bidding documents under national competitive bidding … documents/ts_nmk works_bid...
TRANSCRIPT
Works 3: Remediation works of NMK-KIE Page 1
BIDDING DOCUMENTS Under
NATIONAL COMPETITIVE BIDDING (NCB)
For Procurement of Remediation works of Noor Mohammed
Kunta (NMK), Kattedan Industrial Estate (KIE), Ranga Reddy Dist, Telangana State, India
NCB No. 003/TSPCB/CBIPMP/NMK Works/2016 Project: Capacity Building for Industrial Pollution Management Project (CBIPMP) Employer: Telangana State Pollution Control Board (TSPCB) Country: India Issued on: 26.02.2016
Works 3: Remediation works of NMK-KIE Page 2
Telangana State Pollution Control Board (TSPCB) Capacity Building for Industrial Pollution Management Project (CBIPMP) World Bank Assisted Project. A-3, Industrial Estate, Sanath Nagar, Hyderabad – 500 018 Ph.No. 040-23887726, e-mail:[email protected] NATIONAL COMPETITIVE BIDDING (NCB)
(Civil Works)
Name of Work Remediation works of Noor
Mohammed Kunta, Kattedan
Industrial Area (KIE) in Rangareddy
District, Telangana State
Period of Sale of Bidding
Documents
From: 26.02.2016
To 11.04.2016
Time And Date Of Pre Bid
Conference
11.03.2016 at 11:00 hrs (IST)
Last Date and Time For Receipt of
Bids
12.04.2016 at 15:00 hrs (IST)
Time and Date of Opening of Bids 12.04.2016 at 15:30 hrs (IST)
Place of Opening of Bids Meeting Hall - I
TSPCB, Paryavaran Bhavan,
A-3, Industrial Estate,
Sanath Nagar, Hyderabad - 500018
Officer Inviting Bids The Project Director / Member
Secretary, TSPCB
*: tentative dates
Works 3: Remediation works of NMK-KIE Page 4
Telangana State Pollution Control Board (TSPCB) Capacity Building for Industrial Pollution Management Project (CBIPMP)
World Bank Assisted Project. A-3, Industrial Estate, Sanath Nager, Hyderabad – 500 018
Ph.No. 040-23887726, e-mail:[email protected]
INVITATIONS FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING Loan No.: Loan 7924-IN/Credit No.: 4755-IN Date: 26.02.2016 Bid No.: 003/TSPCB/CBIPMP/NMK Works/2016
1. The Government of India has received a credit from the International Development Association / loan from the International Bank for Reconstruction & Development towards the cost of the “Capacity Building for Industrial Pollution Management (CBIPM) Project and intends to apply a part of the funds to cover eligible payments under the contracts for construction of works as detailed below. Bidding is open to all bidders from eligible source countries as defined in the IBRD Guidelines for Procurement. Bidders from India should, however, be registered with the Government of Telangna or other State Governments/Government of India, or State/Central Government Undertakings. Bidders are advised to note the minimum qualification criteria specified in Clause 4 of the Instructions to Bidders to qualify for the award of the contract.
2. The Telangana State Pollution Control Board (TSPCB) invites bids for the construction of
remediation works as per table below. The bidders may submit bids for all of the following works.
3. Bidding documents (and additional copies) may be purchased from the office of
Telangana State Pollution Control Board, Paryavaran Bhavan, A-3-Industrial Estate, Sanathnagar, Hyderabad-18, Telangana, India from 26.02.2016 to 11.04.2016 for a non-refundable fee (Two sets) of INR. 10,000/- (Rupees Ten Thousand Only) in the form of cash or Demand Draft on any Scheduled bank payable at Hyderabad in favour of “Member Secretary, TSPCB, Hyderabad”. The Bid Documents are also uploaded on to our website http://tspcb.cgg.gov.in. Interested bidders may download or purchase the Bid Documents from our office. The bidders can also obtain further information about the project from our office at address of “Telangana State Pollution Control Board”A-3, Industrial Estate, Sanath Nagar, Hyderabad - 500018. Bidding documents requested by mail will be despatched by registered/speed post on payment of an extra amount of Rs. 1,000/-. The Telangana State Pollution Control Board will not be held responsible for the postal delay if any, in the delivery of the documents or non-receipt of the same.
4. Bids must be accompanied by security of the amount specified for the work in the table
below, drawn in favour of "The Member Secretary, Telangana State Pollution Control
Works 3: Remediation works of NMK-KIE Page 5
Board." Bid security will have to be in any one of the forms as specified in the bidding document and shall have to be valid for 45 days beyond the validity of the bid.
5. Bids must be delivered to Senior Environmental Engineer (SEE) and PIU Head of CBIPMP,
Telangana State Pollution Control Board, Paryavarana Bhavan, A-3, Industrial Estate, Sanath Nagar, Hyderabad- 500018 on or before 12.04.2016 hours on 15.00 and will be opened on the same day at 15.30 hours, in the presence of the bidders who wish to attend. If the office happens to be closed on the date of receipt of the bids as specified, the bids will be received and opened on the next working day at the same time and venue.
6. A pre-bid meeting will be held on 11.03.2016 at 11.00 Hrs at the office of Telangana State
Pollution Control Board, Paryavaran Bhavan, A-3, Industrial Estate, Sanath Nagar, Hyderabad – 500018 to clarify the issues and to answer questions on any matter that may be raised at that stage as stated in Clause 9.2 of ‘Instructions to Bidders’ of the bidding document. Bidders are requested to visit the site prior to the Pre Bid meeting in order to have full acquaintance with the site conditions.
7. Other details can be seen in the bidding documents.
Package
No
Name of works
Approx. Value
of works *
Bid security
Cost of Bid Document
Period of Completion
1 2 3 4 5 6
NMK-KIE/003
Remediation works of Noor Mohammed Kunta, Kattedan Industrial Area (KIE) in Rangareddy District, Telangana
INR.37,15,48,000/- (Rupees thirty seven crores fifteen lakhs forty eight thousand only)
INR.37,15,480/- (Rupees thirty seven lakhs fifteen thousand four hundred and eighty only)
INR. 10,000/-
(Rupees ten thousand only)
17 Months
* The above approx. value of work has been arrived based on AP standard data, SSR of 2014-15, SSR 2015-16 and market consultation
Signature and Seal of Contractor Authorized Signatory
Works 3: Remediation works of NMK-KIE Page 6
CONTENT OF BID DOCUMENT
SECTION 1 INSTRUCTIONS TO BIDDERS (ITB)
