. constructed and used
by him and shall clean the debris. In the event of his failure
to do so, the same will be arranged to be done by the
Engineer and the expenses recovered from the contractor.
4.5 Quality Assurance 4.5.1 The contractor has to establish / arrange at site the field
testing facilities for testing of civil construction materials and
concrete cubes for ensuring the proper quality, grade and
strength of the materials used in the construction in line with
approved field quality check list of KMRL. Contractor has to
submit detailed report for testing of all material used etc. All
testing shall be done as per IS code specifications/ KMRL
quality plan. If further test is required by the engineer to be
carried from outside laboratory, the cost of the same shall
be borne by the contractor.
4.6 Site Data 4.6.1 The Contractor shall be deemed to have obtained all
necessary information as to risks, contingencies and other
circumstances which may influence or affect the Tender or
Works. The Contractor shall also be deemed to have
inspected and examined the Site, its surroundings, site data

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

and other available information, and to have been satisfied


before submitting the Tender as to all relevant matters for
execution of this contract. 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 KMRL responsible for any details that might
have been omitted in the tender document which may affect
the pricing of the tender and any claim by the tenderer on
this account will not be entertained by the Employer. 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.
4.7 Accepted Contract 4.7.1 Unless otherwise stated in the Contract, the Accepted
Amount Contract Amount covers all the Contractor’s obligations
under the Contract (including those under Provisional
Sums, if any) and all things necessary for the proper
execution and completion of the Works and the remedying
of any defects.
4.8 Unforeseeable Physical 4.8.1 Void
conditions
4.9 Rights of way and 4.9.1 Unless otherwise specified in the Contract the Employer
facilities shall provide effective access to and possession of the Site
including special and/or temporary rights-of-way which are
necessary for the Works. The Contractor shall obtain, at
his risk and cost, any additional rights of way or facilities
outside the Site which he may require for the purposes of
the Works
Nominated Subcontractor
5.1 Subcontracting 5.1.1 The Contractor shall not subcontract the whole of the
Works.
5.1.2 The whole of the works included in the Contract shall be
executed by the Contractor, and the Contractor shall not
directly or indirectly transfer, assign or sublet the Contract
or any part share thereof or interest therein, without the
written consent of Employer; and no undertaking shall
relieve the Contractor from the full and entire responsibility
of the Contract or from active supervision of the works
during their progress. However, any specific portion of the

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

work which is of a specialized nature, and normally not


executable by a general contractor, could be got done by
the specialized agencies which are executing such works,
after obtaining the specific approval from employer.
5.1.3 The Contractor may, after informing the Engineer and
getting his written approval, assign or sub-let any part of
the work thereof other than for raw materials, for minor
detail or any part of the plant for which makes are
identified in the Contract. Suppliers of the equipment not
identified in the Contract or any change in the identified
supplier shall be subject to approval by the Engineer. The
experience list of the equipment vendors under
consideration by the Contractor for this Contract shall be
furnished to the Engineer for approval prior to procurement
of all such items/equipments. Such assignment sub-letting
shall not relieve the Contractor from any obligation, duty or
responsibility under the Contract. Any assignment as
above without prior written approval of Engineer shall be
void.
5.1.4 For components/equipment’s procured by the Contractors
for the purposes of the Contract, after obtaining the written
approval of the Employer, Within 3 weeks of the release of
the purchase order/contracts for such bought out
items/components, a copy of the same without price details
but together with detailed purchase specifications, quality
plans and delivery conditions shall be furnished to the
Engineer by the Contractor

Staff and Labour

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

6.1 Engagement of staff and 6.1.1 The following are the responsibilities of the contractor in
labour respect of observance of local laws, employment of
personnel, payment of taxes etc. The contractor shall fully
indemnify KMRL against any claims of whatsoever nature
arising due to the failure of the contractor in discharging
any of his responsibilities hereunder:
6.1.2 The contractor shall deploy all the necessary
skilled/semiskilled/ unskilled labour including highly skilled
workmen etc. These workmen should have previous
experience on similar job. They shall hold valid certificates
wherever necessary.
6.1.3 KMRL reserves the right to insist on removal of any
employee of the contractor at any time if he is found to be
unsuitable and the contractor shall forthwith remove him.
Cost of the removal / withdrawal and replacement shall be
in the scope of contractor.
6.1.4 As far as possible, Unskilled Workers shall be engaged from
the local areas in which the work is being executed.
6.1.5 Contractor shall also comply with the requirements of local
authorities’/ project authorities calling for police verification
of antecedents of the workmen, staff etc.
Festivals and Religious 6.1.6 The contractor at all times during the continuance of this
Customs contract shall, in all his dealings with local labor for the time
being employed on or in connection with the work, have due
regard to all local festivals and religious and other customs.
Permits and licenses 6.1.7 The Contractor in the event of engaging 20 or more
workmen, shall obtain Independent license under the
Contract labour (Regulation and Abolition) Act 1970 from
the concerned authorities based on Form-V issued by the
Principal Employer/Customer. In order to issue Form-V by
Customer, Contractor shall fulfil all Statutory requirements
like Insurance Policy, PF Code/PF Account number etc. as
per the requirement of KMRL.
Provident Fund and ESI 6.1.8 Contractor shall deduct the necessary amount towards
Requirements Provident Fund and contribute equal amount as
Government of India laws. This amount will be deposited
regularly to the provident Fund Commissioner. KMRL may
insist for submission of the account code duly certified by
PF Commissioner.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

6.1.9 Contractor may also be required to comply with provisions


of ESI Act in vogue if applicable and submit evidence to
KMRL
6.1.10 KMRL may insist for witnessing the regular payment to the
labour. They may also like to verify the relevant records for
compliance with statutory requirements. Contractor shall
enable such facilities to KMRL
Labour Laws 6.1.11 The contractor shall comply with all applicable State and
Central Laws, Statutory Rules, Regulations, Notifications,
etc. such as Payment of Wages Act, Minimum Wages Act,
Workmen Compensation Act, Employers Provident Act,
Employees State Insurance Scheme, Contract Labour
(Regulation and Abolition) Act, 1970, Payment of Bonus &
Gratuity Act, Building and other Construction Workers
(Regulation of Employment and Conditions of Service)Act,
1996, The Building and other construction workers Welfare
cess Act, 1996and other Acts, Rules, and Regulations for
labor / workers as applicable and as may be enacted by the
State Government and Central Government during the
tenure of the Contract and having force or jurisdiction at Site.
The Contractor shall also comply with provisions of and give
all such notices to the local Governing Body, Police and
other relevant Authorities as may be required by the Law.
6.1.12 The contractor shall pay and bear all taxes, fees, license
charges, Cess, duties, deposits, tolls, royalties, commission
or other charges which may be liveable on account of his
operations in executing the contract.
Health and safety 6.1.13 Contractor shall be responsible for provision of Health and
Sanitary arrangements (more particularly described in
Contract Labour Regulation & Abolition Act), Safety
precautions etc. as may be required for safe and satisfactory
execution of contract.
Facilities for staff and 6.1.14 The contractor shall be responsible for proper
labour accommodation including adequate medical facilities for
personnel employed by him.
6.1.15 The contractor shall be responsible for the proper behaviour
and observance of all regulations by the staff employed by
him.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

6.1.16 The contractor shall ensure that no damage is caused to any


person / property of other parties working at site. If any such
damage is caused, it is responsibility of the contractor to
make good the losses or compensate for the same.
6.1.17 Any delay in completion of works/or non-achievement of
periodical targets due to the reasons attributable to the
contractor, the same may have to be compensated by the
contractor either by increasing manpower and resources or
by working extra hours and/or by working more than one
shift. All these are to be carried out by the contractor at no
extra cost.
6.1.18 The actual deployment of Labour and Engineer / supervision
staff shall be so as to satisfy construction targets set by
KMRL. If at any time, it is found that the contractor is not in
a position to deploy the required engineers / supervisors /
workmen due to any reason; KMRL shall have the option to
make alternate arrangement at contractor’s risk and cost.
The expenditure incurred along with KMRL overheads
thereon shall be recovered from the contractor.
6.1.19 The contractor shall arrange, coordinate his work in such a
manner as to cause no hindrance to other agencies working
in the same premises.
6.1.20 The contractor shall arrange for such safety devices as are
necessary for such type of work and carry out the requisite
site tests of handling equipment, lifting tools, tackles etc. as
per prescribed standards and practices.
6.1.21 Contractor has to ensure the implementation of Health,
Safety and Environment (HSE) requirements as per
directions given by KMRL. The contractor has to assist in
HSE audit by KMRL and submit compliance Report. The
contractor has to generate and submit record/reports as per
HSE plan / activities as per instruction of KMRL.

Plant, Materials and Workmanship


7.1 Manner of Execution 7.1.1 The Contractor shall carry out the execution of the Works:

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

(a) in the manner (if any) specified in the


Contract,
(b) in a proper workmanlike and careful manner, in
accordance with recognized good practice, and
(c) with properly equipped facilities and non-
hazardous Materials, except as otherwise specified
in the Contract.
7.2 Samples 7.2.1 The Contractor shall submit the following samples of
Materials, and relevant information, to the Engineer for
consent prior to using the Materials in or for the Works:

a) manufacturer’s standard samples of Materials and


samples specified in the Contract, all at the
Contractor’s cost, and
b) Additional samples instructed by the Engineer.

c) Each sample shall be labelled as to origin and


intended use in the Works.
7.3 Inspection 7.3.1 The Employer’s Personnel shall at all reasonable times:

a) have full access to all parts of the Site and to all


places from which natural Materials are being
obtained, and
b) During production, manufacture and construction
(at the Site and elsewhere), be entitled to
examine, inspect, measure and test the materials
and workmanship, and to check the progress of
manufacture of Plant and production and
manufacture of Materials.
7.3.2 The Contractor shall give the Employer’s Personnel full
opportunity to carry out these activities, including providing
access, facilities, permissions and safety equipment. No
such activity shall relieve the Contractor from any obligation
or responsibility
7.3.3 The Contractor shall give notice to the Engineer whenever
any work is ready and before it is covered up, put out of
sight, or packaged for storage or transport. The Engineer
shall then either carry out the examination, inspection,
measurement or testing without unreasonable delay, or

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

promptly give notice to the Contractor that the Engineer


does not require to do so. If the Contractor fails to give the
notice and covers the work, he shall, if and when required
by the Engineer, uncover the work and thereafter reinstate
and make good, all at the Contractor’s cost
7.4 Testing 7.4.1 This Sub-Clause shall apply to all tests specified in the
Contract, other than the Tests after Completion (if any).
7.4.2 Except as otherwise specified in the Contract, the
Contractor shall provide all apparatus, assistance,
documents and other information, electricity, equipment,
fuel, consumables, instruments, labour, materials, and
suitably qualified and experienced staff, as are necessary to
carry out the specified tests efficiently. The Contractor shall
agree, with the Engineer, the time and place for the
specified testing of any Plant, Materials and other parts of
the Works
7.4.3 The Engineer may vary the location or details of specified
tests, or instruct the Contractor to carry out additional
tests. If these varied or additional tests show that the
tested Plant, Materials or workmanship is not in
accordance with the Contract, the cost of carrying out this
Variation shall be borne by the Contractor,
notwithstanding other provisions of the Contract.
7.4.4 The Engineer shall give the Contractor not less than 24
hours’ notice of the Engineer’s intention to attend the
tests. If the Engineer does not attend at the time and place
agreed, the Contractor may proceed with the tests, unless
otherwise instructed by the Engineer, and the tests shall
then be deemed to have been made in the Engineer’s
presence.
7.4.5 If the Contractor suffers delay and/or incurs Cost from
complying with these instructions or as a result of a delay
for which the Employer is responsible, the Contractor shall
give notice to the Engineer and shall be entitled to

a) an extension of time for any such delay, if


completion is or will be delayed
b) Payment of any such Cost, which shall be
included in the Contract Price upon approval of

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Engineer.

7.4.6 The Contractor shall promptly forward to the Engineer duly


certified reports of the tests. When the specified tests have
been passed, the Engineer shall endorse the Contractor’s
test certificate, or issue a certificate to him, to that effect. If
the Engineer has not attended the tests, he shall be deemed
to have accepted the readings as accurate based on
supporting evidences
7.5 Rejection 7.5.1 If, as a result of an examination, inspection, measurement
or testing, any Plant, Materials or workmanship is found to
be defective or otherwise not in accordance with the
Contract, the Engineer may reject the Plant, Materials or
workmanship by giving notice to the Contractor, with
reasons. The Contractor shall then promptly make good the
defect and ensure that the rejected item complies with the
Contract.
7.5.2 If the engineer requires this Plant, Materials or workmanship
to be retested, the tests shall be repeated under the same
terms and conditions. If the rejection and retesting cause the
Employer to incur additional costs, the Contractor shall pay
these costs to the Employer
7.6 Remedial Work 7.6.1 Notwithstanding any previous test or certification, the
Engineer may instruct the Contractor to

a) remove from the Site and replace any Plant or


Materials which is not in accordance with the
Contract,
b) remove and re-execute any other work which is
not in accordance with the Contract, and
c) Execute any work which is urgently required for
the safety of the Works, whether because of an
accident, unforeseeable event or otherwise.
7.6.2 The Contractor shall comply with the instruction within a
reasonable time, which shall be the time (if any) specified
in the instruction, or immediately if urgency is specified.
7.6.3 If the Contractor fails to comply with the instruction, the
Employer shall be entitled to employ and pay other
persons to carry out the work. Except to the extent that the
Contractor would have been entitled to payment for the

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

work, the Contractor shall subject to Sub-Clause 2.5


[Employer’s Claims] pay to the Employer all costs arising
from this failure.
7.7 Ownership of Plant and 7.7.1 Except as otherwise provided in the Contract, each item of
Materials Plant and Materials shall, to the extent consistent with the
Laws of the Country, become the property of the Employer
at whichever is the earlier of the following times, free from
liens and other encumbrances:

a) when it is incorporated in the Works;

b) when the Contractor is paid the corresponding


value of the Plant and Materials
7.8 Royalties 7.8.1 Unless otherwise stated in the specification the contractor
shall pay all royalties rents and other payments for:

a) natural Materials obtained from outside the Site,


and

b) The disposal of material from demolitions and


excavations and of other surplus material
(whether natural or man-made), except to the
extent that disposal areas within the Site are
specified in the Contract.