SECTION 2 FORMS OF BID, QUALIFICATION INFORMATION AND LETTER OF ACCEPTANCE
SECTION 3 CONDITION OF CONTRACT
SECTION 4 CONTRACT DATA
SECTION 5 SPECIFICATIONS
SECTION 6 DRAWINGS
SECTION 7 BILL OF QUANTITY
SECTION 8 FORMS OF SECURITIES
SECTION 9 ENVIRONMENTAL AND SOCIAL MANAGEMENT PLAN
Works 3: Remediation works of NMK-KIE Page 8
Section 1: Instructions to Bidders Table of Clauses
A. General Page No. D. Submission of Bids Page No.
1. Scope of Bid 3 19. Sealing and Marking of Bids 17
2. Source of Funds 3 20. Deadline for Submission of Bids 17
3. Eligible Bidders 3 21. Late Bids 18
4. Qualification of the Bidder 3 22. Modification and Withdrawal of Bids18
5. One Bid per Bidder 12
6. Cost of Bidding 12
7. Site Visit 12
B. Bidding Documents E. Bid Opening and Evaluation
8. Content of Bidding Documents 12 23. Bid Opening 18
9. Clarification of Bidding Documents 13 24. Process to be Confidential 19
10. Amendment of Bidding Documents13 25. Clarification of Bids 19
26. Examination of Bids and Determination of Responsiveness 19
27. Correction of Errors 19
C. Preparation of Bids 28. Currency for Bid Evaluation/Deleted 19
29. Evaluation and Comparison of Bids 20
11. Language of Bid 14 30. Preference for Domestic Bidders
/Deleted 20
12. Documents Comprising the Bid 14
13. Bid Prices 14 F. Award of Contract
14. Currencies of Bid and Payment 15
15. Bid Validity 15 31. Award Criteria 21
16. Bid Security 15 32. Employer's Right to Accept any Bid and
Works 3: Remediation works of NMK-KIE Page 9
to Reject any or all Bids 21
17. Alternative Proposals by Bidders 16 33. Notification of Award 21
18. Format and Signing of Bid 16 34. Performance Security 22
35. Advance Payment and Security 22
36. Adjudicator 22
37. Corrupt or Fraudulent Practices 22
Works 3: Remediation works of NMK-KIE Page 10
A. General
1. Scope of Bid
1.1 The Telangana State Pollution Control Board, (TSPCB) (referred to as Employer in these documents) invites bids for the construction of works (as defined in these documents and referred to as "the works") detailed in the table given in IFB.
1.2 The successful bidder will be expected to complete the works by the intended completion date specified in the Contract data.
2. Source of Funds
2.1 The Government of India has received a loan/credit from the International Bank for Reconstruction and Development/the International Development Association (hereinafter interchangeably called “the Bank”) towards the cost of CBIPMP Project and intends to apply a part of the funds to cover eligible payments under the contract for the Works. Payments by the Bank will be made only at the request of the borrower and upon approval of the Bank in accordance with the Loan/Credit Agreement, and will be subject in all respects to the terms and conditions of that Agreement. Except as the Bank may specifically otherwise agree, no party other than the borrower shall derive any rights from the Loan/Credit Agreement or have any rights to the loan/credit proceeds.
2.2 The loan agreement prohibits a withdrawal from the loan account for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by a decision of the United Nations Security Council, taken under Chapter VII of the Charter of the United Nations.
3. Eligible Bidders
3.1 This Invitation for Bids is open to all bidders from the eligible countries as defined under the IBRD Guidelines for Procurement). Any materials, equipment, and services to be used in the performance of the Contract shall have their origin in the eligible source countries. The details of the eligible source countries may be had from the web link below: http://www.worldbank.org/en/country
3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that the Bidder is not associated, nor has been associated in the past, directly or indirectly, with the Consultant or any other entity that has prepared the design, specifications, and other documents for the Project or being proposed as Project Manager for the Contract. A firm that has been engaged by the Borrower to provide consulting services for the preparation or supervision of the works, and any of its affiliates, shall not be eligible to bid.
Works 3: Remediation works of NMK-KIE Page 11
3.3 Government-owned enterprises in the Employer’s country may only participate if they are legally and financially autonomous, operate under commercial law and are not a dependent agency of the Borrower or Sub-borrower.
3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank in accordance with sub-clause 37.1.
4. Qualification of the Bidder
4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary.
4.2 In the event that Pre-qualification of potential bidders has been undertaken, only bids from prequalified bidders will be considered for award for Contract. These qualified bidders should submit with their bids any information updating their original prequalification applications or, alternatively, confirm in their bids that the originally submitted prequalification information remains essentially correct as of date of bid submission. The update or confirmation should be provided in Section 2.
4.3 If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the following information and documents with their bids in Section 2:
(a) copies of original documents defining the constitution or legal status, place of registration, and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder;
(b) total monetary value of construction work performed for each of the last five years;
(c) experience in works of a similar nature and size for each of the last five years, and details of works under way or contractually committed; and clients who may be contacted for further information on those contracts;
(d) major items of construction equipment proposed to carry out the Contract;
(e) qualifications and experience of key site management and technical personnel proposed for the Contract;
(f) reports on the financial standing of the Bidder, such as profit and loss statements and auditor's reports for the past five years;
(g) evidence of adequacy of working capital for prime and other partners for this contract (access to line (s) of credit and availability of other financial resources)
(h) authority to seek references from the Bidder's bankers;
(i) information regarding any litigation or arbitration resulting from contracts executed by the Bidder in the last five years or currently under execution. The information
Works 3: Remediation works of NMK-KIE Page 12
shall include the names of the parties concerned, the disputed amount, cause of litigation, and matter in dispute;
(j) proposals for subcontracting components of the Works which in aggregate add to more than 20 percent of the Bid Price (for each, the qualifications and experience of the identified sub-contractor in the relevant field should be annexed; vertical splitting of work for sub-contracting is not acceptable);
(k) the proposed methodology and program of construction including Environmental Management Plan, backed with equipment, materials and manpower planning and deployment, duly supported with broad calculations and quality control procedures proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones.
(l) For bids submitted by joint venture firms, the Joint venture agreement shall be furnished as per the format attached in the tender documents.
4.4 Bids from Joint ventures are also acceptable. However the prime bidder (51%) will be solely responsible for the overall construction works and satisfactory performance of the entire assignment of remediation works. The number of members of JV to be limited to three member companies including prime bidder.
Bids submitted by a joint venture of Prime bidder (51%) and / or a maximum of two other partners shall comply with the following requirements:
[a] The bid shall include all the information listed in Sub-clause 4.3 above;
[b] The bid and, in case of a successful bid, the Agreement, shall be signed so as to be legally binding on all partners;
[c] One of the partners shall be nominated as being in charge, and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the partners;
[d] The partner in charge shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the joint venture and the entire execution of the contract, including payment, shall be done exclusively with the partner in charge;
[e] All partners of the joint venture shall be liable jointly and severally for the execution of the contract in accordance with the contract terms, and a statement to this effect shall be included in the authorization mentioned under [c] above, as well as in the bid and in the Agreement [in case of a successful bid];
[f] The joint venture agreement should indicate precisely the role of all members of JV in respect of planning, design, construction equipment, key personnel, work execution, and financing of the project. All members of JV should have active participation in execution
Works 3: Remediation works of NMK-KIE Page 13
during the currency of the contract. This should not be varied/modified subsequently without prior approval of the employer;
[g] The joint venture agreement should be registered in Hyderabad, India so as to be legally valid and binding on partners; and
[h] A copy of the Joint Venture Agreement entered into by the partners shall be submitted with the bid. Alternatively, a Letter of Intent to execute a joint Venture Agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed Agreement. In case a Letter of Intent is submitted with the bid, the Joint Venture Agreement will have to be signed and registered before the contract is issued and signed, without delaying the project’s time line.
[i] "The Joint Venture shall jointly be bound unto the Employer for the successful performance of the Contract and shall be fully responsible for the works in terms of quality requirements and timeliness in performance in accordance with the Contract. Irrespective of Joint responsibility, it is expressly understood that PRIME BIDDER will be present at the site of the works, through its authorized representative at all times and play lead role in mobilizing resources and execution of the contract. The PRIME BIDDER will incur liabilities and receive instructions for and on behalf of any or all partners of the Joint Venture and entire execution of the contract shall be done by the PRIME BIDDER and payment under the contract shall be received by the PRIME BIDDER. The precise responsibility of the members of the Joint Venture in respect of planning, quality, execution of the works shall be mentioned in the Joint Venture Agreement as per attached format (Annex I) and the execution of the same will be the sole responsibility of the Prime Bidder.
If in the determination of the Employer that the PRIME BIDDER is unable to fulfil its responsibility as per the Contract, the Employer shall be at liberty to terminate the contract which shall be binding on all partners of the Joint Venture." In this case, the Employer will claim compensation for losses suffered.
Qualification Criteria:
General (1) Evaluation of the Bidders’ qualifications will be based on compliance with all the following minimum pass-fail criteria listed in the following sections, considering relevant information as demonstrated by the Bidders’ responses in the Information Forms that they submit as per the attached Bid Forms. Additional requirements for joint ventures are also highlighted in the bid documents.
(2) Bidders may submit the Bid either as,
Works 3: Remediation works of NMK-KIE Page 14
(a) A stand-alone firm, company, legal entity formed as per the applicable law; or
(b) A joint venture, provided that they meet the requirements of the Bidding Documents. For the purpose of assessing some qualification criteria, the qualifications and experience of subcontractors may be included and the specific provisions in this regard are set out in the Bid Documents.
Subcontracting The percentage of works which can be sub-contracted shall not exceed 49% of the works with a maximum of two members. (1) Bidders will be evaluated based on the qualifications of,
(a) the Bidder; and (b) nominated subcontractors and sub-consultants only with respect to the experience evaluation as set out in the bid documents, and only if the subcontractors and sub-consultants are nominated for the purpose of this bid.
Bidders may nominate personnel of subcontractors and sub-consultants to fill the key positions listed in the further section of the bid documents as set out for qualification criteria.
(2) The Bidder shall provide a detailed list of all nominated subcontractors and sub-consultants and a record of their experience and qualifications in the applicable Information Forms. (3) the bidder to specify the total amount of work which will be sub contracted; out of the total works in BoQ and highlight the costs for the same. (4) Bidders will not be permitted to change the subcontractors and sub-consultants nominated in their Bid unless previously agreed upon by the Employer.. Contractor’s Responsibility After award of the Contract, the subcontracting of any part of the work, except for those subcontractors and sub consultants nominated in the Bid, shall require the prior written consent of the Employer / Engineer in charge. Notwithstanding such consent, the Contractor shall remain responsible for the acts, defaults, and neglects of all subcontractors and sub consultants during Contract implementation. Definitions:
For the purpose of this Bidding Document,
Works 3: Remediation works of NMK-KIE Page 15
a) Environmental dredging is an excavation activity or operation carried out underwater, in shallow seas or fresh water areas with the purpose of gathering up polluted bottom sediments and safely disposing of them at a different location in accordance with applicable environmental regulations.
b) Dewatering is the removal of water from sediment with the use of flocculants, electrolytes and/or bags or tubes of geotextile, with the aim to contain the polluted sediments within those bags or tubes.
c) a “Containment cell” means a remediation facility including a bottom liner and closing top liner that is designed to receive polluted sediments or soil in such away that complete containment of this polluted material in the closed containment cell can be guaranteed.
4.5 A. To qualify for award of the contract, each bidder in its name should have in the last
five years i.e. 2010-11, 2011-12, 2012-13 , 2013-14 and 2014-15 of experience in the relevant works
(a) achieved, in the last five years, a minimum annual financial turnover (Experience under construction contracts related to the lake remediation) of Rs.38 Crores (Rupees forty crores only)@ - in any one year during the last five years. Balance Sheets and Profit and Loss Statements shall have to be submitted by the bidder as proof of the same.
(b) Satisfactorily completed, as a prime contractor, (or as subcontractor duly certified by the employer/main contractor) at least one similar work (lake remediation or dredging) of value not less then Rs. 18 crores (Rupees twenty crores only) @ in any one year during the last five years.
(c) The prime bidder / JV partner should have executed similar Hazardous Waste Landfill facility construction / closure works as per HWM 2008 Rules or sanitary landfill construction / closure works as per MSW Rules 2000 of a value not less then Rs.2.00 crores (Rupees Two
Crores only) @ in any one year during the last five years. (d) The contractor or at least a selected sub contractor from a list of empanelled sub
contractors with the contractor should have executed similar work of laying the sand layer with value of atleast Rs-50.00 lakhs (excluding sand cost). in any one year during the
last five years. @ - at 2015 price level. Financial Turnover and Cost of Completed works of previous years shall be given weightage of 5% per year based on Rupee value to bring them to 2015 price level,
(e) Minimum quantities of work required for environmental dredging, dewatering and construction of a containment cell, including processing works along with succesfull completion certificates as a Prime bidder / Joint Venture (JV):
- Earthworks for excavation, backfilling and profiling (levelling and compaction) for construction of containment cells and general remediation works of quantity 15,000 cum. for single bidder or JV together.
Works 3: Remediation works of NMK-KIE Page 16
- HDPE Liner laying, welding and installation experience for construction of containment cell of quantity 20,000 sq.m for single bidder or JV together
- Environmental Dredging work including handling of sediment material. The experience of the mechanical dredging in water / acquatic environment will only be considered at least 20,000cum. for single bidder or JV together or identified sub-contractor.
- De watering of sediments with the use of flocculants /electrolytes and/ or bags of tubes
of geotextile with the aim to contain the polluted sediments within those bags or tubes
for a total quantity of 20,000 cum for single bidder or JV together or identified sub-
contractor.
- application of 0.30 m thick layer of sand with aim to cover underwater bottom of fresh water bodies or shallow seas of quantity 10,000 sq.m for single bidder or JV together or identified sub-contractor.
The bidders are requested to submit the project reference / data sheets of relevant assignments
and Engineer in Charge or client reference with address and contact details.
(f) The Contractors / Companies shall have all necessary regulatory licences for execution of the work and provide necessary proofs of licences for the same.
For the purpose of demonstrating its experience in accordance with above sections, the Bidder, may include the experience of the subcontractors and/or sub-consultants nominated in the Information Forms.