Commencement, Delays, penalties and suspension


8.1 Commencement of works 8.1.1 The contractor shall commence the work as per the time
indicated in the Letter of Acceptance/ Intent / Award from
KMRL and shall proceed with the same with due expedition
without delay.
8.1.2 If the contractor fails to start the work within stipulated time
as per LOI or as intimated by KMRL, then KMRL at its sole
discretion will have the right to cancel the contract.
8.1.3 The Earnest Money Deposit and / or Security Deposit with
KMRL will stand forfeited without any further reference to
him without prejudice to any and all of KMRL other rights
and remedies in this regard.
8.2 Time for Completion 8.2.1 All the work shall be carried out under the direction and to
the satisfaction of KMRL.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

8.2.2 The start date for the indicative mile stones shall be as per
the SCC Annexure -I and as directed by KMRL from time to
time. The Contractor shall ensure that the mile stones are
completed in time.
8.2.3 Contractor has to mobilize adequate resources to meet his
commitments to KMRL as indicated from time to time. In
case due to reasons attributable to the contractor, the work
gets delayed and additional manpower / resources have to
be mobilized so as to expedite the work to meet various
milestones, same shall be done within the quoted rates as
per Rate Schedule, at no extra cost to KMRL. In the event
the contractor fails to respond to these requirements, KMRL
shall take appropriate actions to meet its commitments in
line with the provisions of General Conditions of Contract.
8.3 Programme 8.3.1 Contractor is required to draw mutually agreed
monthly/Weekly programme in consultation with KMRL well
in advance. Contractor shall ensure achievement of agreed
programme and shall also timely arrange additional
resources considered necessary at no extra cost to KMRL
8.3.2 Weekly progress review meetings will be held at site during
which actual progress during the week vis-a-vis scheduled
programme shall be discussed for actions to be taken for
achieving targets. Contractor for discussions shall also
present the programme for subsequent week. The
contractor shall constantly update / revise his work
programme to meet the overall requirement. All quality
problems shall be discussed during above review meetings.
Necessary preventive and corrective action shall be
discussed and decided upon in such review meetings and
shall be implemented by the contractor in time bound
manner so as to eliminate the cause of non-conformities
8.4 Extension of time for 8.4.1 The Contractor shall not be allowed any time extension of
completion completion except in the following cases:

Force majeure conditions


8.4.2 Major changes or substantial addition to work ordered by the
KMRL adversely affecting the completion time.
8.4.3 Upon the happening of any such event causing delay, the
Contractor shall immediately give notice thereof in writing to

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

the Engineer but shall nevertheless use constantly his best


endeavour to prevent or make good the delay and shall do
all that may reasonably be required to the satisfaction of the
Engineer to proceed with the work.
8.4.4 The Contractor, upon happening of any such event shall
immediately present the case. The request for extension of
time shall be submitted by the Contractor in writing and
based on the merit the case shall be considered

if any Provisional Time extension is granted to the contractor


to facilitate continuation of work and completion of contract,
due to backlog attributable to the contractor alone, then it
shall be without prejudice to the rights of KMRL to impose
penalty / LD for the delays attributable to the contractor, in
addition to any other actions KMRL may wish to take at the
risk and cost of contractor.
8.5 Delay caused by 8.5.1 If the following conditions apply, namely:
authorities
• the Contractor has diligently followed the
procedures laid down by the relevant legally
constituted public authorities in the Country,

• these authorities delay or disrupt the Contractor’s


work, and

• the delay or disruption was Unforeseeable,

Then this delay or disruption will be considered as a cause


of delay for consideration of time extension.
8.6 Rate of progress. 8.6.1 The contractor shall submit weekly and monthly progress
reports, materials reports, consumables report and other
reports as per Performa considered necessary by the
Engineer.
8.6.2 The progress report shall indicate the progress achieved
against planned, with reasons indicating delays, if any, and
shall give the remedial actions which the contractor intends
to take to make good the slippage or lost time , so that
further works again proceed as per the original programme
and the slippages do not accumulate and effect the overall

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

programme.
8.6.3 The daily manpower reports shall clearly indicate the
manpower deployed, category-wise specifying also the
activities in which they are engaged.
8.7 Delay Damages (penalty 8.7.1 The Contractor shall complete the work as per the time
for delay) frame given in the Letter of Intent. If the Work is not
completed within the specified period and any extension
thereof, the Contractor shall be liable to pay penalty for
delay in completion of work @ 0.5% of the awarded Contract
value for every week of delay or part thereof, subjected to a
maximum of 10% of the awarded contract value.
8.8 Suspension Of work 8.8.1 The Engineer may at any time instruct the Contractor to
suspend progress of part or all of the Works. for a maximum
period of 15 days without any additional payments to
contractor. During such suspension, the Contractor shall
protect, store and secure such part or the Works against any
deterioration, loss or damage.
8.9 Consequences of 8.9.1 No charges will be admissible in the event of any stoppage
suspension of work resulting in the contractor's workmen/equipment
being rendered idle due to any reason for the period given
in clause 8.8
8.10 Payment for plant and 8.10.1 For a period more than 15 days
machinery in event of
suspension
The contractor shall be entitled to payment of cost of idle
labour and idle equipment (stationed at site) for the specific
suspended period of more than 15 days at mutually agreed
rates.
Prolonged suspension 8.11.1 If the suspension [Suspension of Work for a part] has
continued for more than 15 days, the Contractor may
request the Engineer’s permission to proceed. If the
Engineer does not give permission within 15 days after
being requested to do so, the Contractor may, by giving
notice to the Engineer, may claim compensation for idle
labour and equipment’s. If the suspension affects the whole
of the Works, the Contractor may give notice of termination
[Termination by Contractor].
Resumption of work 8.12.1 After the permission or instruction to proceed is given, the
Contractor and the Engineer shall jointly examine the Works
and the Plant and Materials affected by the suspension. The

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Contractor shall make good any deterioration or defect in or


loss of the Works or Plant or Materials, which has occurred
during the suspension after receiving from the Engineer an
instruction to this effect and the contractor, shall be entitled
for rectification costs as determined.
Tests on Completion
9.1 9.1.1 The Contractor shall carry out the tests on completion in
accordance with that specified in the section -Technical
specifications. As soon as the works or a section has passed
any tests on completion, the contractor shall submit a
certified report of these tests to the Engineer/ Engineer’s
representative for verification. All the tests report for the
materials, plants (if any incorporated into permanent works)
shall also be submitted to the Engineer/ engineer’s
representative for verification.
Employer Taking Over
10.1 Taking Over of works 10.1.1 All works shall be taken over by KMRL in part or in full when
it has been completed in all respects and /or can be put to
use satisfactorily. The complete work under the contract
shall be taken over only after completion of all punch points,
pending work, rework wherever required, site clearing and
reconciliation of materials.
10.1.2 If, before the Time of Completion of the whole of the Works
or, if applicable, any section, a Taking – Over Certificate has
been issued for any part of the Works or of a Section, the
liquidated damages for delay in completion of the remainder
of the Works or of that Section shall, for any period of delay
after the date stated in such Taking-Over Certificate will be
applied to the entire contract value at the rates stipulated in
the contract but shall not affect the maximum amount of
penalty/damage that can be imposed as per contract.
10.1.3 The guarantee period shall start only after the complete
work under the contract has been taken over by KMRL.
Defects liability
11.1 Guarantee Period 11.1.1 Not Applicable

Measurement and Evaluation

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

12.1 Works to be measured 12.1.1 The Bill of Quantities is used to calculate the Contract Price.
The Contractor is paid for the quantity of the work done at
the rate in the Bill of Quantities for each item.
12.1.2 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.
12.1.3 Items of the Works for which no rate or price has been
entered in will not be paid for by the Employer and shall be
deemed covered by other rates and prices in the Contract.
12.2 Method of measurement 12.2.1 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.
12.2.2 The contractor shall, without extra charge, provide
assistance with every appliance/Investigation Instrument’s
like total station and other things necessary for
measurement. Measurements shall be signed and dated by
both parties on the same day on the site on completion of
measurement

12.3 Evaluation 12.3.1 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

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

be taken in accordance with the relevant standard method of


measurements issued by the Bureau of Indian Standards.
12.3.2 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.
12.4 Omissions 12.4.1 The Engineer shall have the power to make any alterations
in, omissions from, additions to or substitutions from 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 Clause 13.0 (Variations)
Measurement and Evaluation
13.1 Variation limits 13.1.1 The quoted rates shall remain firm irrespective of any
variations in the individual quantities. The Contractor need
to quote sustainable rates for individual items since
individual items can vary to any limit. No compensation
becomes payable in case the variation of the final executed
contract value is within the limits of Plus (+) or Minus (-) 25
% of awarded contract value
13.2 Compensation on 13.2.1 Compensation due to variation of final executed value in
exceeding variation limits excess of the limits defined in clause 13.1 shall be as
follows:
• In case the finally executed contract value reduces
below the lower limit of Contract Value due to
quantity variation specified above, the contractor
will be eligible for compensation @ 15% of the

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

difference between the lower limit of the contract


value and the actual executed value.

• In case the finally executed contract value


increases above the upper limit of Contract Value
due to quantity variation specified above, there will
be no revision in the rates within the contract period
13.3 Extra works 13.3.1 All rectifications / modifications, revamping, and reworks
required for any reasons not due to the fault of the
contractor, or needed due to any change in deviation from
drawings and design or which are not very specifically
indicated in the drawings, but are found essential for
satisfactory completion of the work, will be considered as
extra works.

Extra works arising on account of the contractor's fault,


irrespective of time consumed in rectification of the damage
/ loss, will have to be carried out by the contractor free of
cost. Under such circumstances, any material and
consumable required for this purpose will also have to be
arranged by the contractor at his cost.
13.3.2 Man-hour rate for eligible extra works:

Single composite average labour man-hour rate, including


overtime if any, supervision, use of tools and tackles and
other site expenses and incidentals, consumables for
carrying out any major rework / repairs / rectification /
modification /, if found due will be at Rs 60/- per man hour
13.3.3 Extra Works for Civil Packages

Rates for Extra Works arising due to (1) non availability of


BOQ (Rate Schedule), OR (2) change in Specifications of
materials / works (3) rectification / modification / dismantling
&re-erecting etc. due to no fault of Contractor, shall be in
the order of the following:
13.3.4 • Item rates are to be derived from similar nature of
items in the BOQ (Rate Schedule) with applicable
escalation derived from All India Consumer Price
Index for Whole Sale Commodities
• As per CPWD-DSR-2016 (or latest edition) with
applicable escalation derived from All India

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Consumer Price Index for Whole Sale


Commodities, OR, Notification issued by the office
of CPWD for cost index in that region where the
project is being executed, whichever is less.
• Where the above methods are not possible to adopt
Item rates are to be worked out on the basis of
prevailing market rates mutually agreed between
KMRL and Contractor, plus 10 % towards
Contractor’s overhead and profit.

KMRL retains the right to award or not to award any of the


major repair / rework / modification / rectification / fabrication
works to the contractor, at their discretion without assigning
any reason for the same

13.4 Adjustments for changes 13.4.1 In case any tax/levy/duty etc. becomes applicable after the
in legislation date of bidder's offer, the bidder/ Contractor must convey its
impact on his price duly substantiated by documentary
evidence in support of the same before opening of the Price
Bid. Claim for any such impact after opening the price bid
will not be considered by KMRL for reimbursement of tax or
reassessment of offer.
In case the Government imposes any new tax/ levy on the
output services/ goods / work after the award of work, the
same shall be reimbursed by KMRL at actual. All necessary
documents as required by KMRL shall have to be provided
by the contractor. However, in the event of delay in work
execution solely attributable to the contractor the new taxes/
levies imposed during the delay period shall not be
reimbursed to the contractor.
No reimbursement on account of increase in the rate of
taxes, levies, duties etc. on input goods/ services/ work shall
be made. Bidder has to make his own assessment of the
impact of future variation if any, in rates/ duties/ levies etc.
in his price bid.
13.5 Price variation 13.5.1 The Prices quoted by bidder shall remain firm during
compensation entire original contract period.
Contract price and Payment

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

14.1 Contract Price 14.1.1 The Contract Price is the price stated in the Letter of
Acceptance/intent/Award and thereafter as adjusted in
accordance with the provisions of the contract.

14.1.2 The Contractor shall pay all taxes, duties, and fees (Except
GST) required to be paid by him under the contract and the
contract price shall not be adjusted for any of the costs
except due to changes in legislation leading to change in tax
structure as per cl 13.5.
14.2 Payment 14.2.1 The Contractor shall be paid monthly running bill/milestone
based bill of 90 % of the value of the work actually executed
on site provided the work has been executed to the
satisfaction of the Engineer within 30 days of submission of
the detailed bill, invoice and supporting documents.
14.2.2 5% of the balance shall be released along with the final bill
on completion of work and the balance 5 % of the bill value
will be payable on completion of the guarantee period.
KMRL reserves the right to release this amount on
successful completion of all mile stones and upon
submission of equivalent bank guarantee valid up to the
guarantee period +1 month.

From the amount payable, recovery such as advances,


security deposit, taxes etc. would be made

14.2.3 Measurement of work completed shall be done by the


Contractor and submitted to KMRL for checking and
approval. For this purpose, Contractor shall submit hard
copies as well as a soft copy in the CD containing abstract
& detailed measurement sheets of the bill. The
measurement sheets and the bill will be checked and
approved by KMRL for further processing, or returned to the
Contractor for correction and resubmission. The certificate
of Engineer regarding such approval and passing of sums
shall be final and conclusive against the Contractor
submissions.
14.2.4 The abstract of the measurements and RA bill shall be
entered in KMRL Measurement Book (also in digital format)
and signed and dated by both parties as per the provisions

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

of the General Conditions of Contract.

14.2.5 All running bill payments shall be regarded as advance


payments against the final bill. Any certificate relating to the
work done during monthly running bills may be modified by
any subsequent interim certificates or by the final certificates
and no certificate of the Engineer supporting an advance
payment shall of itself be conclusive evidence that any work
or materials to which it relates are in accordance with the
contract.
14.2.6 In case any amount is withheld by KMRL during course of
execution of work on account of non-compliance of contract
requirement, the same shall be recovered / released from
the contractors bills as deemed fit by the engineer of KMRL
and the decision of engineer shall be final in this regard and
binding on the contractor.
14.2.7 The Contractor shall supply to the Engineer a detailed
account of the total amount that the Contractor considers
payable under the Contract before the end of the Defects
Liability Period. The Engineer shall issue a Defect Liability
Certificate and certify any final payment that is due to the
Contractor within 56 days of receiving the Contractor’s
account if it is correct and complete. If it is not, the Engineer
shall issue within 56 days a schedule that states the scope
of the corrections or additions that are necessary. If the Final
Account is still unsatisfactory after it has been resubmitted,
the Engineer shall decide on the amount payable to
Contractor and issue a payment certificate, within 56 days
of receiving the contractor’s revised account.
14.3 Final payment 14.3.1 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 within fifteen (15) working days
from the date of receipt of the written notice issued in this
regard by the Engineer. The employer will not pay any
interest on account of any delay in the payment to the

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Contractor due to noncompliance of instruction under this


contract under any point of time and Contractor cannot raise
any claim on this account.
14.4 Delayed payments 14.4.1 No interest shall be paid on delayed payments due to delay
in submission of supporting documents by contractor
14.5 Advance Payment 14.5.1 No advance payment shall be given to contractor

14.6 Payment against bulk 15.6.1 No secured advances against plant & materials shall be
supplies (materials and given to contractor
plants)
14.7 Payment of retention 14.7.1 KMRL shall release the guarantee/ retention money subject
Money to the following
• Contractor has submitted Final Bill
• Guarantee period as per contract has expired.
• Contractor has furnished ‘No Claim Certificate’ in
specified format.
• KMRL /Engineer has furnished the Completion
Certificate
• Contractor has carried out the works required to be
carried out by him during the period of Guarantee
and all expenses incurred by KMRL on carrying out
such works is included for adjustment from the
Guarantee money refundable.
14.8 Closing of contract 14.8.1 The Contract shall be considered completed and closed
upon completion of all contractual obligations and
settlement of Final Bill or completion of Guarantee period
whichever is later. Upon closing of Contract, KMRL shall
issue a completion certificate /No claim certificate as per
standard format, based on specific request of Contractor.
Reimbursements
15.1 15.1.1 All reimbursements, insurance payments, guarantee
payments or similar payments, if any, shall be made for the
account of the Employer to KfW, Frankfurt am Main, BIC:
KFWIDEFF, account IBAN: DE53 5002 0400 3800 0000 00,
which KfW shall credit to the Employer. If such payments
are made in Local Currency, they shall be made to a special
account of the Employer specified in the Special Conditions.
The amounts reimbursed for the portion financed by KfW
may, with KfW’s consent, be used again, principally for

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

further implementation of the Project

Termination by Employer
16.1 Unsatisfactory Progress 16.1.1 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
with any other agency and the contractor will be liable to
make good a loss incurred by KMRL on this account. Such
amounts will be recovered from any moneys due to or to
become due to the contractor. With holding of this amount
on failure to achieve the completion of work or of milestones
shall be automatic without any notice to the contractor.
16.2 In the event of death 16.2.1 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
KMRL against any claims that may be made in respect of
payments made by the Employer to claim from the
contractor or others in respect of work done by the
contractor prior to the termination of the contract.
16.2.2 If in the opinion of Engineer, the contractor

• has abandoned the contract.


• without reasonable excuse has failed to commence
the works or proceed with the works with due
diligence / submit SDPBG or has suspended the
progress of work for 20 days after receiving from the
Engineer written notice to proceed (or)
• Has failed to remove materials from the site or to
pull down and replace work for 28 days after

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

receiving from the Engineer written notice that the


said materials or work has been condemned and
rejected by the Engineer under these conditions.
• is not executing the works in accordance with the
contract or persistently or flagrantly neglecting to
carry out his obligations under the contract.
• has acted to the detriment of good workmanship or
defied the Engineer's instructions to the contrary
sublet any part of the contract,
16.2.3 Then KMRL 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 releasing the contractor from
any of his obligations or liabilities under the contract or
effecting the rights and powers conferred on KMRL or the
Engineer by the contract and KMRL may himself complete
the works or may employ any other contractor to complete
the works at risk and cost of the contractor and KMRL 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 Employer 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 adjustment
of any sums due or which may become due to KMRL from
the contractor under the contract.
16.3 Risk and cost procedure 16.3.1 An amount equal to 30% of the cost of the remaining works
at agreed rates of the terminated contract shall be recovered
from the defaulted contractor towards the risk and cost. The
contractor shall be directed to remit the risk and cost amount
within three months of termination date. The total loss
sustainable due to the default of the original contractor will
be assessed after completion of the work. If the defaulted
contractor fails to remit the amount within this period, the
realization of loss by the defaulted contractor can be done
from the following.
1. EMD / Security

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

2. Bill amount / retention if any due to the contract.

3. Any dues from KMRL to the contractor.

4. Any Other Bank Guarantee given by contractor /


Performance Guarantee or By filling civil suit
against the contractor.
16.4 Suspension of business 16.4.1 KMRL reserves the right to take action against Contractors
dealings who either fail to perform or Tenderers / Contractor who
indulge in malpractices, by suspending business dealings
with them in line with KMRL guidelines issued from time to
time.
Suspension and Termination by Contractor
17.1 Termination reasons 17.1.1 The Contractor shall be entitled to terminate the work if
Payments after 1. The Employer substantially fails to perform its
Termination
obligations under the contract in such a manner as
to adversely affect the ability of the contractor to
perform the contract.

2. The work has been suspended by the Employer


continually for more than 30 days.

3. The employer becomes bankrupt or insolvent


17.1.2 A written notice to this effect shall be served to the employer
requesting the Engineers permission to proceed with the
work as per cl 17.1.1.2. If the engineer does not give
permission within 30 days after being asked to do so the
contractor may proceed with the termination of the contract.
17.2. 17.2.1 After a notice of termination as per clause 17.1 has been
served, the employer shall promptly
1. Return the performance guarantee.
2. Pay the contractor all moneys due to him as per
contract
Risk and Responsibility
18.1 Employer’s Risks 18.1.1 The Employer is responsible for the excepted risks which
are (a) in so far as they directly affect the execution of the
Works in India, the risks of war, hostilities, invasion, act of

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

foreign enemies, rebellion, revolution, insurrection or


military or usurped power, civil war, riot commotion or
disorder (unless restricted to the Contractor’s employees),
and contamination from any nuclear fuel or nuclear waste or
radioactive toxic explosive, or (b) a cause due solely to the
design of the Works, other than the Contractor’s design
18.2 Contractor’s Risks 18.2.1 All risks of loss of or damage to physical property and of
personal injury and death which arise during and in
consequence of the performance of the Contract other than
the excepted risks are the responsibility of the Contractor.

Insurance
19.1 19.1.1 KMRL shall arrange for insuring the materials / properties of
KMRL
19.1.2 The Contractor shall provide, in the joint names of the
Employer and the Contractor, insurance cover from the Start
Date to the end of the Defects Liability Period, in the
amounts and deductibles stated in the Cl 19.1.7 for the
following events which are due to the Contractor’s risks:
• Loss or damage to the work, plant and Materials
• Loss or damage to equipment’s;
• Loss or damage of property (except the Works,
Plant, Materials and Equipment) in connection with
the Contract; and
• Personnel injury or death
19.1.3 Policies and certificates for insurance shall be delivered by
the Contractor to the Engineer for the Engineer’s approval
before the Start Date. All such insurance shall provide for
compensation to be payable in the types and proportions of
currencies required to rectify the loss or damage incurred.
19.1.4 If the Contractor does not provide any of the policies and
certificates required, the Employer may affect the insurance
which the Contractor should have provided and recover the
premiums the Employer has paid from payments otherwise
due to the Contractor or, if no payment is due, the payment
of the premiums shall be a debt due.
19.1.5 Alterations to the terms of insurance shall not be made
without the approval of the Engineer.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

19.1.6 Both parties shall comply with any conditions of the


insurance policies.

19.1.7 The minimum insurance cover for physical property, injury


and death is Rs.15 lakhs per occurrence .After each
occurrence, contractor will pay additional premium
necessary to make insurance valid.
Force Majeure
20.1 Reasons considered for 20.1.1 The following shall amount to Force Majeure: -
force majeure
Acts of God, act of any Government, War, Sabotage, Riots,
Civil commotion, Police action, Revolution, Flood, Fire,
Cyclones, Earth quake and Epidemic and other similar
causes over which the contractor has no control
20.1.2 If the contractor suffers delay in the due execution of the
contractual obligation due to delays caused by force
majeure as defined above, the agreed time of completion of
the job covered by this contract or the obligations of the
contractor shall be extended by a period of time equal to
period of delay, provided that on the occurrence of any such
contingency, the contractor immediately reports to KMRL in
writing the causes of delay and the contractor shall not be
eligible for any additional compensation.

Claims, Disputes and arbitration


21.1 Amicable Settlement 21.1.1 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. 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

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

21.1.2 Where notice of intention to commence arbitration as to a


dispute has been given, 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.
Arbitration 21.2.1 In case amicable settlement is not reached in the event of
any dispute or difference arising out of the execution of the
Contract or the respective rights and liabilities of the parties
or in relation to interpretation of any provision by the
Contractor in any manner touching upon the Contract, such
dispute or difference shall (except as to any matters, the
decision of which is specifically provided for therein) be
referred (as decided mutually) to the sole arbitration of the
arbitrator appointed by KMRL or as per 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
21.2.2 The award of the Arbitrator shall be binding upon the parties
to the dispute Subject as aforesaid, the provisions of
Arbitration and Reconciliation Act 1996 (India)/ 2015 or
statutory modifications or re-enactments thereof and the
rules made there under and for the time being in force shall
apply to the arbitration proceedings under this clause. All
proceedings in connection with the above contract shall be
subject to the jurisdiction of the High court of judicature at
Kochi only.
21.2.3 The cost of arbitration shall be borne equally by the
parties.
21.2.4 Work under the contract shall be continued during the
arbitration proceedings.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

VOLUME – 3

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

TECHNICAL BID

SECTION - A

SPECIAL CONDITIONS OF CONTRACT

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

PREAMBLE TO SCC
The Special Conditions of Contract (SCC) shall be read in conjunction with the General Conditions, Scope of Work,
Specifications, Bill of Quantities, Drawings and any other documents forming part of the contract wherever the
context so requires.

SPECIAL CONDITIONS OF CONTRACT

2.0 The Employer Same as GCC

3.0 The Engineer Same as GCC

4.0 The Contractor Same as GCC

5.0 Nominated Same as GCC


Subcontractor
6.0 Staff and Labour Same as GCC

In addition to the above, the contractor shall fully


abide by requirements as given in SCC clause 22.0
7.0 Plant, Materials and Same as GCC
Workmanship
In addition to the above, the contractor shall fully
abide by requirements as given in PQR for
equipment and personnel.
8.0 Commencement, Same as GCC except below clauses
Delays, penalties
and suspension
8.2 Time for Completion 23 weeks

As per Section D of SCC (milestones)


9.0 Tests on Completion Same as GCC

10.0 Employer Taking Same as GCC


Over
11.0 Defects liability

11.1 Guarantee Period 11.1.1 In addition to GCC, there shall not be any guarantee
period for this job.
The work stands completed on the acceptance of
the final report by KMRL.
. There will be no defect liability period for this
contract.
12.0 Measurement and Same as GCC
evaluation
13.0 Variations and Same as GCC
Adjustments
14.0 Contract price and Same as GCC except below clauses
Payment
14.2 Payment 14.2.2 & In supersession to 14.2.2 & 14.2.3
14.2.3
The contractor shall submit only 1 RA bill in a month

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

The RA bills will be paid as per the actual quantities


executed and certified by KMRL representative in
the respective month

The Contractor shall be paid monthly running bill of


70 % of the value of the work actually executed on
site provided the work has been executed to the
satisfaction of the Engineer within 30 days of
submission of the detailed bill, invoice and
supporting documents.

20 % of the balance shall be released on submission


of final report for the respective executed quantities
already billed.

10% of the balance shall be released on submission


on acceptance of final report.

From the amount payable, recovery such as


advances, security deposit, taxes etc. would be
made

There will be no defect liability period for this


contract.

15.0 Reimbursements Same as GCC


The account of the Employer shall be:
Account No- 0803201003055
Canara Bank, Broadway, Ernakulam
16.0 Termination by Same as GCC
Employer
17.0 Suspension and Same as GCC
Termination by
Contractor
18.0 Risk and Same as GCC
Responsibility
19.0 Insurance Same as GCC

20.0 Force Majeure Same as GCC

21.0 Claims ,Disputes and Same as GCC


arbitration
22.0 General technical requirements

22.1 Codes and standards 22.1.1 Except where otherwise specified, the
plant/equipment /materials / construction
methodology shall comply with the appropriate
Indian Standard or an agreed internationally
accepted Standard, each incorporating the latest
revisions at the time of tendering. Where no national
/ internationally accepted standard is applicable, the
Bidder shall give all particulars and details as
necessary; to enable KMRL to identify all of the
plant/equipment in the same detail as would be

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

possible had there been a Standard Specification.

22.1.2 Where the Bidder proposes alternative codes or


standards he shall include in his tender one copy (in
English) of each Standard Specification to which
materials offered shall comply. In such case, the
adopted alternative standard shall be equivalent or
superior to the standards mentioned in the
specification.
22.1.3 In the event of any conflict between codes and
standards refereed above and requirements of this
specification, the requirements which are more
stringent shall govern.

Machinery/Tools during construction shall not be


accepted with the specific approval of engineer in
charge (KMRL)
23.0 Labour

23.1 Details of labour 23.1.1 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.

Applicable Major During continuance of the contract, the Contractor


Laws and his sub-contractors shall abide at all times by all
existing labour enactments and rules made there
under, regulations, notifications and bye laws of the
State or Central Government or local authority and
any other labour law (including rules), regulations,
bye laws that may be passed or notification that may
be issued under any labour law in future either by
the State or the Central Government or the local
authority. Salient features of some of the major
labour laws that are applicable to construction
industry are given below. The Contractor shall keep
the Employer indemnified in case any action is taken
against the Employer by the competent authority on
account of contravention of any of the provisions of
any Act or rules made 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

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

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.