Financial Capabilities
(1) The bidder shall submit along with the bid a banker’s certificate (only as per format attached) that it has available cash credit facility equivalent to minimum INR 7.9 crores specifically obtained for the purpose of this bid. (2) The Bidder’s audited balance sheets or, if not required by the laws of the Bidder’s country, other financial statements acceptable to the Owner, for the last three years shall be submitted and must demonstrate the current soundness of the Bidder’s financial position and indicate its prospective long-term profitability. If deemed necessary by the Owner, the Owner shall have the authority to make inquiries with the Bidder’s bankers. Personnel Capabilities
The Bidder shall supply general information on the management structure of the firm, and shall make provision for suitably qualified personnel to fill the key positions listed in the ITB, as required during Contract implementation. The Bidder shall supply information on a candidate for each key position, who shall meet the experience requirements specified. The Bidder may nominate personnel of subcontractors and sub consultants to fill key positions listed in the ITB.
Works 3: Remediation works of NMK-KIE Page 17
Litigation History and Legal Matters The Bidder shall provide accurate information on the “Historical Contract Non-Performance Form” about contract non-performance and pending litigation with respect to contracts completed or ongoing under its execution over the last five years. A consistent history of awards against the Bidder or any Partner of a joint venture may result in rejection of the Bid. Right to Waive The Owner reserves the right to waive minor deviations in the qualification criteria if they do not materially affect the capability of a Bidder to perform the Contract.
4.5 B. Each bidder should further demonstrate:
(a) Availability (either owned or leased or by procurement against mobilization advances) of the following key and critical equipment for this work (Minimum No required):
- Dredger equipped with an auger head – 1
The actual operation and movement of the dredging equipment should be computer guided on the basis of this 3D model and a high accuracy dGPS positioning system. The combination of the 3D model guidance and dGPS positioning has to allow for a total vertical dredging accuracy of + 0.03 m.
- Hydraulic dredger with auger head and with a daily capacity of at least 350 cums per day, including sufficient floating pipelines to transport the sediment slurry - 1 No.
- Mixing unit which is able to add the required amount of flocculants/electrolytes to a minimum amount of 350 cums of sediment per day - 2 No.
- System consisting of pumps and pipes, which is at least able to pump a minimum amount of 350 cums of sediments per day and additional required volumes of process water and flocculants/electrolytes with appropriate pressure in the tubes of geotextile - 2 No.
- Rainbow unit which is able to apply 100 cums of sand per day in a 0.3 m thick layer on the floor of Lake NMK - 1 No.
- Pontoons - 10 No. or in a number sufficient to provide 2 times a free working platform of at least 20 sq.m and a bearing capacity sufficient to transport an hydraulic excavator.
- Hydraulic excavator 1.5 cum bucket size - 2 No. or in a number sufficient to handling up to 800 cum per day
Works 3: Remediation works of NMK-KIE Page 18
- Tippers 5 cum - 5 No. or in a number sufficient to handling and transporting up to 400 cums per day
- Trucks 10 t - No. 10. Or in a number sufficient to handling and transporting up to 800 cums per day.
- Complete set of welding and laying equipment for HDPE liner, set should have at least a capacity to install 1,500 sq.m of liner per day - 2 No.
- Soil compaction rollers (5-15 ton) - 2 Nos
- Hydraulic Excavator with 1.5 m3 bucket - 2 Nos
- 2 tonnes flat vibratory roller - 2 Nos
- 2 m3 Front End Loaders, Loader Backhoes - 2 Nos
- 3 m3 Water Tankers for amongst others dust prevention- 2 Nos
- 10 ton Bulldozers - 1 Nos
- 150 mm bore drilling equipment for monitoring wells till 300 feet deep - 3 Nos
The bidder shall state type and number of equipment which he has owned / leased in the submission. The bidder shall also confirm that maintenance and repair staff and spare parts will be available on site so as to guarantee an uptime of 95% throughout the project.
Based on the studies, carried out by the Engineer in charge, the minimum suggested major equipment to attain the completion of works in accordance with the prescribed construction schedule are shown in the above list.
The bidders should, however, undertake their own studies and furnish with their bid, a detailed construction planning and methodology supported with layout and necessary drawings and calculations (detailed) as stated in clause 4.3 (k) above to allow the employer to review their proposals. The numbers, types and capacities of each plant/equipment shall be shown in the proposals along with the cycle time for each operation for the given production capacity to match the requirements.
(b) availability of Key personnel’s Proposed for this project with highlighted adequate experience of similar works:
Following Qualification of Key personnel’s are the minimum requirements which the Bidder shall demonstrate especially for the Environmental Dredging, Dewatering and Containment Cell Construction Works:
The Bidder must demonstrate that it has the personnel for the key positions that meet the
following requirements:
Works 3: Remediation works of NMK-KIE Page 19
Sr.
No
Position Nos Total Work
Experience
(Years)
Experience
in Similar
Works
(Years)
1 Project Manager (Graduate Civil Engineer with
experience in dredging and remediation works
/ containment cell construction works)
1 10 3
2 Engineer / Specialist with experience of
operating dredging equipment and installation
of underwater cover layers
1 7 3
3 Engineer / Specialist with experience of
sediment dewatering with flocculants/
electrolytes and tubes of geotextile
1 7 3
4 Quality Assurance Engineer - Experience in
HDPE Liner system (Laying, Welding and
Jointing, Installation, Testing for leak proof
joints) and Geo Composite Layer Laying Works
– Drainage Arrangements etc.
1 7 3
5 Site Engineer (Civil) 2 5 3
6 HDPE Welders – 1 each 1 5 3
Contractor shall mobilise other expert personnel’s for waste collection and disposal, surface water drainage works, gabion construction and installation as necessary.
(c) liquid assets and/or availability of credit facilities of no less than Rs 7 Crores in the format given in Section 2. (Credit lines/letter of credit/certificates from Banks for meeting the funds requirement etc.)
4.6 The figures for each of the partners of a joint venture shall be added together to determine the Bidder’s compliance with the minimum qualifying criteria of Sub-clause 4.5. Failure to comply with this requirement will result in rejection of the joint venture’s bid.
Sub-contractor’s experience and resources will not be taken into account in determining the Bidder’s compliance with the qualifying criteria, except to the extent stated in Clause 4.5 [A] above.
4.7 Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is more than the total bid value. The available bid capacity will be calculated as under:
Works 3: Remediation works of NMK-KIE Page 20
Assessed Available Bid capacity = ( A*N*1.5 - B )
where
A = Maximum value of civil engineering works executed in any one year during the last five years (updated to 2015 price level) taking into account the completed as well as works in progress.
N = Number of years prescribed for completion of the works for which bids are invited = 1 year
B = Value, at 2015 price level, of existing commitments and on-going works to be completed during the next 1 year (period of completion of the works for which bids are invited)
4.8 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:
- made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or
- record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc.; and/or
- participated in the previous bidding for the same work and had quoted unreasonably high bid prices and could not furnish rational justification to the employer.
5. One Bid per Bidder
5.1 Each bidder shall submit only one bid for one contract, either individually or as a partner in a Joint Venture. A bidder who submits or participates in more than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or requested) will cause all the proposals with the Bidder’s participation to be disqualified.