The Act provides for compensation in case of


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

The Act Provides for monthly contributions by the


employer plus workers @ 10% or 8.33%.
Employees P.F. and The benefits payable under the Act are:
Miscellaneous
Provision Act 1952 Pension or family pension on retirement or death, as
the case may be.
Deposit linked insurance on the death in harness of
the worker.
Payment of P.F. accumulation on retirement/death
etc.

The Act provides for leave and some other benefits


to women employees in case of confinement or
Maternity Benefit Act miscarriage etc.
1951
The Act provides for certain welfare measures to be
provided by the Contractor to contract labour and in
Contract Labour case the Contractor fails to provide, the same are
(Regulation & required to be provided, by the Principal Employer
Abolition) Act 1970 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.

The Employer is supposed to pay not less than the


Minimum Wages fixed by appropriate Government

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Minimum Wages Act as per provisions of the Act if the employment is a


1948 scheduled employment. Construction of Buildings,
Roads, and Runways are scheduled employments.

It lays down as to by what date the wages are to be


paid, when it will be paid and what deductions can
Payment of Wages be made from the wages of the workers.
Act 1936
The Act provides for payment of equal wages for
work of equal nature to Male and Female workers
Equal Remuneration and for not making discrimination against Female
Act 1979 employees in the matters of transfers, training and
promotions etc.

The Act is applicable to all establishments


employing 20 or more employees. The Act provides
Payment of Bonus for payments of annual bonus subject to a minimum
Act 1965 of 8.33% of wages and maximum of 20% of wages
to employees drawing Rs.3500/-per month or less.
The bonus to be paid to employees getting
Rs.2500/- per month or above up to Rs.3500/- per
month shall be worked out by taking wages as
Rs.2500/-per month only. The Act does not apply to
certain establishments. The
newly set-up establishments are exempted for five
years in certain circumstances. Some of the State
Governments have reduced the employment size
from 20 to 10 for the purpose of applicability of this
Act.

The Act lays down the machinery and procedure for


resolution of Industrial disputes, in what situations a
Industrial Disputes strike or lock-out becomes illegal and what are the
Act 1947 requirements for laying off or retrenching the
employees or closing down the establishment.

It is applicable to all establishments employing 100


or more workmen (employment size reduced by
some of the States and Central Government to 50).
Industrial The Act provides for laying down rules governing the
Employment conditions of employment by the Employer on
(Standing Orders) matters provided in the Act and get the same
Act 1946 certified by the designated Authority.

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
Trade Unions Act certain immunities from civil and criminal liabilities.
1926
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.
Child Labour Employment of Child Labour is prohibited in Building

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

(Prohibition & and Construction Industry.


Regulation) Act 1986
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
Inter-State Migrant establishment situated in another state). The Inter-
workmen’s State migrant workmen, in an establishment to
(Regulation of which this Act becomes applicable, are required to
Employment & be provided certain facilities such as housing,
Conditions of medical aid, travelling expenses from home up to the
Service) Act 1979: establishment and back, etc.

All the establishments who carry on any building or


other construction work and employ 10 or more
workers are covered under this Act. All such
establishments are required to pay cess at the rate
The Building and not exceeding 2% of the cost of construction as may
Other Construction be modified by the Government. The Employer of
workers (Regulation the establishment is required to provide safety
of Employment and measures at the Building or construction work and
Conditions of other welfare measures, such as Canteens, First-Aid
Service) Act 1996 facilities, Ambulance, Housing accommodations for
and the Cess Act of workers near the work place etc. The Employer to
1996 whom the Act applies has to obtain a registration
certificate from the Registering Officer appointed by
the Government.

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
Factories Act 1948 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.

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
Employees State medical care for self and family. Besides, cash
Insurance ESI Act, benefit in the event of sickness, maternity and
1948 employment injury Accordingly, the
contractual/casual employees drawing wages up to
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

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

salary relates.

24.0 Taxes & duties

24.1 Taxes –general 24.1.1 Price quoted shall be inclusive of all taxes, duties,
levies, fees royalty except GST.

24.2 GST 24.2.1 Price quoted shall be exclusive of GST. The GST as
statutorily leviable and payable by the bidder under
the provisions of GST Law / Act shall be paid by
KMRL as per bidder claim through various running
bills.

24.2.2 Any other taxes and duties,Licesces (except GST) if


any, as applicable, Deposits, Royalty, Stamp Duty,
other charges/ levies, etc. prevailing / applicable on
the date of opening of technical bids and any
variation thereof during the tenure of the contract are
in the scope of bidder. In case KMRL is forced to pay
any such taxes, KMRL shall have the right to recover
the same from the bidder either from running bills or
otherwise as deemed fit.

24.3 Other Taxes & 24.3.1 In case Government imposes any new levy / tax after
Levies award of the work during the tenure of the contract,
New Levies / Taxes KMRL shall reimburse the same at actual on
and Alteration of Tax submission of documentary proof of payment
Structure subject to the satisfaction of KMRL that such new
levy / tax is applicable to this contract.

In case Government Alters the Existing Tax


24.3.2 Structure, KMRL reserves the right to opt for Most
Beneficial Tax Structure and same shall be binding
on Contractor. For Reduction of Taxes if any due to
such Alteration of tax structure, the Contractor shall
give such reduction in favour of KMRL.

24.4 Statutory variations 24.4.1 Statutory variations are applicable only in the case
of GST. The changes implemented by the Central /
State Government in the GST during the tenure of
the contract viz. increase / decrease in the rate of
taxes, applicability, etc. and its impact on upward
revision / downward revision are to be suitably paid/
adjusted from the date of respective variation. The
bidder shall give the benefit of downward revision in
favour of KMRL. In case of decrease in the rate of
Taxes beyond the contract period the benefit of such
revision has to be passed on to KMRL. However,
increase in the Rate of Taxes beyond the contract
period shall not be payable if the delays are
attributable to contractor. No other variations shall
be allowed during the tenure of the contract.

KMRL shall not be liable towards Income Tax of

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

24.5 Direct Tax 24.5.1 whatever nature including variations thereof arising
out of this contract as well as tax liability of the bidder
and their personnel. Deduction of tax at source at
the prevailing rates shall be effected by KMRL
before release of payment as a statutory obligation,
unless exemption certificate is produced by the
bidder. TDS certificate will be issued by KMRL as
per the provisions of Income Tax Act.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

VOLUME – 3

TECHNICAL BID

SECTION - B

PRE – QUALIFICATION REQUIREMENTS

PRE-QUALIFICATION / ELIGIBILITY CRITERIA

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

All national / international vendors who qualify the pre-qualification criteria are eligible for bidding in
the tender. Tenders from bidders will be admitted to the procedure provided that none of the following
reasons for exclusion apply:

1. Sanctions or embargoes issued by the Security Council of the United Nations, the EU, the
World Bank or the German Government preclude the participation of a bidder.

2. The bidder is excluded from the tendering process with legal effect of the country of the
contracting agency on grounds of criminal offences, especially fraud, corruption or other
economic crimes.

3. The bidder is a state-controlled company in the partner country that is not legally or
economically independent, or that is not subject to commercial law, or that is a public authority
dependent on the contracting agency or the project executing agency or the recipient of the
loan/financing amount

4. The bidder or individual members of the bidder’s staff has economic links or family ties with
personnel of the contracting agency who are involved in preparing the tender documents,
awarding the contract or supervising the execution of the contract, insofar as the conflict of
interests could not be resolved to KfW's / KMRL satisfaction in advance of the contract award
and execution phase.

5. The bidder is or was involved as a consultant in the preparation or implementation of the


project. The same applies to an enterprise or an individual that is closely connected to the
bidder under a company group or a similar business link, or to several enterprises or
individuals associated correspondingly. (Exception: In BOT projects or turnkey projects a
participation of future suppliers or manufacturers may even be desirable).

6. The bidder or individual members of the bidder's staff are not or were not during the last 12
months prior to publication of the invitation to tender indirectly or directly linked to the project
in question through employment as a staff member or advisor to the contracting agency, and
are not or were not able in this connection to influence the award of the contract for services,
or the bidder is not or was not otherwise able to influence the award of the contract for
services.

1) Financial Capabilities

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

1. The Bidder should have an average annual financial turnover of INR 282 Lakhs (Rupees Two
Crores and Eighty Two Lakhs), during last 3 financial years, ending 31.03.2018. The Bidders
shall provide financial turnover of the firm for the last three years duly certified by statutory
auditors without fail.

2. The bidder should have experience of having successfully completed similar works during
last seven years ending last day of month previous to the one in which applications are invited
should be either of the following.: -

i. Three similar works, each work costing not less than INR 56.40 Lakhs (Rupees
Fifty Six Lakhs and Forty Thousand)
or

ii. Two similar works, each work costing not less than INR 70.50 Lakhs (Rupees
Seventy Lakhs and Forty Thousand)
Or

iii. One similar work costing not less than Rupees INR 112.80 Lakhs (One Crore
Twelve Lakhs and Eighty Thousand)

“Similar works” means carrying out onshore & marine / river geotechnical investigations.

Completion certificates indicating the project value and scope of work from the clients shall be
submitted as documentary proof.

2) Experience

A) The bidder should have successfully completed 50-meter-deep land boreholes for similar
geotechnical investigations for at least one project during the past 7 years.

B) The bidder should have executed 50 m deep marine / inland water boreholes for similar
geotechnical investigations for at least one project during the past 7 years

Completion certificates indicating the scope of work to match above criteria from clients shall be
submitted as documentary proof.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

3) Equipment requirements

S.No. Description Minimum No. Proof Required


Required

1 Land hydraulic rotary type boring rig, 1 Evidence of Ownership


equipped with auto release mechanism for
hammer to conduct SPT tests with capability
of boring up to 50m
2 Marine hydraulic rotary type boring rig, 1 Evidence of Ownership
equipped with auto release mechanism for
Hammer to conduct SPT tests with capability
of boring up to 50m

All the machines and allied accessories deployed shall be in perfect working order not more than 5
years old. Ownership evidences are mandatory for all drilling equipment. Non submission of
evidence will be liable for bid rejection.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

VOLUME – 3

TECHNICAL BID

SECTION - C

EVALUATION MATRIX

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Evaluation Matrix for Qualification of Geotechnical Contractor

S. No. Eligibility Criteria Documentation Submitted Fulfilment of


Required Documentation Requirement

1) Financial Capabilities
A. The Bidder should have an average Financial Yes / No Yes / No
annual financial turnover of INR 282 turnover duly
Lakhs (Rupees Two Crores and Eighty certified by
Two Lakhs) during last 3 financial years, statutory
ending 31.03.2018. auditors

B. The bidder should have experience of


having successfully completed similar
works during last seven years ending last
day of month previous to the one in which

i. Three similar works, each work costing Completion Yes / No Yes / No


not less than Rupees INR 56.40 Lakhs certificates from
(Fifty Six Lakhs and Forty Thousand) the client
indicating the
project value
and scope of
work

ii. Two similar works, each work costing not Completion Yes / No Yes / No
less than INR 70.50 Lakhs (Rupees certificates from
Seventy Lakhs and Fifty Thousand) the client
indicating the
project value
and scope of
work

iii. One similar work costing not less than Completion Yes / No Yes / No
INR 112.80 Lakhs (Rupees One Crore certificates from
Twelve Lakhs and Eighty Thousand) the client
indicating the
project value
and scope of
work

“Similar works” means carrying out


onshore & marine / river geotechnical
investigations.
2) Experience

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

A) The bidder should have successfully Completion Yes / No Yes / No


completed 50 meter deep land boreholes certificates from
for similar geotechnical investigations for the client
at least one project during the past 7 indicating scope
years. of work

B) The bidder should have executed 50 m Completion Yes / No Yes / No


deep marine / inland water boreholes for certificates from
similar geotechnical investigations for at the client
least one project during the past 7 years indicating scope
of work
3) Other requirements

1 Land hydraulic rotary type boring rig, Evidence Of Yes / No Yes / No


equipped with auto release mechanism Ownership
for hammer to conduct SPT tests with
capability of boring up to 50m - Minimum
1 no.

2 Marine hydraulic rotary type boring rig, Evidence Of Yes / No Yes / No


equipped with auto release mechanism Ownership
for hammer to conduct SPT tests with
capability of boring up to 50m - Minimum
1 no.

Note: A “NO” in any criteria as specified above will lead to the bid being summarily rejected and
will not be considered for financial bid opening.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

VOLUME – 3

TECHNICAL BID

SECTION – D

TIMELINES / MILESTONES

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

PAYMENT SCHEDULE AND PENALTY

TIME FOR COMPLETION: 23 weeks

Milestones Deliverables Milestone Milestone Penalty


No. Targets

1. Inception Report and 7 days from date of LOA


schedule

2. Progress Report Daily and Weekly

3. Monthly report Monthly ( every 4 weeks)

4. Completion of 15 weeks from issue of LOA As per clause 8.7 of volume -2,
investigations section –B ,GCC

5. Draft Report 2 weeks from completion of As per clause 8.7 of volume -2,
investigations section –B ,GCC

6. Final Report One week after receipt of As per clause 8.7 of volume -2,
GC’s comment section –B ,GCC

7. Acceptance of report Within 2 weeks of submission


of final report

Note:

1. The Contractor shall be paid monthly running bill of 70 % of the value of the work actually
executed on site, provided the work has been executed to the satisfaction of the
Engineer within 30 days of submission of the detailed bill, invoice, supporting documents
and monthly reports.
2. 20% of the balance shall be released on submission of final report for the respective
executed quantities already billed as per BOQ.
3. 10% of the balance shall be released on acceptance of final.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

VOLUME – 4

TECHNICAL BID

CONTRACT DATA

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

CONTRACT DATA
Si.no Description Details Ref Clauses
1 The Employer is Kochi Metro Rail Limited GCC Vol -2 ,
Section -B,
Definition (a)
2 The Engineer is As delegated by Employer GCC Vol -2 ,
Section -B,
Definition (C)

3 Bank’s name KfW

4 Borrower’s name Government Of Kerala


SCC Vol -3,
5 Time for completion 23 weeks Section –A, Clause
8.2 & Section -D
SCC Vol -3,
6 Defects notification/Liability Period Nil /zero months Section –A ,
Clause 11.1

7 Electronic transmission systems Email / Fax

8 Governing law Law of Union of India

9 Ruling language English

10 Language for communications English


11 Time for access to site 7 days

12 Engineers duty and Authority Variations resulting in an increase of


the accepted contract amount in
excess of 25% shall require
approval of the employer.

13 Cost of tender Rs 10000/-

14 EMD Rs 1.41 lakhs

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

15 Performance security The performance security will be in


the form of an unconditional bank
guarantee in the amount @10% of
the contract price

16 Delay damages for the works @ 0.5% of the awarded GCC Vol -2 ,
Contract value for every week of Section -B, Clause
delay/milestone 8.7

17 Maximum amount of delay damages 10 % of contract value GCC Vol -2 ,


Section -B, Clause
8.7
18 Advance payment /Mobilization Not applicable
advance

19 Percentage of retention 10 % of running bill SCC Vol -3,


Section -A, Clause
14.2
20 Limit of retention money 10% of Contract value SCC Vol -3,
Section -A, Clause
14.2
21 Payment terms 70 % of Running account bill on a SCC Vol -3,
monthly basis for executed BOQ Section -A, Clause
14.2
quantities and monthly reports , 20
% on submission of the final report
of the monthly quantities executed
and 10 % on acceptance of the final
report and completion of work
22 Type of contract Firm Price GCC Vol -2,
No Price variation applicable Section -B, Clause
13.5
23 Milestones / Milestone penalties As per section D ,SCC GCC Vol -2,
Section -B, Clause
8.7
24 Currencies of payment Indian Rupee

25 Repayment of mobilization advance Not applicable

26 Variation limits (+/-) 25 % of contract value. No limits GCC Vol - 2,


on individual quantities. Section -B, Clause
8.7

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

27 Extension of time GCC Vol -2 ,


Section -B, Clause
8.4
28 Insurance GCC Vol -2 ,
Section -B, Clause
18.0
29 Labour Laws Laws related to labour of Union of GCC Vol -2 ,
India Section -B, Clause
6.0 & SCC Clause
22.0
30 Dispute resolution /Arbitration Arbitration act GCC Vol -2 ,
Section -B, Clause
20.0
31 Electricity and water To be provided by bidder /In bidder’s
scope

32 Labour camp To be provided by bidder /In bidder’s


scope

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

VOLUME – 5

TERMS OF REFERENCE & SCOPE OF WORK

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

1.0 Terms of Reference and Scope of Work

1.1 Background 1.1.1 Kochi is a major port city on the west coast of the Indian Peninsula
and also one of the most densely populated city in the state of
Kerala. Kochi being a historical port city and having an elaborate
network of navigable water channels, water transport by means
of traditional boats was a prime mode of movement from one
island to another and to the Ernakulum mainland. However, the
extensive emphasis on improving road infrastructure, depleting
boat and jetty infrastructure and increased affordability of people
to own private automobiles infused a vicious cycle wherein the
road infrastructure increased significantly and water transport
experienced a decline. Strategic investments, some of them being
of national importance, have given a boost to the regional
economy and employment, leading to increased vehicular
movement and congestion of road infrastructure. This calls for the
necessity of development of a sustainable transport system.

Kochi Metro Rail Limited (KMRL) has spearheaded the task of


setting up an Integrated Water Transport System for Kochi city
with a vision to connect the mainland with all the islands in the
MTA- Kochi area, reviving the sustainable traditional mode of
public transportation. Kochi Water Metro Project (KWMP) aims to
integrate the water transport system with other modes of transport
including the metro system. It is envisaged to be a user oriented
and socially inclusive transport system than being just a point to
point service. It is also part of a bigger concept of seamless
integration for the city.

1.2 The Project 1.2.1 The proposed project recommends fifteen (15) identified routes
connecting forty four (45) jetties across ten (10) island
communities across 78 km route network and two boatyards. Part
of the identified 78 km and the areas around the jetty locations
shall require dredging in order to maintain a minimum desirable
clearance. The project will be developed in two phases, Phase 1
and Phase 2. The jetty locations to be developed as part of Phase

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

2 development are as given in the table below and represented in


the following figure.

Terminals Proposed in Phase-2

Geotechnical Survey
Terminal Location
Riverside Boreholes
S. No. Land
Borehole No. of
Indicative Ground
Name of the terminal Co-Ordinates s Borehole
Level
s
10°02'47.50"N
1 Aster Medicity 1 1 -2.5 m CD
76°16'22.97"E
10°03'50.31"N
2 Chariyamthuruth 1 1 -1.0 m CD
76°15'57.77"E
10°03'33.78"N
3 Chennur 2 3 -1.5 m CD
76°16'17.82"E
10°03'11.81"N
4 Kadamakudy 1 1 -0.5 m CD
76°15'01.75"E
10°03'30.19"N
5 Kothad 1 1 -2.5 m CD
76°16'18.54"E
10°02'04.48"N
6 Mulavukad View Point 1 1 -0.5 m CD
76°15'12.64"E
10°03'51.51"N
7 Thundathumkadavu 1 1 -0.5 m CD
76°16'01.99"E
10°02'01.46"N
8 Amritha Hospital 1 1 -0.5 m CD
76°17'18.60"E
10°01'49.59"N
9 Elakunnapuzha 1 1 0.0 m CD
76°14'20.99"E
09°59'56.94"N
10 Ponnarimangalam 1 -1.5 m CD
76°15'52.48"E
09°57'22.61"N
11 Thykoodam 1 1 -2.0 m CD
76°19'33.81"E
10°04'34.89"N
12 Varapuzha 1 1 0.5 m CD
76°16'19.28"E
10°02'16.50"N
13 Moolampilly 1 -0.5 m CD
76°16'06.75"E
10°02'48.00"N
14 Njarackal 1 1 -1.0 m CD
76°13'55.55"E
09°55'51.40"N
15 Thoppumpady 1 1 -0.1 m CD
76°16'10.74"E
10°01'52.00"N
16 Vaduthala 1 1 -1.0 m CD
76°16'04.46"E
09°58'11.76"N
17 Embarkation Jetty 1 2 -2.5 m CD
76°15'43.84"E

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Geotechnical Survey
Terminal Location
Riverside Boreholes
S. No. Land
Borehole No. of
Indicative Ground
Name of the terminal Co-Ordinates s Borehole
Level
s
09°57'51.46"N
18 Terminals Jetty (WI) 1 -1.5 m CD
76°15'47.42"E
Info Park - Near GEMS 10°00'02.35"N
19 2 -0.5 m CD
School 76°22'06.14"E
10°00'32.61"N
20 Info Park - Near SMART City 1 1 -0.5 m CD
76°22'02.48"E
10° 0'45.80"N
21 Info Park - Near SANDS Infra 1 1 -1.0 m CD
76°22'25.77"E
09°58'07.82"N
22 Fort kochi 3 -2.5 m CD
76°14'38.54"E
09°57'47.67"N
23 Fine Arts 3
76°16'57.50"E
Boat Yard
09°55'36.78"N
24 Palluruthy 5 1 -1.0 m CD
76°16'33.00"E

25 KINFRA 5 1

Total 31 30

1.3 Environmental 1.3.1 Tides


Conditions
Kochi experiences semi diurnal tides with marked daily
inequality. The tidal levels as per Naval Hydrographic
Chart for the Port of Kochi are as follows:

Highest Astronomical Tide (HAT) + 1.20m CD

Mean Highest High Water Level + 0.90 m CD


(MHHWL)

Mean Lowest High Water Level + 0.80 m CD


(MLHWL)

Mean Sea Level (MSL) + 0.60 m CD

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Mean Highest Low Water Level + 0.60 m CD


(MHLWL)

Mean Lowest Low Water Level + 0.30 m CD


(MLLWL)

1.3.2 Wind

The predominant wind direction during the monsoon


period (June to September) is west to south-west and
during the non-monsoon periods, it takes the direction of
north-east in the morning and west in the evening. The
maximum wind speed was observed to be of 112 kmph
from WSW direction

1.3.3 Currents

The currents along the coast of Kochi consists of tide,


wave and wind induced components. The maximum
current velocity at Kochi Gut during the non-monsoon
periods is of the order of 3 knots, which could increase to
as high as 5.5 knots during the monsoon periods. Inside
the channel and harbour, the current velocities are low, of
the order of 0.5 knots only, with directions varying at
different locations

1.3.4 Wave

The significant wave heights are observed to be 4m, 2m


and 1m with the predominant wave direction being west.
These wave heights are basically for the open sea
condition. Generally, calm conditions prevail throughout
the year, except during the times of extreme wind action.

The present study area is in inland waterways and these


are protected by land masses. The wave action in most of
the jetties is insignificant.

1.3.5 Rainfall

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

The maximum rainfall usually occurs during the south-


west monsoon period (June to September). The annual
rainfall varies between 2500 to 3500mm

1.3.6 Temperature

Temperature at Kochi varies from about 22º C to 31º C


with no appreciable seasonal variations. The highest
temperatures are recorded in the months of March to May.
The humidity is high all through the year. It is
approximately 75% in the winter months and around 90%
during the monsoon period

1.4 Scope of Work for 1.4.1 As a part of this development KMRL envisaged to conduct
Geotechnical geotechnical investigations for the locations mentioned in
Investigations section 1.2.

The scope of work shall be carried out the 25 locations.


The number of boreholes at each location as per Section
1.2.

The scope of work will broadly cover but not be limited to

 Geotechnical investigations for the required number


of marine / river and onshore boreholes at each
terminal location using appropriate equipment
 Borehole drilling in all types of soils to specified depth
 Drilling in Solid Rock (to a maximum of 3m in each
bore hole)
 Conducting in-situ test inside boreholes like Standard
Penetration Test (SPT) at regular depth intervals
 Collecting undisturbed and disturbed soil samples,
water samples, rock core samples
 Conducting laboratory tests like identification tests,
determination of Atterberg’s limits, unconfined
compression tests, tri-axial tests, consolidation tests,
direct shear tests, tests on rocks etc. for ascertaining
the sub-surface profiles and for establishing the

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Engineering properties of soils and rock, if any, for


design of Marine and Onshore structures.

The scope also includes submitting a detailed report on


geotechnical investigations that gives soil parameters
required, recommendation of the type of foundation
according to the structure to be provided, depth of pile
termination, and also geotechnical design of the
foundations proposed.

1.5 Codes of Practice 1.5.1 The work shall be carried out generally in accordance with
the latest Indian Standards. Where an equivalent Indian
Standard is not available, the work shall be carried out in
accordance with the relevant British Standards. The
codes used must be available at site during investigations
for reference. An indicative list of IS standards is as given
below.

 IS:1892: Code of practice for Site Investigation for


Foundation
 IS:1498: Classification and Identification of Soils for
General Engineering Purpose
 IS:8009,I: Code of practice for calculation of
settlement of Shallow Foundation
 IS:6403: Code of practice for determination of bearing
capacity of shallow foundation
 IS:4464: Presentation of Drilling Information
 IS:1888: Method of load test on soils
 IS:2131: Method of Standard Penetration Test for
soils
 IS:2132: Code of practice for thin walled tube
sampling of soils
 IS:2720: Methods of test for soils, Part 28:
Determination of dry density of soils, by the sand
replacement method
 IS:2720: Methods of test for soils, Part 29:
Determination of dry density of soils, by the core
cutter method

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

 IS:2720: Methods of test for soils, Part 31: Field


determination of California Bearing Ratio
 IS:2720: Methods of test for soils, Part 33:
Determination of the density in -place by the ring and
water replacement method
 IS:2720: Methods of test for soils, Part 34:
Determination of the density in-place by the rubber-
balloon method
 IS:2720: Methods of test for soils, Part 39: Direct
shear test for soils containing gravel, Section 2 In-situ
shear test
 IS:4434: Code of practice for in-situ vane shear test
for soils
 IS:4968: Method for subsurface sounding for soils
Part 3 Static cone penetration test
 IS:8763: Guide for undisturbed sampling of sands
 IS:9640: Specification for split spoon sampler
 IS:10108: Code of practice for sampling of soils by
thin wall sampler with stationary piston
 IS:10589: Specification for equipment for subsurface
sounding of soils
 IS:11594: Specification for mild steel thin-walled
sampling tubes and sampler heads

1.6 Setting Out & Marine 1.6.1 Setting Out Of Works


Spread
The location of the land & marine boreholes to be
investigated will be indicated before the start of field work.
As a general guide the marine boreholes would be located
in bed levels varying from +1.0 m CD to -2.5 m CD. The
Contractor is advised to use Total Station or Differential
Global Positioning System (DGPS) equipment for
establishing locations of boreholes. The Geodetic co-
ordinates shall be based on spheroid WGS 84. The final
locations of the boreholes will be decided at the site to suit
the site and environmental conditions in consultation with
KMRL or General Consultant (GC). The final position of

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

each borehole shall be recorded (plan position and height


relative to the Chart Datum Level).

1.6.2 Marine Spread & Position Fixing

For marine environment the Survey Agency (Contractor)


shall mobilise suitable marine spread to conduct soil
investigations. The marine spread shall be in the form of
staging platform or pontoon or jack-up platform or others
to suit the marine conditions. The marine spread shall
have required certification and shall be safe and ensure
extraction of undisturbed samples. The mobilised system
shall be capable of handling men, equipment and
machinery of drilling requirement and it shall have
sufficient space for drilling operation. The working
platform shall provide a stationary work place such that
the boring operation is smooth. The Contractor shall get
written approval prior to mobilise the appropriate marine
spread along with detailed methodology of exploration to
suit the environmental conditions at the proposed site.

The marine spread shall be positioned accurately as per


the co-ordinates provided for the borehole location by
using precise Differential Global Positioning System
(DGPS). Where accurate positioning of the location is not
possible due to site conditions, a maximum deviation of
±1 m is permissible after approval from KMRL/GC. The
marine spread shall be aligned in such a way that there
should not be any impact on the platform due to waves or
currents. The spread shall be anchored properly by using
four-point anchor system with sufficient penetration of
anchors in to the seabed so that there will not be any drift
or movement of the spread. The position of the marine
spread at the selected borehole location shall be checked
and approved by KMRL or GC.

1.7 Boring & Rock Coring 1.7.1 Boring in Soil

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Boring shall be carried out in accordance with the


provisions of IS: 1892. Minimum diameter of boring shall
be 150 mm. Drilling and boring has to be done by
hydraulic rotary rigs. Drilling and boring has to be done by
hydraulic rotary rigs. Percussion & rotary drilling / boring
shall be resorted to above the water table, whereas below
the water table the boreholes shall be advanced by rotary
drilling with water/mud circulation through all kinds of soil
other than rock. While boring above water table, no water
shall be introduced in the boreholes. Casing shall be used
to support the sides of boreholes in soft to loose soils.
Water table in the borehole shall be carefully recorded
and reported.