6. Cost of Bidding
6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer will in no case be responsible and liable for those costs.
7. Site visit
7.1 The Bidder, at the Bidder’s own responsibility and risk is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder's own expense.
Works 3: Remediation works of NMK-KIE Page 21
B. Bidding Documents
8. Content of Bidding Documents
8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in accordance with Clause 10:
Invitation for Bids
Section 1 Instructions to Bidders
2 Forms of Bid and Qualification Information
3 Conditions of Contract
4 Contract Data
5 Specifications
6 Drawings
7 Bills of Quantities
8 Forms of Securities
9 ESMP for Remediation of Lake NMK in Kattedan Industrial Area (KIE) in
Rangareddy District
8.2 Of the two sets of the bidding documents supplied, two sets shall be completed and returned with the bid.
9. Clarification of Bidding Documents
9.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing or by cable (hereinafter "cable" includes email:[email protected]) at the Employer's address indicated in the invitation to bid. The Employer will respond to any request for clarification which he received earlier than 15 days prior to the deadline for submission of bids. Copies of the Employer's response will be forwarded to all purchasers of the bidding documents, including a description of the enquiry but without identifying its source.
9.2 Pre-bid meeting
9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take place on 11.03.2016 at 11.00 Hrs (IST) at the office of Telangana State Pollution Control Board, Paryavaran Bhavan, A-3, Industrial Estate, Sanath Nagar, Hyderabad – 500018.
Works 3: Remediation works of NMK-KIE Page 22
9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage.
9.2.3 The bidder is requested to submit any questions in writing or by cable to reach the Employer not later than one week before the meeting.
9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the source of enquiry) and the responses given will be transmitted without delay to all purchasers of the bidding documents. Any modification of the bidding documents listed in Sub-Clause 8.1 which may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to Clause 10 and not through the minutes of the pre-bid meeting.
9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.
10. Amendment of Bidding Documents
10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing addenda.
10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing to all the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum in writing to the Employer.
10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer shall extend as necessary the deadline for submission of bids, in accordance with Sub-Clause 20.2 below.
C. Preparation of Bids
11. Language of the Bid
11.1 All documents relating to the bid shall be in the English language.
12. Documents comprising the Bid
12.1 The bid submitted by the bidder shall comprise the following:
(a) The Bid (in the format indicated in Section 2).
(b) Bid Security;
(c) Priced Bill of Quantities;
(d) Qualification Information Form and Documents;
Works 3: Remediation works of NMK-KIE Page 23
and any other materials required to be completed and submitted by bidders in accordance with these instructions. The documents listed under Sections 2, 4 and 7 of Sub-Clause 8.1 shall be filled in without exception.
12.2 Bidders bidding for this contract together with other contracts stated in the IFB to form a package will so indicate in the bid together with any discounts offered for the award of more than one contract.
13. Bid Prices
13.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced Bill Quantities submitted by the Bidder.
13.2 The bidder shall fill in rates and prices and line item total (both in figures and words) for all items of the Works described in the Bill of Quantities along with total bid price (both in figures and words). Items for which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing out, initialing, dating and rewriting.
13.3 All duties, taxes, and other levies payable by the contractor under the contract, or for any other cause shall be included in the rates, prices and total Bid Price submitted by the Bidder.
Note: “Bidders may like to ascertain availability of excise/custom duty exemption benefits available in India to the contracts financed under World Bank loan/credits. They are solely responsible for obtaining such benefits which they have considered in their bid and in case of failure to receive such benefits for reasons whatsoever, the employer will not compensate the bidder (contractor). Where the bidder has quoted taking into account such benefits, he must give all information required for issue of certificates in terms of such notifications as per form attached to the Qualification Information in the bid. To the extent the employer determines the quantity indicated therein are reasonable keeping in view the bill of quantities, construction programme and methodology, the certificates will be issued within 60 [sixty] days of signing of contract and no subsequent changes will be permitted. No certificate will be issued for items where no quantity/capacity of equipment is indicated in the statement. The bids which do not conform to the above provisions will be treated as non responsive and rejected. Any delay in procurement of the construction equipment /machinery/goods as a result of the above shall not be a cause for granting any extension of time.”
13.4* The rates and prices quoted by the bidder shall be fixed for the duration of the Contract and shall not be subject to any adjustment on any account.
Works 3: Remediation works of NMK-KIE Page 24
14. Currencies of Bid and Payment
14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.
15. Bid Validity
15.1 Bids shall remain valid for a period not less than ninety days after the deadline date for bid submission specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive.
15.2 In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the bidders may extend the period of validity for a specified additional period. The request and the bidders' responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid except as provided in 15.3 hereinafter, but will be required to extend the validity of his bid security for a period of the extension, and in compliance with Clause 16 in all respects.
15.3 In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), in the event that the purchaser requests and the Bidder agrees to an extension of the validity period, the contract price, if the Bidder is selected for award shall be the bid price corrected as follows:
The price shall be increased by the factor (value of factor B)1 for each week or part of a week that has elapsed from the expiration of the initial bid validity to the date of issue of letter of acceptance to the successful Bidder.
15.4 Bid evaluation will be based on the bid prices without taking into consideration the above correction.
16. Bid Security
16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of the table of IFB for this particular work. This bid security shall be in favour of Member Secretary, Telangana State Pollution Control Board, Hyderabad, and may be in one of the following forms:
- A bank guarantee issued by a nationalized / scheduled bank located in India or a
reputable bank located abroad having corresponding bank in India, in the form
given in Section 8; or
- Certified cheque, Bank draft or Letter of Credit in favour of Member Secretary,
Telangana State Pollution Control Board, Hyderabad payable at Hyderabad
16.2 Bank guarantees issued as surety for the bid shall be valid for 45 days beyond the validity of the bid.
Works 3: Remediation works of NMK-KIE Page 25
16.3 Any bid not accompanied by a acceptable Bid Security and not secured as indicated in Sub-Clauses 16.1 and 16.2 above shall be rejected by the Employer as non-responsive. The bid security of a joint venture must define as ‘bidder’ all joint venture partners and list them in the following manner : a joint venture consisting of ‘…….’, ‘……….’, and ‘……….’and specify the name of the Lead Partner.
16.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid validity period specified in Sub-Clause 15.1.
16.5 The Bid Security of the successful bidder will be discharged when the bidder has signed the Agreement and furnished the required Performance Security.
16.6 The Bid Security may be forfeited
(a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;
(b) if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or
(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to
(i) sign the Agreement; or
(ii) furnish the required Performance Security.
17. Alternative Proposals by Bidders
17.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic technical design as indicated in the drawings and specifications.
Alternative solutions will not be accepted.
8. Format and Signing of Bid
18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as described in Clause 12 of these Instructions to Bidders, bound with the volume containing the Form of Bid, and clearly marked "ORIGINAL" and "COPY" as appropriate. In the event of discrepancy between them, the original shall prevail.