Only organic based stabilizing fluid shall be used in the


borehole like bentonite (conforming to IS), polymer based
stabilizing fluids are not permitted.

Where stabilizing fluid is used minimum head of 1.5m


should be maintained over/above the ground water table.

Use of chisel and percussion boring shall be permitted


exclusively in strata having N (SPT) value greater than
100 blows per 30 cm of penetration and as per directions
of KMRL or GC.

The Contractor shall take care in the use of shell and


auger casing and attachments to avoid fracturing or
otherwise disturbing rock at the interface between soil and
rock/ weathered rock, such that the true level of the
surface of rock / weathered rock and its true in-situ quality
will be identified.

Colour photographs of the cores need to be taken from


each sample. The borehole samples have to be handed
over to KMRL for inspection at later date

1.7.2 Boring in Rock

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

If the rate of advancement of boring by chiselling is little


or slow (i.e. less than 20 cm in 4 hrs), the Contractor may
be permitted to adopt core drilling with Nx size Tungsten
Carbide (TC) bit, When Core Recovery (CR) < 10%, the
material will be treated as soil and this core drilling
operation shall be at no extra cost to the KMRL.

Where core recovery exceeds 10%, TC bits shall be used


for coring in soft / weathered rock and diamond bits for
hard rock (Rock Quality Designation (RQD) > 50% or core
recovery percentage > 75%). Maximum length of coring
in rock shall be 1.5 m. In hard rock maximum length of
coring shall be restricted to 3.0 m. Double/ Triple tube
core barrel shall be used for coring.

The Contractor shall ensure that the equipment used for


drilling, sampling etc. shall have an adequate capacity to
drill bore holes up to specified depth. The Contractor shall
make his own arrangements to deploy all the necessary
equipment to the borehole location. The rates quoted
shall be inclusive of this and any extra claims on this
account shall not be acceptable.

RQD and CR for each sampler are to be immediately


recorded after retrieval of the cores. After recording the
details of cores, the drill and cutting shall be marked and
preserved carefully in core boxes as per the latest IS:4078
and the selected core samples shall be transported to the
laboratory for testing at no additional cost. The cost of
core boxes shall be deemed to have been included in the
quoted rates. The Contractor shall at his own cost
transport the core boxes to the place of storage as
directed by KMRL or GC.

1.8 Termination of 1.8.1 The bore holes shall be terminated


Boreholes
 At 50 m below ground level for landside boreholes or
upto refusal level in case of rock, whichever is lower.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

 At 50 m below seabed for marine side boreholes or


upto refusal level in case of rock, whichever is lower.

In case, hard strata or rock is encountered at surface or


within the specified boring depth, soil boring operations
should be discontinued and drilling operations in rock
should be carried out and should be continued up to 5.0
m in soft rock or 3.0 m in hard rock whichever is earlier.
This drilling operation should however be limited within
the specified depth. The rock shall be classified as:

 Soft/fissured rock, when N-value is more than 100,


and core recovery is less or equal to 50%.
 Hard rock, when N-value is more than 100, and core
recovery more than 50%.

The Contractor has to obtain the written permission from


KMRL or GC while terminating each borehole.
Immediately on completion of a borehole, bore-log shall
be prepared in the approved proforma and will then be
submitted to KMRL or GC for further use.

On completion of the land bore holes, including the


borehole in which special tests are conducted, contractor
shall backfill all the bore holes as directed by the KMRL /
GC.

1.9 In-Situ Tests 1.9.1 Standard Penetration Tests (SPT)

Standard Penetration Tests shall be carried out in


accordance with the requirements of IS 2131: Part 3:
Method 3.3 (or similar approved method).

Standard Penetration Tests (SPT) shall be carried out


using automatic self-releasing hammer. SPT with
automatic self-releasing Hammer is designed to deliver
equal impact energy in each blow while performing
Standard Penetration Test. This is achieved by providing
a trigger mechanism to standardize the height of fall and
a suitable guide system for maintaining verticality of guide

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

rod and drill rod assembly. The guide system also


maintains their alignment throughout the duration of the
test. The system is compact and easy to use, provides
maximum safety for the operator.

The SPT shall be conducted in 150 mm in diameter


boreholes using a Split spoon sampler. The sampler
should conform to IS: 9640. The weight of the drop
hammer shall be 63.5 Kg and the height of the fall of this
hammer should be 750 mm. The sampler should be
driven through a length of 450 mm and the number of
blows for every 150 mm penetration should be recorded.
The first 150 mm of drive may be considered as seating
drive. The total blows required for the second and third
150 mm penetration shall be termed as the penetration
resistance N. This test shall be discontinued when the
blow count is equal to 100 and the penetration shall be
recorded. Refusal shall be considered to be met with
when the blow count is equal to 100. At the location where
the test is discontinued, the penetration and the
corresponding number of blows shall be reported.

These shall be conducted in boreholes at interval of 1.5 m


and at every change of strata. The first penetration test in
each borehole shall be conducted either at 1.5 m depth or
less from existing ground level and last SPT shall be
conducted at the termination depth of borehole.

The Contractor shall provide full records of all standard


penetration tests in triplicate on the daily record sheet.
The information shall include:

a) The number of blows for the initial 150 mm


penetration;
b) The number of blows for each successive 75 mm
penetration up to 300mm or penetration produced by
50 blows;
c) Penetration resistance (‘N’ value);
d) Boring method, size and depth of casing;

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

e) Information on added water;

1.10 Sampling 1.10.1 Disturbed Samples (DS)

Disturbed samples shall be collected at every 1.5 m up to


15 m depth and at intervals of 2.0 m beyond 15 m depth
and at every change of strata from borehole. They shall
be fully representative of the zone from which they are
taken. Weight of disturbed samples shall not be less than
1 kg and shall be taken according to the Indian Standards.
They shall be placed immediately in airtight containers
with a minimum of air space so as to maintain the natural
moisture content for at least one week.

Identification levels indicating depth, borehole number


and visual soil classification shall be affixed on the
containers.

1.10.2 Undisturbed Soil Samples

Undisturbed samples shall be taken from the boreholes


from representative soils including cores while drilling
through rocks, at 5 m intervals or at every identifiable
change of strata whichever is met earlier:

For adjacent boreholes, depth of sample collections shall


be staggered to cater for full layer. The area ratio of the
sampling tubes shall not exceed 20%. In soft deposits,
piston sampler shall be used to collect UDS.

Before taking an undisturbed sample the bottom of the


boring shall be carefully cleaned of loose materials and
where casing is being used the sample shall be collected
from bottom of this casing.

In case of sandy silt strata, the intervals of sampling shall


be suitably increased. Sampling procedures and
samplers for recovering undisturbed samples shall

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

normally conform to IS: 2720 unless otherwise specified


and directed by the KMRL or GC.

Care shall be taken to minimise sample disturbance while


collection of samples. Samples shall be collected
preferably by pushing the sampler. Driving by hammer
above ground level (like SPT) is not acceptable.
However, for stiff / hard soil a sliding hammer can be used
for driving the sampler at sampler head.

Undisturbed samples (100 mm dia) shall be collected from


all boreholes or at every change of stratum, as directed by
KMRL or GC.

Where an attempt is made to collect an undisturbed


sample, which is aborted because of slippage, the boring
shall be cleaned out for the full depth to which the
sampling tube has been driven and the recovered soil
saved as a disturbed sample. A fresh attempt shall then
be made from the level of the base of the aborted attempt,
and the Contractor may use a core catcher between the
cutting shoe and sampling tube; alternatively, an
additional sample tube may be coupled. Where full
recovery is not achieved the actual length of sample in the
sampling tube shall be recorded and the reason for only
partial recovery shall be noted. Samples with recovery of
less than 60% shall be regarded as disturbed samples.

The depths from which all samples are taken shall be


recorded. The level at the top of the sample and the length
of the sample obtained shall be given, together with the
depth of casing. As soon as the sample is obtained from
the borehole, the ends of the sample should be cut and
removed to a depth of 2.5 m and molten wax should be
applied to each end.

1.10.3 Rock Samples

Cores from core barrel shall be carefully removed and


placed in core boxes of 1.5 m length divided longitudinally

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

by light battens to hold 10 rows of cores. Care should be


taken to see that the cores are not turned end to end, but
should lie in correct position. Depths below the surface of
the ground should be indicated at 1.5 m intervals.

1.10.4 Water Samples

Two water samples shall be collected at each marine /


river borehole location; one in high tide and another during
low tide.

Samples of ground water shall be taken from each boring


in which water is found or otherwise as directed by KMRL
or GC. The samples shall be stored in watertight
containers, which shall be washed out with ground water
before filling. The samples shall be not less than 0.5 litres
in volume. In the event that sample contains any
suspended sediment, a larger quantity of samples shall
be obtained and allowed for sediment settling. The clean
water shall then be decanted into the store container. The
depth of borehole, depth of casing and water level at the
time of sampling and the depth from which the sample is
obtained shall be recorded or two labels to be fixed to the
samples, using appropriate non-fade waterproof marker
pen.

Sub-soil water samples shall be collected for carrying out


chemical analysis. Representative samples of ground
water shall be addition of water to aid boring or drilling.
Water samples shall not be collected when bentonite
slurry or mud has been used for drilling operations. If
water has been added for drilling purpose of if ground
water has been diluted by surface rain water, then the
bore hole shall be dewatered and water allowed to rise
from which the sample may be taken.

1.11 Labelling, Packing and 1.11.1 Sample Labelling


Transport

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

All samples, irrespective of their type, shall be clearly and


permanently labelled with the following information
immediately upon recovery:

a. Project name and location


b. Borehole number
c. Depths to top and bottom of sample
d. Date of recovery

All samples shall be fixed with two labels; one on the lid
or screw top, the other on the jar or steel tube.

1.11.2 Packing and Transporting

The Contractor shall be responsible for the packing and


transport of sample to the laboratory, approved by KMRL
or GC. All collected samples shall be transported at the
end of every borehole to the laboratory. The Contractor
shall ensure that all packing and transport arrangements
are suited to the type of sample(s) in question and that the
least possible disturbance of the samples will occur during
transport. In any event, the Contractor shall be held
responsible for any damage to samples and will have to
recollect the samples in lieu of the damaged ones.

1.12 Laboratory Testing 1.12.1 After collecting disturbed and undisturbed samples from
different boreholes at different depths, a laboratory test
schedule shall be prepared and submitted to KMRL or GC
for approval within seven (7) days after completing the
borehole. Immediately after approval from KMRL/GC, the
contractor shall commence the laboratory test within three
(3) days and the report shall be provided as mentioned in
Clause 1.13.3. The test specimen for the various
laboratory tests shall be prepared in accordance with the
procedures laid down in the relevant IS codes of practice.
The contractors should have NABL accredited labs to
conduct the entire specified lab test. In case, the
contractor is required to test the samples at a different lab

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

to save time as directed by KMRL / GC, the laboratory


where the testing shall be carried out shall also be NABL
accredited. These tests shall essentially comprise of but
not limited to the following:

Moisture Content Determination

The natural moisture content of all the soil samples


brought from the site should be determined as prescribed
in IS: 2720.

Dry and Wet Density and Specific Gravity

The dry and wet densities of all soil samples shall be


determined as prescribed in IS: 2720. The specific gravity
shall also be measured.

Grain Size Distribution

Sieve analysis for given size distribution shall be


conducted for disturbed and undisturbed samples
collected from boreholes. The hydrometer analysis should
be carried out on fractions less than 75 micron wherever
applicable as per IS: 2720. For the hydrometer analysis,
the hydrometer should be calibrated appropriately and all
corrections viz. meniscus, temperature and dispersing
agent corrections applied to the readings. The grain size
distribution curve i.e. percent finer Vs particle diameter
should be plotted. The table showing the percentage of
various grain sizes (gravel to clay), D10, D60, Uniformity
Coefficient Cu and Coefficient of Curvature Cc for each
test should be given.

Atterberg’s Limits

These tests shall be carried out on clay fraction (size < 75


microns) for all disturbed and undisturbed samples. The
test results should include liquid limit, plastic limit and
plasticity index and shrinkage limit of the soil samples
tested. These tests shall be conducted as per IS: 2720,

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Parts V & VI. In swelling type of soils, the free swell index
should be determined.

Test on Swelling Type of Soils

The swell pressure of such soils shall be determined using


the Consolidometer method. A plot of the dial gauge
reading versus the pressure applied shall be plotted and
the pressure corresponding to zero dial gauges reading
shall be reported as the swell pressure. A test to
determine the differential free swell shall also be
conducted and the free swell index reported.

Consolidation Tests

Consolidation tests shall be conducted on undisturbed


samples selected by the KMRL or GC. The following
loading stages shall be employed:

0.1, 0.25, 0.50, 1.0, 2.0, 4.0, 8.0 kg/cm2.

The loading stages above are indicative and shall vary


depending on the sample depth and set out in the
laboratory testing schedule produced by the Engineer-in-
charge. From e v/s log p curves, pre-consolidation
pressure shall be determined to establish whether the soil
is normally consolidated or over-consolidated. The point
(e, p) showing initial condition of the soil under test must
be specifically marked on the consolidation curves.
Cycle(s) of loading, unloading and reloading shall be
applied.

The field virgin compression curve shall be established.


Settlement predictions based on the field virgin
compression curve shall only be acceptable. The
procedure adopted in respect of obtaining compression
indices from the field curve and that for computing
settlements for the type of soil under consideration shall
be clearly illustrated in the report.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

It is to be noted that deviations from the standard


procedure of performing consolidation tests given in IS:
2720, Part XV are permissible in order to enable
computation of settlements based on the above
procedure.

The following curves shall be included in the report:

a) e v/s log p;

b) e v/s p;

c) Compression v/s log(t) or compression v/s square


root ‘t’;

The choice of relationship in part (c) depends upon the


shape of the plot that enables clear determination of Cv ,
the coefficient of consolidation and mv, coefficient of
compressibility. The time period required for 50% and
90% primary consolidation and co-efficient of permeability
shall be given in the report.

Location of pc (pre-consolidation pressure) shall be clearly


indicated in the e-log p curve. Values of mv and Cv shall
be furnished for different pressure ranges including the
values of eo, Cc & pc in tabular form. Computation of
secondary settlements, if significant, shall also be made
and included in the report.

Direct Shear

This test should be performed on remoulded soil


specimens of silty sand or fine sand in nature prepared to
a density corresponding to in-situ conditions with a
maximum particle size of 4.75 mm as per IS: 2720 Part
XIII. The density to which the sample shall be prepared
shall be based on the observed SPT N value and the
corresponding relative density. The peak angle of
shearing resistance (φ) and the ultimate angle of shearing
resistance i.e. at constant volume (φcv) should be
indicated.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Unconfined Compressive Strength (UCS)

These tests shall be done as per IS-2720, Part X on


undisturbed soil samples of saturated (or nearly
saturated) non-fissured cohesive soils. The cylindrical soil
samples should be tested quickly without allowing for
drainage, in vertical compression. The UCS of the
samples should be reported. The type of failure and failure
plane should also be reported.

Triaxial Tests

These tests shall be done on specimen saturated by the


application of back pressure. Only if the water table is at
sufficient depth so that chances of its rising to the base of
the footing are meagre or nil, the triaxial tests shall be
performed on specimens at natural moisture content. The
magnitude of the back pressure applied shall be indicated
in the report.

All the stress-strain diagrams as well as Mohr’s circle


envelopes shall be included in the report. Density and
water content of the sample tested and modulus of
elasticity along with shear strength parameters shall be
reported.

California Bearing Ratio

On borrow materials this test is performed on soil samples


compacted to the maximum dry density as obtained from
the compaction test. If disturbed soil samples from the
proposed pavement alignment are used, then these
should be compacted to 97% of field density A surcharge
in multiples of 2.5kg equivalent to the expected pavement
thickness should be applied on the soil. The mould with
the soil should be soaked in water for 4 days after which
the sample is to be tested. The test should be conducted
as per IS 2720 (Part XVI). The load to the plunger should
be applied so that the rate of penetration remains constant
at 1.25 mm/min. The load-penetration curve should be

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

plotted and necessary correction applied to the initial


slope of the curve. The bearing ratios for penetrations of
2.5 mm and 5 mm should be calculated and reported. If
the bearing ratio corresponding to 5mm penetration
exceeds that of 2.5 mm, the test should be repeated.

Point Load Test on Rock Cores

Intact samples of minimum 50 mm diameter and length


equal to 1.5 times the diameter should be tested on a
Point Load Tester and its point load index shall be
determined. The Uniaxial Compressive Strength (UCS) of
the sample should be calculated from the point load index.
The index as well as the UCS should be reported.

Uniaxial Compressive Strength of Intact Rock


Samples

Intact rock cores of minimum NX size and length 2.5 to 3


times the diameter should be tested for its uniaxial
compressive strength. The test should be conducted on
perfectly cylindrical sample, which shall be polished and
conform to Indian Standard Code of practice. The UCS of
the sample should be reported along with the diameter
and length of the sample.

Test on Rock Samples

The crushing strength of rock shall be determined on the


collected rock samples and reported in the final report
along with other details such as design unit skin friction
and bearing values in case of different types of piles in
rock i.e. bored cast-in-situ concrete piles, drilled and
grouted piles.

Chemical Tests

Chemical test shall be conducted on soils & water


samples as per relevant BIS latest revisions to report the
following:

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

a. pH
b. Chlorides in ppm & percentage
c. Sulphates in ppm and percentage and expressed
as SO3 & SO4
d. Total hydrocarbon present in the soil (in ppm)
e. Calcium content, Potassium and Nitrate Content
f. conductivity and total dissolved solids in water
g. electrical resistivity test to determine the corrosivity
properties
h. Specific gravity of water

1.13 Submission of 1.13.1 Inception Report and schedule


Geotechnical
Contractor shall provide inception report and schedule
Investigations Report
within seven days of issue of LOA

1.13.2 Progress Report (Daily & Weekly)& Field Borelog

The Contractor shall submit Daily & Weekly Progress


Reports to KMRL or GC. On completion of each borehole,
2 (two) copies of field log sheet shall be submitted to the
Engineer. These preliminary bore logs shall show:

a. Ground levels in meter with respect to the Chart


Datum
b. The location of the borehole, on a plan
c. The preliminary description of each stratum
d. The thickness of each stratum with the boundaries
referred to the Chart Datum.
e. The position, type and identification of each sample
and site test with reference to Chart Datum.
f. Any site test results available with reference to
Chart Datum.

1.13.3 Monthly Progress Report

The contractor shall prepare and submit Monthly Progress


Reports to KMRL. Three (3) hard copies of monthly report

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

are required to be submitted including the soft copies in


CD including AutoCAD drawings.

The monthly reports shall include but not limited to the


following:

1. Details of the completed works and planned works


2. A plot plan showing all the borehole locations
completed in the month with their co-ordinates and
reduced levels with reference to chart datum.
3. General geological information of the region.
4. Character and genesis of soil.
5. Procedure of investigations and methods of various
tests adopted.
6. A set of longitudinal and transverse soil profile
connecting various boreholes showing the variation
of soil stratum (fence diagram).
7. Detailed bore logs indicating co-ordinates, reduced
ground levels with reference to chart datum, subsoil
section along various profiles indicating borehole
no., depth wise in situ tests like SPT, etc.
8. Strata-wise recommended soil properties such as
water content, Atterberg’s limits, dry and wet
densities, shear parameters, Coefficient of volume
compressibility (mv) and coefficients of permeability
shall be reported.
9. All field and laboratory test results shall be plotted
against depth and also in tabular form.
10. Analysis and Recommendations
a. All field and laboratory test data shall be
reviewed and evaluated to provide soil
parameters and recommendations.
b. Comments on chemical nature of ground water
and soil with due regard to potential deleterious
effect on concrete and steel and firm
recommendations on protective measures. Also
remedial measure for sulphate attack or acidity

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

shall be dealt with in detail giving clear practical


recommendations.
c. Recommendation of the type of foundation
according to the structure to be provided, depth
of pile termination, and geotechnical design of
the foundations proposed.
11. Summary of results obtained from various tests,
various soil parameters and recommendations.

1.13.4 Draft Report

Within two weeks of completion of all the investigations,


the Contactor shall prepare and submit a consolidated
Draft Report covering all the aspects mentioned in Clause
1.13.3 to KMRL. Five hard copies of detailed draft report
are required to be submitted including the soft copies in
CD including AutoCAD drawings.

Borehole data designating soil stratification in specific


colour codes shall be submitted.

1.13.5 Final Report

Within two weeks after receipt of GC’s comment, the


Contactor shall prepare and submit a consolidated Final
Report covering all the aspects mentioned in Clause
1.13.3 to KMRL. Five hard copies of detailed final report
are required to be submitted including the soft copies in
CD including AutoCAD drawings.

Borehole data designating soil stratification in specific


colour codes shall be submitted.

1.14 Time Schedule 1.14.1 Time is essence of the contract. The investigations and
submission of final report have to be completed within a
period of Twenty three weeks from the date of issue of
work order. The work shall be executed strictly as per time
schedule indicated below:

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

 Mobilisation - Within two Weeks of Receipt of Work


Order
 Completion of Borehole Investigations - Within Fifteen
Weeks of Mobilisation at Site
 Progress Reports – Daily, Weekly & Monthly
 Draft Report – Within two weeks of completion of all
investigations
 Final report - Within one week after receipt of GC’s
comments

1.15 Survey Equipment and 1.15.1 Contractor is required to mobilize the required
Team Investigation equipment at Investigation site, required for
carrying out geotechnical Investigation as per following
conditions

 Hydraulic rotary boring with Auto release monkey for


SPT (3 Marine & 4 Land)
 DGPS of accuracy of +/-1 m
 Pontoon /Staging Platform
 RTK / Total station for level
 Any other equipment necessary to complete the
scope of the Investigation work

Contractor shall produce calibration certificates of all the


equipment and necessary certifications of marine spread.

1.15.2 Position Fixing

The position fixing should be done by using differential


global positioning system not less than 12 channel
receivers for sub-metre accuracy.

1.15.3 Survey Team

The Investigation team shall consist of experienced Investigations in the field of geotechnical Investigation. The
project team shall comprise of the following.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Position Minimum Educational Experience


Qualification

Team M Tech in Geotechnical • Post qualification experience of minimum 10 years in geotechnical works
lead Engineering for marine and land.
• Experience in conducting / supervision of land and marine geotechnical
investigations for at least 2 similar projects
• Experience in design of different types of foundations and retaining
structures and preparation of investigations report

Site Diploma in civil • Post qualification experience of minimum 5 years.


Engineer engineering • Experience in conducting land and marine geotechnical investigations.
• Experience in handling Investigation equipment such as DGPS & Total
station

The resource personnel shall sign the biodata in blue indelible ink declaring the correctness of information and
his / her availability to the respective firm for the proposed assignment.

1.16 Operational Health and 1.16.1 The Contractor shall follow the following health and safety
Safety aspects.

 The Contractor should have insurance to all the


equipment and personnel working.
 All personnel working at site shall be provided with
proper Personnel protection equipment.
 The Contractor shall make necessary arrangements
to transport the Clients personnel, and officials visiting
the site by means of suitable boats from land to
Investigation location and back whenever required
during investigation.
 Life jackets shall be of the inherently buoyant type as
specified in IS 6685 or equivalent standard and be
provided for all personnel on the vessel.
 The Contractor should prepare an emergency
response plan to address any such acts. The same
should be submitted to the engineer prior to the start
of the Investigation.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

 The Contractor, for the safety of men and equipment,


shall prepare a scheme and the same shall be
approved by Engineer before the start of work.
 Only Experienced operators and workers shall be
working on the platform.
 Drinking water in sufficient quantity shall be available
at working place.
 Waste water from bore shall not be disposed of into
the water bodies.
 In any case water bottles, cups, plastics etc. should
not be thrown into the water body.

1.17 Permissions from 1.17.1  The Contractor shall notify the various statutory
Statutory Authorities authorities such as Cochin Port Trust, IWAI, Village
Panchayats, etc. in sufficient time in advance and
obtain permission to carry out the Investigations.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

VOLUME – 6

TECHNICAL BID

DRAWINGS

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

VOLUME – 7

FORMS & AGREEMENT FORMATS

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

FORM -1

Declaration of Undertaking

We underscore the importance of a free, fair and competitive procurement process that precludes abusive
practices. In this respect we have neither offered nor granted directly or indirectly any inadmissible advantages
to any public servant or other person nor accepted such advantages in connection with our bid, nor will we
offer or grant or accept any such incentives or conditions in the present procurement process or, in the event
that we are awarded the contract, in the subsequent execution of the contract. We also declare that no conflict
of interest exists in the meaning of the kind described in the corresponding Guidelines

We also underscore the importance of adhering to environmental and social standards in the implementation
of the project. We undertake to comply with applicable labour laws and the Core Labour Standards of the
International Labour Organization (ILO) as well as national and applicable international standards of
environmental protection and health and safety standards.

We will inform our staff about their respective obligations and about their obligation to fulfil this declaration of
undertaking and to obey the laws of the country of India

We also declare that our company/all members of the consortium have/have not been included in the list of
sanctions of the United Nations, nor of the EU, nor of the German Government, nor in any other list of sanctions
and affirm that our company/all members of the consortium will immediately inform the client and KfW if this
situation should occur at a later stage.

We acknowledge that, in the event that our company (or a member of the consortium) is added to a list of
sanctions that is legally binding on the client and/or KfW, the client is entitled to exclude our company/the
consortium from the procurement procedure and, if the contract is awarded to our company/the consortium, to
terminate the contract immediately if the statements made in the Declaration of Undertaking were objectively
false or the reason for exclusion occurs after the Declaration of Undertaking has been issued.

.............................. ................... .......................................................


(Place) (Date)
(Name of company)
......................................................
(Signature(s))

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

FORM -2

AFFIDAVIT

1. I, the undersigned, do hereby certify that all the statement made in the required attachments are true
and correct.
2. The undersigned also hereby certifies that our firm M/s……………has not abandoned any work in
Kerala or, any other State Government, Central Government nor any contract awarded to us for
such works have been rescinded, during last three years prior to the date of this bid.
3. The undersigned hereby authorise(s) and request(s) any bank, person, firm or corporation to furnish
pertinent information deemed necessary and requested by the Department to verify this statement or
regarding my (our) competence and general reputation.
4. The undersigned understands and agrees that further qualifying information may be requested, and
agrees to furnish any such information at the request of the Company/Department/ Project
implementing agency.
5. The undersigned also hereby authorises KMRL and their authorised representative to conduct any
inquiries or investigation to verify the statements, documents and information submitted in
connection with this application, and to seek clarification from our bankers and clients regarding any
financial and technical capability.

…………………………………………

(Signed by an Authorised Officer of the Firm)

………………………………..

Title of Officer

…………………………………

Name of Firm

………………………………..

DATE

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

FORM -3

POWER OF ATTORNEY
(To be printed on Non-Judicial Stamp paper of appropriate value and duly notarized)

To know all men by these presents that, I, ____________, holding the post of _______________ at
__________________ (the Power of Attorney/Lead Member of the Joint Venture/Consortium formed vide
Power of Attorney dated _________ for the purpose of participating/securing the Request for Qualification/the
Work vide Tender No: __________, floated by M/s Kochi Metro Rail Limited) do hereby constitute, appoint,
authorise and nominate (Name & Designation) to do in the name of the Lead Member for and on behalf of the
Joint Venture/Consortium all such acts, deeds and things necessary to the application in connection or
incidental with above mentioned Tender, including signing and submission of all the documents and providing
necessary information/response to Kochi Metro Rail Limited and also to bid, negotiate and also to execute the
contract, in case is the tender is awarded.

It is expressly understood that this Power of Attorney shall remain valid, binding and irrevocable until the
completion of the tender or till the completion of the tenure of contract to be executed between the Joint
Venture/Consortium and Kochi Metro Rail Limited, if tender is awarded in favour of the JV/Consortium.

We hereby agrees to ratify all the acts, deeds and things lawfully done by the Attorney pursuant to this Power
of Attorney and that all acts, deeds and things done by above mentioned Attorney shall always be deemed to
have been done by us on behalf of the Joint Venture/Consortium.