18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All pages of the bid where entries or amendments have been made shall be initialled by the person or persons signing the bid.
18.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be initialled by the person or persons signing the bid.
Works 3: Remediation works of NMK-KIE Page 26
18.4 The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract.
D. Submission of Bids
19. Sealing and Marking of Bids
19.1 The Bidder shall seal the original and copy of the Bid in separate envelopes, duly marking the envelopes as "ORIGINAL" and "COPY". These envelopes (called as inner envelopes) shall then be put inside one outer envelope.
19.2 The inner and outer envelopes shall
(a) be addressed to the Employer at the following address:
Project Director / Member Secretary, Telangana State Pollution Control Board, Paryavarana Bhavan, A-III, Industrial Estate, Sanath Nagar, Hyderabad - 500 018.
and
(b) bear the following identification:
- Bid for Remediation works of Noor Mohammed Kunta, Kattedan Industrial Area (KIE) in Rangareddy District, Telangana
- Bid Reference No. 003/TSPCB/WB-CBIPMP/NMK Works/2016
- DO NOT OPEN BEFORE 15.30 hrs (IST) on 12.04.2016
19.3 In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to Clause 21.
19.4 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the bid.
20. Deadline for Submission of the Bids
20.1 Bids must be received by the Employer at the address specified above no later than 12.04.2016 upto 15.00 Hrs (IST). In the event of the specified date for the submission of bids declared a holiday for the Employer, the Bids will be received upto the appointed time on the next working day.
Works 3: Remediation works of NMK-KIE Page 27
20.2 The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with Clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will then be subject to the new deadline.
21. Late Bids
21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to the bidder.
22. Modification and Withdrawal of Bids
22.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed in Clause 20.
22.2 Each Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked "MODIFICATION" or "WITHDRAWAL", as appropriate.
22.3 No bid may be modified after the deadline for submission of Bids.
22.4 Withdrawal or modification of a Bid between the deadline for submission of bids and the expiration of the original period of bid validity specified in Clause 15.1 above or as extended pursuant to Clause 15.2 may result in the forfeiture of the Bid security pursuant to Clause 16.
22.5 Bidders may offer discounts to, or modify the prices of their Bids only by submitting Bid modifications in accordance with this clause, or included in the original Bid submission.
E. Bid Opening and Evaluation
23. Bid Opening
23.1 The Employer will open all the Bids received (except those received late), including modifications made pursuant to Clause 22, in the presence of the Bidders or their representatives who choose to attend at Meeting Hall-II of TSPCB at 15.30 Hrs (IST) hours on the date and the place specified in Clause 20. In the event of the specified date of Bid opening being declared a holiday for the Employer, the Bids will be opened at the appointed time and location on the next working day.
23.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened. Subsequently all envelopes marked “Modification” shall be opened and the submissions therein read out in appropriate detail.
23.3 The Bidders' names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives have been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or absence of Bid security, and such other details as the
Works 3: Remediation works of NMK-KIE Page 28
Employer may consider appropriate, will be announced by the Employer at the opening. No bid shall be rejected at bid opening except for the late bids pursuant to Clause 21. Bids [and modifications] sent pursuant to Clause 22 that are not opened and read out at bid opening will not be considered for further evaluation regardless of the circumstances. Late and withdrawn bids will be returned un-opened to bidders.
23.4 The Employer shall prepare minutes of the Bid opening, including the information disclosed to those present in accordance with Sub-Clause 23.3.
24. Process to Be Confidential
24.1 Information relating to the examination, clarification, evaluation, and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Employer's processing of Bids or award decisions may result in the rejection of his Bid.
25. Clarification of Bids
25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask any Bidder for clarification of his Bid, including breakdowns of the unit rates. The request for clarification and the response shall be in writing or by cable, but no change in the price or substance of the Bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the Bids in accordance with Clause 27.
25.2 Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of the Employer, it should do so in writing.
25.3 Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidders’ bid.
26. Examination of Bids and Determination of Responsiveness
26.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a) meets the eligibility criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the required securities and; (d) is substantially responsive to the requirements of the Bidding documents.
26.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the Bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any substantial way, inconsistent with the Bidding documents, the Employer's rights or the Bidder's
Works 3: Remediation works of NMK-KIE Page 29
obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids.
26.3 If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation.
27. Correction of Errors
27.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors. Errors will be corrected by the Employer as follows:
(a) where there is a discrepancy between the rates in figures and in words, the rate in words will govern; and
(b) where there is a discrepancy between the unit and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern.
27.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may be forfeited in accordance with Sub-Clause 16.6 (b).
28. Deleted
29. Evaluation and Comparison of Bids
29.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive in accordance with Clause 26.
29.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by adjusting the Bid Price as follows:
(a) making any correction for errors pursuant to Clause 27; or
(b) making an appropriate adjustments for any other acceptable variations, deviations; and
(c) making appropriate adjustments to reflect discounts or other price modifications offered in accordance with Sub Clause 22.5.
29.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations, deviations, and alternative offers and other factors which are in excess of the requirements of the Bidding documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid evaluation.
Works 3: Remediation works of NMK-KIE Page 30
29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract, during the period of implementation of the Contract, will not be taken into account in Bid evaluation.
29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of the cost of work to be performed under the contract, the Employer may require the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, the Employer may require that the amount of the performance security set forth in Clause 34 be increased at the expense of the successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract.
30. Deleted
F. Award of Contract
31. Award Criteria
31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been determined to be substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of Clause 3, and (b) qualified in accordance with the provisions of Clause 4.
31.2 If, pursuant to Clause 12.2 this contract is being let alongwith other contracts, the lowest evaluated Bid Price will be determined when evaluating this contract in conjunction with other contracts to be awarded concurrently, taking into account any discounts offered by the bidders for the award of more than one contract.
32. Employer's Right to Accept any Bid and to Reject any or all Bids
32.1 Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to cancel the Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Employer's action.
33. Notification of Award and Signing of Agreement
33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter and in the Conditions of Contract called the "Letter of Acceptance") will state the sum that the Employer will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price").
Works 3: Remediation works of NMK-KIE Page 31
33.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing of a performance security in accordance with the provisions of Clause 34.
33.3 The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be signed by the Employer and kept ready for signature of the successful bidder in the office of employer within 28 days following the notification of award along with the Letter of Acceptance. Within 21 days of receipt, the successful Bidder will sign the Agreement and deliver it to the Employer.
33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the other Bidders that their Bids have been unsuccessful.
34. Performance Security
34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a Performance Security in any of the forms given below for an amount equivalent to 5% of the Contract price plus additional security for unbalanced Bids in accordance with Clause 29.5 of ITB and Clause 52 of Conditions of Contract:
- A bank guarantee issued by a nationalized / scheduled bank located in India or a reputable bank located abroad having corresponding bank in India, in the form given in Section 8; or
- Certified cheque, Bank draft or Letter of Credit in favour of Member Secretary, Telangana State Pollution Control Board, Hyderabad payable at Hyderabad
34.2 If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued either (a) at the Bidder's option, by a Nationalized/Scheduled Indian bank or (b) by a foreign bank located in India and acceptable to the Employer or (c) by a foreign bank through a correspondent Bank in India [scheduled or nationalized]. The performance security of a joint venture shall be in the name of the joint venture.