IN WITNESS THEREOF, WE the Lead Member of the Joint Venture/Consortium as previously mentioned have
executed these presents on this ___ day of ______ under the Common Seal(s) of their companies.

For Attorney/Lead Member

Authorized Signatory

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

FORM -4

EMD BANK GUARANTEE


(To be printed on Non-judicial stamp paper of appropriate value)

This Deed of Guarantee made this the --- day of 20XX by ------ (Name of the Bank), having its registered
office at --------------------, and one of its branches at -------- (Address of the Branch) (hereinafter called the
Guarantor) in favour of Kochi Metro Rail Ltd, ------------------------------ (hereinafter called the beneficiary).

WHEREAS M/s. ______________________ (Name and Address of the Entity participating in the tender)
having their address/ registered Office at
_________________________________________________(Address of the Firm’s registered Office)
(hereinafter called the “Tenderer”) wish to participate in the Tender No. __________________________ for
___________________________ of (supply / Erection / Supply & Erection / Work/others- specify the purpose)
of __________________________________ (Name of the material / equipment / work/others- specify) floated
by Kochi Metro Rail Limited (hereinafter called the “Beneficiary”) and

WHEREAS an EMD of Rs. -----/- has to be submitted by the Tenderer for participating in the aforesaid Tender
and

WHEREAS the tenderer has requested the Guarantor for issuing a Bank Guarantee for Rs. _____________
(Amount of EMD) valid till ____________ (mention here date of validity of this Guarantee which will be -------
days beyond initial validity of Tender) towards EMD payable to the Beneficiary, and

WHEREAS the Guarantor has agreed to issue such Bank Guarantee to the Beneficiary as hereunder
mentioned:

We, __________________________ (Name of the Bank and address of the Branch giving the Bank
Guarantee) having our registered Office at _____________________ (Address of Bank’s registered Office)
hereby give this Bank Guarantee No. _________________ dated ____________ and do hereby irrevocably
undertake to pay immediately on demand, without requiring any previous notice and without any demur,
reservation, recourse, contest or protest and without referring to any other sources including the Tenderer and
without the beneficiary having to substantiate its demand, to the beneficiary a sum not exceeding
Rs.____________ (amount of EMD) (Rupees _________________________________________) (in words)
on behalf of the Tenderer. Guarantor agrees that any demand in writing made by the authorised officials of the
Beneficiary shall be conclusive as regards the amount due and payable by the Guarantor under this
Guarantee.

We, ____________________________________________ (Name of the Bank) further undertake to pay


without demur the aforesaid amount in lump sum on demand or such part there of as the beneficiary may
demand from time to time irrespective of the fact whether the said tenderer admits or denies such claim or

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

questions correctness in any court, Tribunal or Arbitration proceedings or before any authority. The aforesaid
guarantee will remain in force and we shall be liable under the same irrespective of any concession or time
being granted by the beneficiary to the tenderer and this guarantee will remain in full force irrespective of any
change of terms, conditions or stipulation or any variation in the terms of the said tender.

This Bank Guarantee shall be valid and binding on this Bank upto and inclusive of ____________________
(mention here the date of validity of Bank Guarantee) and shall not be terminated or affected by liquidation or
winding up or insolvency or change in constitution of the tenderer or for any other reason. This guarantee shall
not be terminated by the guarantor under any circumstances including change in the constitution of the Bank
and our liability hereunder shall not be impaired or discharged by any extension of time or variations or
alterations made, given, conceded with or without our knowledge or with or without consent by or between the
Tenderer and the beneficiary.

NOT WITHSTANDING anything contained hereinbefore, our liability under this Guarantee is restricted to Rs.
_________________ (amount of EMD) (Rupees _________________ (in words). Our Guarantee shall remain
inforce till _____________ (---- days after the date of validity of the Bid/tender). Unless demands or claims
under this Bank Guarantee are made to us in writing on or before ___________ (date should be one year over
and above the validity period of BG), all rights of Beneficiary under this Bank Guarantee shall be forfeited and
we shall be released and discharged from all liabilities there under.

Place:
Signature of the Bank’s Authorized
Date: Signatory with Official Seal

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

FORM-5
BANK GUARANTEE
(for performance security)
(To be printed on Non-judicial stamp paper of appropriate value)

This Deed of Guarantee made this the --- day of 20XX by ------ (Name of the Bank), having its registered
office at --------------------, and one of its branches at -------- (Address of the Branch) (hereinafter called the
Guarantor) in favour of Kochi Metro Rail Ltd, ------------------------------ (hereinafter called the beneficiary).

WHEREAS M/s. ______________________ (Name of the Contractor) having their address/ registered Office
at _________________________________________________(Address of the Contractor’s registered
Office) (hereinafter called the “Contractor”)was awarded contract for (supply / Erection / Supply & Erection /
Work/others- specify the purpose) of __________________________________ (Name of the material /
equipment / work/others- specify) by Kochi Metro Rail Limited , the “Beneficiary” and

WHEREAS a performance guarantee of Rs. -----/- has to be submitted by the Contractor, before undertaking
the contract and

WHEREAS the Contractor has requested the Guarantor for issuing a Bank Guarantee for Rs. _____________
(Amount of EMD) valid till ____________ (mention here date of validity of this Guarantee which will be -------
days beyond the contract period) towards EMD payable to the Beneficiary, and

WHEREAS the Guarantor has agreed to issue such Bank Guarantee to the Beneficiary as hereunder
mentioned:

We, __________________________ (Name of the Bank and address of the Branch giving the Bank
Guarantee) having our registered Office at _____________________ (Address of Bank’s registered Office)
hereby give this Bank Guarantee No. _________________ dated ____________ and do hereby irrevocably
undertake to pay immediately on demand, without requiring any previous notice and without any demur,
reservation, recourse, contest or protest and without referring to any other sources including the Contractor
and without the beneficiary having to substantiate its demand, to the beneficiary with Account No.
0803201003055 in Canara Bank, Ernakulam Broadway Branch (IFSC : CNRB 0000803) a sum not exceeding
Rs.____________ (amount of EMD) (Rupees _________________________________________) (in words)
on behalf of the Contractor. Guarantor agrees that any demand in writing made by the authorised officials of
the Beneficiary shall be conclusive as regards the amount due and payable by the Guarantor under this
Guarantee.

We, ____________________________________________ (Name of the Bank) further undertake to pay


without demur the aforesaid amount in lump sum on demand or such part there of as the beneficiary may
demand from time to time irrespective of the fact whether the said contractor admits or denies such claim or

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

questions correctness in any court, Tribunal or Arbitration proceedings or before any authority. The aforesaid
guarantee will remain in force and we shall be liable under the same irrespective of any concession or time
being granted by the beneficiary to the contractor and this guarantee will remain in full force irrespective of any
change of terms, conditions or stipulation or any variation in the terms of the said contract.
We,_______________________________ (Name of the Bank) further agree with the beneficiary that the
beneficiary will have the fullest liberty without our consent and without in any manner affecting our obligations
hereunder to vary any of the terms and conditions of the contract or to extend the time for performance of the
contract by the contractor or to postpone any of the powers exercisable by the beneficiary or to forbear or
enforce any of the terms and conditions of the contract and that we shall not be relieved from our liability by
reasons of any such variation or extension or forbearance or postponement or omission or by any indulgence
by the beneficiary to the contractor or by any such matter whatsoever which under the law relating to sureties
would, but for this provision, have resulted in relieving us.

This Bank Guarantee shall be valid and binding on this Bank upto and inclusive of ____________________
(mention here the date of validity of Bank Guarantee), unless extended on demand by the beneficiary. The
Guarantee shall not be terminated or affected by liquidation or winding up or insolvency or change in
constitution of the Contractor or for any other reason. This guarantee shall not be terminated by the guarantor
under any circumstances including change in the constitution of the Bank and our liability hereunder shall not
be impaired or discharged by any extension of time or variations or alterations made, given, conceded in the
contract with or without our knowledge or with or without consent by or between the Contractor and the
beneficiary.

NOT WITHSTANDING anything contained hereinbefore, our liability under this Guarantee is restricted to Rs.
_________________ (amount of EMD) (Rupees _________________ (in words). Our Guarantee shall remain
inforce till _____________ (---- days after the date of validity of the contract). Unless demands or claims under
this Bank Guarantee are made to us in writing on or before ___________ (date should be one year over and
above the validity period of BG), all rights of Beneficiary under this Bank Guarantee shall be forfeited and we
shall be released and discharged from all liabilities there under.

Place:
Signature of the Bank’s Authorized
Date: Signatory with Official Seal

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

FORM -6

LETTER OF ACCEPTANCE
To
-------------------------(Name and address of the Contractor)
--------------------------

Dear Sirs,
This is to notify you that your Bid dated…………………for execution of the ………………………. (name of the
contract and identification number, as given in the Instructions to Bidders) for the Contract Price of
Rupees……………. .(…………………………………………………………………………….)(amount in words
and figures), as corrected and modified in accordance with the Instructions to Bidders* is hereby accepted by
our agency.
You are hereby requested to furnish Performance Security for an amount equivalent to Rs………………. within
14 days of the receipt of this letter of acceptance valid up to 28 days from the date of expiry of defects Liability
Period i.e. up to ………………and sign the contract.

Yours faithfully,

Authorized Signature -------------------------


Name and title of Signatory------------------
Name of Agency --------------------------------

 Delete ‘Corrected and’ or ‘and modified’ if only one of these action applies. Delete as corrected and
modified in accordance with the Instructions to Bidders, if corrections or modifications have not been
affected.
(Seal)

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

FORM -7

CERTIFICATE OF DECLARATION CONFIRMING THE KNOWLEDGE OF SITE


CONDITIONS

We…………………………………………………………………………………………………………….. Hereby
declare and confirm that we have visited the project site under the subject
namely,…………………………………………………………………..and acquired full knowledge and
information about the site conditions, wage structure, industrial climate and total work involved. We further
confirm that the above information is true and correct and we will not raise any claim of any nature due to lack
of knowledge of site condition.

Tenderers Name and Address

Date:

(Signature of Tenderer)

(seal)

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

FORM-8

REQUISITION FOR E-PAYMENT

Certified that I am having a Savings / Current Account in

1. Name of Bank

2. Name of Branch

3. IFSC Code

4. Account Number

I wish to receive all payments in this account through NEFT and RTGS systems, as the case may be, for all
payments relating to this work.

Name of Bidder

Place:

Date:

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

FORM-9

Checklist

S. No. Upload Description Put  or X Page No. Remarks

1. FORM-01: Declaration of Undertaking

2. FORM-02: Affidavit

FORM-03: Power of Attorney (An attested copy of the


3. Power of Attorney, in case the bid is signed by an
individual other than the sole proprietor)

4. FORM-04: EMD Bank Guarantee

5. FORM-05- Bank Guarantee for Performance Security

FORM-07- Certificate of Declaration Conforming the


6.
Knowledge of Site Conditions

7. FORM-08- Requisition for e-payment

Copy of Certificate of Incorporation and/or


8. registration documents with Memorandum of
Association, Articles of Association / Partnership deed

General work experience in geotechnical investigation


9.
survey

10. Similar Works Experience

Completion certificates indicating the project value


and scope of work from the clients shall be submitted
11.
as documentary proof for similar works experience
are being claimed

Financial turnover duly certified by statutory auditors


and the bidder shall provide audited annual reports
12.
for the last 3 years (balance sheet, profit and loss
statements has to be issued by Charted Accountant)

13. Financial Situation of the Applicant

14. GST registration number and proof shall be furnished.

Certified copies of Permanent Account Numbers as


15. allotted by Income Tax Department for the Company /
Firm shall be furnished along with the bid.

16. The organization chart of the bidder's organization,


including the names, addresses and contact

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

S. No. Upload Description Put  or X Page No. Remarks

information of the Directors/Partners shall be


furnished along with the bid.

17. Methodology and Work Programme

18. Evidence Of Ownership for all drilling equipments

19. Company Details

Duly signed correspondence, addendum, corrigendum


20. issued by the Employer in relation to the Subject
Tender, in token of receipt and acceptance

21. Any other document required to be submitted

22. FORM-09: Checklist

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

VOLUME – 8

FINANCIAL BID

BILL OF QUANTITIES

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

PREAMBLE TO BILL OF QUANTITIES

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 Annexures.

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. GST will be reimbursed at actuals on receipt of credits in KMRL account.

7. 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.

8. 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.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

9. 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.

10. 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.

11. 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

12. 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.

13. 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.

14. 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 tax such as 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.

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

15. The quantities of work and materials stated in the Bill of Quantities shall not be considered as limiting
the amount of work to be done or material to be supplied by the contractor.

16. The contractor is deemed to be familiar with all site conditions at the 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.

17. 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.

18. Unless separate items are measured, rates and prices must include for all testing in accordance with
the specification.

19. Note - In submitting the offer the Bidder is deemed to have visited the site at his own expense and
made himself familiar with the Scope of Work and the site conditions. No additional
fees/reimbursements will be considered for this in the bid.

Any downtime or expenses on account of weather, equipment/vessel/positioning shall be borne by the


Contractor.

Annexure -1: Bill of Quantities for Geotechnical Investigations

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018
FUNDING BY
KOCHI METRO RAIL LTD
(WATER METRO PROJECT)

Note:

The rates quoted above shall be inclusive of all mobilisations, demobilisation, manpower and any other
incidental costs that would be incurred by the contactor for execution of works

1. Bidders should bid for all items.

2. Evaluation should be done on the overall basis for total amount on 9 F /9 G.

3. Any item not included in the price quoted above and shown separately will not be taken cognizance
of and the offer shall be liable for rejection.

4. For the detailed description of the individual items please refer the TOR attached.

5. Bidder shall quote as per the price schedule only; deviation against any item of the price schedule
shall not be considered for evaluation for that particular item.
6. The quoted rates shall remain firm irrespective of any variations in the individual quantities.
The Contractor need to quote sustainable rates for individual items since individual items can
vary to any limit (negative/positive).

7. The bidder should submit the price bid in the format given at Annexure -1 of financial bid (volume 8)

TENDER DOC NO: KMRL -WM-CIVIL -011 General Consultant


PROJECT :
GEOTECHNICAL INVESTIGATIONS Package 2
WATER METRO KOCHI WATER METRO PROJECT REV No: 5 Dated : 06-10-2018

S-ar putea să vă placă și