34.3 Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall constitute a breach of contract, cause for annulment of the award, forfeiture of the bid security, and any such other remedy the Employer may take under the contract, and the Employer may resort to awarding the contract to the next ranked bidder.
35 Advance Payment and Security
35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in the Conditions of Contract, subject to maximum amount, as stated in the Contract Data.
36. Adjudicator
36.1 The Employer proposes that Sri. A Gautham, SE, PHE be appointed as Adjudicator under the Contract, at a daily fee of Rs 5000/- plus reimbursable expenses. If the Bidder disagrees
Works 3: Remediation works of NMK-KIE Page 32
with this proposal, the Bidder should so state in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment of the Adjudicator, the Adjudicator shall be appointed by Chairman, Institute of Engineers, Hyderabad at the request of either party.
37. Fraud and Corruption: 37.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as
well as bidders, suppliers, and contractors and their subcontractors under Bank-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. 1 In pursuance of this policy, the Bank:
(a) defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice”2 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;
(ii) “fraudulent practice”3 is any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;
(iii) “collusive practice”4 is an arrangement between two or more parties
designed to achieve an improper purpose, including to influence improperly the actions of another party;
(iv) “coercive practice”5 is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence improperly the actions of a party;
(v) “obstructive practice” is
1 In this context, any action taken by a bidder, supplier, contractor, or a sub-contractor to influence the procurement process or
contract execution for undue advantage is. 2 “another party” refers to a public official acting in relation to the procurement process or contract execution]. In this context,
“public official” includes World Bank staff and employees of other organizations taking or reviewing procurement decisions. 3 a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract execution;
and the “act or omission” is intended to influence the procurement process or contract execution. 4 “parties” refers to participants in the procurement process (including public officials) attempting to establish bid prices at
artificial, non competitive levels. 5 a “party” refers to a participant in the procurement process or contract execution.
Works 3: Remediation works of NMK-KIE Page 33
(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or
(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under sub-clause 37.1(e) below.
(b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question;
(c) will cancel the portion of the loan allocated to a contract if it determines at any
time that representatives of the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive, or coercive practices during the procurement or the execution of that contract, without the Borrower having taken timely and appropriate action satisfactory to the Bank to remedy the situation;
(d) will sanction a firm or individual, including declaring them ineligible, either
indefinitely or for a stated period of time, to be awarded a Bank-financed contract if it at any time determines that they have, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for, or in executing, a Bank-financed contract; and
(e) will have the right to require that a provision be included in bidding documents
and in contracts financed by a Bank Loan, requiring bidders, suppliers, contractors and consultants to permit the Bank to inspect their accounts and records and other documents relating to the Bid submission and contract performance and to have them audited by auditors appointed by the Bank.
37.2 Furthermore, bidders shall be aware of the provision stated in Sub-Clause 23.2 and
Clause 64 of the Conditions of Contract.
Works 3: Remediation works of NMK-KIE Page 34
Section 2: FORMS OF BID, QUALIFICATION INFORMATION AND LETTER OF ACCEPTANCE
Works 3: Remediation works of NMK-KIE Page 35
Section 2: FORMS OF BID, QUALIFICATION INFORMATION AND LETTER OF ACCEPTANCE
Table of Forms:
- CONTRACTOR’S BID
- QUALIFICATION INFORMATION
- LETTER OF ACCEPTANCE
- NOTICE TO PROCEED WITH THE WORK
- AGREEMENT FORM
- JOINT VENTURE AGREEMENT
Works 3: Remediation works of NMK-KIE Page 36
Contractor's Bid
Description of the Works: Remediation of Noor Mohammed Kunta, Kattedan Industrial Area (KIE) in
Rangareddy District, Telangana
BID
To : The Project Director / Member Secretary, T.S. Pollution Control Board
Address : Sanathnagar, Hyderabad
GENTLEMEN,
Having examined the bidding documents including addendum, we offer to execute the Works described above in accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid for the Contract Price of _________ [in figures] (__________________________________________________) [in letters].6
The advance Payment required is: Rupees ________________.
We accept the appointment of ________________________ as the Adjudicator.
(OR)
We do not accept the appointment of ___________________ as the Adjudicator and propose instead that _______________________ be appointed as Adjudicator whose daily fees and biographical data are attached.
This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any Bid you receive.
We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery.
We also undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.
1 To be filled in by the Bidder, together with his particulars and date of submission at the bottom of the Form of Bid.
Works 3: Remediation works of NMK-KIE Page 37
Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below :
Name and address of agent Amount Purpose of Commission or gratuity
______________________ ________ ____________________________
______________________ ________ ____________________________
______________________ ________ ____________________________
(if none, state “none”)
We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the Bidding documents.
Yours faithfully,
Authorized Signature:
Name & Title of Signatory: _________________________________________________________________
Name of Bidder : ______________________________________________
Address : _______________________
Qualification Information
The information to be filled in by the Bidder in the following pages will be used for purposes of post qualification as provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract.
1. For Individual Bidders
1.1 Constitution or legal status of Bidder
[Attach copy]
Place of registration: _______________________________
Principal place of business: _______________________________
Works 3: Remediation works of NMK-KIE Page 38
Power of attorney of signatory of Bid
[Attach]
1.2 Total value of Civil Engineering construction works related to environmental dredging, dewatering and construction of containment cells
2010-2011 2011-2012 2012-2013 2013-2014 2014 - 2015
1.3 Information on Work performed
1.3.1 Work performed as prime contractor (in the same name) on works of a similar nature over the last five years. 2010-2015**
______________________________________________________________________________
Project Name
Name
of the Employer*
Descrip-tion of work
Contract No.
Value of contract (Rs.
Million)
Date of issue of work order
Stipulated period of completion
Actual date of completion*
Remarks explaining reasons for delay and work completed
______________________________________________________________________________
______________________________________________________________________________
1.3.2 Quantities of work executed as prime contractor (in the same name and style) in the last five years: **
Year Name of the Work
Name of the Employer*
Quantity of work performed (cum) @ Remarks *
Environmental Dredging/ Application of cover layers under water/ Excavation, backfilling and levelling
Dewatering
Construction of containment cell/ HDPE Lining Works
(indicate contract Ref)
2010-2011
2011-2012
2012-2013
2013-2014
Works 3: Remediation works of NMK-KIE Page 39
2014-2015
Contractor should exhibit his quantities of works executed in relation to the Environmental Dredging, Dewatering and Containment Cell Construction Works related to:
Excavation, backfilling and levelling of soil and sand.
HDPE Lining Works
Environmental dredging
Dewatering of sediments
Application of 0.10 m thick layer of sand with aim to cover underwater bottom of fresh water bodies or sallow seas
*Attach certificate(s) from the Engineer(s)-in-Charge
@The item of work for which data is requested should tally with that specified in ITB clause 4.5A(c).
**Iimmediately preceding the financial year in which bids are received.
Attach certificate from Chartered Accountant.
1.4 Information on Bid Capacity (works for which bids have been submitted and works which are yet to be completed) as on the date of this bid.
(A) Existing commitments and on-going works:
Descriptio
n of Work
Place &
State
Contract
No. &
Date
Name &
Address of
Employer
Value of
Contract
(Rs.
Million)
Stipulated
period of
Completion
Value of Works*
remaining to be
completed (Rs.
Million)
Anticipate
d Date of
Completio
n
(1) (2) (3) (4) (5) (6) (7) (8)
(B) Works for which bids already submitted:
Description
of Work
Place &
State
Name &
Address of
Employer
Estimated
value of
Works (Rs.
million)
Stipulated
period of
Completion
Date when
decision is
expected
Remarks if
any
(1) (2) (3) (4) (5) (7) (8)
Works 3: Remediation works of NMK-KIE Page 40
* Attach certificate(s) from the Engineer(s)-in-Charge.
1.5 The following items of Contractor's Equipment are essential for carrying out the Works. The Bidder should list all the information requested below. Refer also to Sub Clause 4.3 (d) of the Instructions to Bidders.
Item of
Equipment
Requirement
Availability proposals
Remarks (From
whom to be
purchased)
No. Capacity Owned/
leased/to be
procured
Nos./
Capacity
Age/
Conditio
n
1.6 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Attach biographical data. Refer also to Sub Clause 4.3 (e) and 4.5 (B) (b) of instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract.
Position Name
Qualifications
Years of
experience
(general)
Years of
experience in
the proposed
position
Project Manager
*
*
*
etc.
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.3 (j)]
Sections of the Works Value of Sub-
Contract
Sub-contractor (Name &
Address)
Experience in
similar Work
Works 3: Remediation works of NMK-KIE Page 41
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
*
1.8 Financial reports for the last five years: balance sheets, profit and loss statements, auditors' reports (in case of companies/corporation), etc. List them below and attach copies.
1.9 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List them below and attach copies of support documents [sample format attached].
1.10. Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who may provide references if contacted by the Employer.
1.11 Information on litigation history in which the Bidder is involved. Other Party(ies) Employer
Cause of Dispute
Amount
involved
Remarks showing
present status
1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders.
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
1.13 Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as necessary to comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1 and 4.3 (k)].
2. Joint Ventures
2.1 The information listed in 1.1-1.12 above shall be provided for each partner of the joint venture.
2.2 The information in 1.13 above shall be provided for the joint venture.
Works 3: Remediation works of NMK-KIE Page 42
2.3 Attach the power of attorney of the signatory[ies] of the bid authorizing signature of the bid on behalf of the joint venture.
2.4 Attach the agreement among all partners of the joint venture [and which is legally binding on all partners], which shows the requirements as indicated in sub-clause 4.4 of the Instructions to Bidders’. Alternatively, a Letter of Intent to execute a Joint Venture Agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed Agreement
2.5 Furnish details of participation proposed in the joint venture as below:
DETAILS OF PARTICIPATION IN THE JOINT VENTURE
PARTICIPATION DETAILS FIRM ‘A’ (Lead Partner)
FIRM ‘B’ FIRM ‘C’
Financial
Name of the Banker(s)
Works 3: Remediation works of NMK-KIE Page 43
PARTICIPATION DETAILS FIRM ‘A’ (Lead Partner)
FIRM ‘B’ FIRM ‘C’
Planning
Construction Equipment
Key Personnel
Execution of Work
(Give details on contribution of each)
Works 3: Remediation works of NMK-KIE Page 44
PARTICIPATION DETAILS FIRM ‘A’ (Lead Partner)
FIRM ‘B’ FIRM ‘C’
3. Additional Requirements
3.1 Bidders should provide any additional information required to fulfil the requirements of Clause 4 of the Instructions to the Bidders, if applicable.
____________________________________________________________________________________________
Works 3: Remediation works of NMK-KIE Page 45
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES –* CLAUSE 4.5 [B] [c] OF ITB
BANK CERTIFICATE
This is to certify that M/s. …………………………… is a reputed company with a good financial standing.
If the contract for the work, namely …………………………………………………………. [funded by the World Bank] is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs. …………… to meet their working capital requirements for executing the above contract.
__ Sd. __
Name of Bank
Senior Bank Manager
Address of the Bank
______________________________________________________________________________
* Change the text as follows for Joint venture:
This is to certify that M/s. ……………………………… who has formed a JV with M/s. …………………………… and M/s. …………………………………………. for participating in this bid, is a reputed company with a good financial standing.
If the contract for the work, namely …………………………………………………………. [funded by the World Bank] is awarded to the above Joint Venture, we shall be able to provide overdraft/credit facilities to the extent of Rs. …………… to M/s. …………………….. to meet the working capital requirements for executing the above contract.
[This should be given by the JV members in proportion to their financial participation.]
Works 3: Remediation works of NMK-KIE Page 46
Form ……….
(Name of the Project)
(Declaration regarding customs/excise duty exemption for materials/
construction equipment bought for the work)
(Bidder’s Name and Address)
To: ………………………
(Name of the Employer)
Dear Sir:
Re: [Name of Work] ………………………… -
Certificate for Import/Procurement of Goods/Construction Equipment
1. We confirm that we are solely responsible for obtaining customs/excise duty waivers which we have considered in our bid and in case of failure to receive such waivers for reasons whatsoever, the Employer will not compensate us.
2. We are furnishing below the information required by the Employer for issue of the necessary certificates in terms of the Government of India Central Excise Notification No. 108/95 and Customs Notification No. 85/99.
3. The goods/construction equipment for which certificates are required are as under:
Items Make/ Brand Name
Capacity [where applicable]
Quantity Value State whether it will be procured locally or imported [if so from which country]
Remarks regarding justification for the quantity and their usage in works
Goods
[a] Bitumen
[b] Others
Construction Equipment
[a]
[b]
[c]
Works 3: Remediation works of NMK-KIE Page 47
[d]
4. We agree that no modification to the above list is permitted after bids are opened.
5. We agree that the certificate will be issued only to the extent considered reasonable by the Employer for the work, based on the Bill of Quantities and the construction programme and methodology as furnished by us along with the bid.
6. We confirm that the above goods will be exclusively used for the construction of the above work and construction equipment will not be sold or otherwise disposed of in any manner for a period of five years from the date of acquisition.
Date: ___________________ (Signature) ____________________
Place: __________________ (Printed Name) _________________
(Designation) __________________
(Common Seal) ________________
This certificate will be issued within 60 days of signing of contract and no subsequent changes will be permitted.
Works 3: Remediation works of NMK-KIE Page 48
Letter of Acceptance
(Letterhead paper of the Employer)
________________________[date]
To: _______________________________________________________________________ [name and address of the Contractor]
Dear Sirs,
This is to notify you that your Bid dated ____________ for execution of the ________________________
___________________________________________________________ [name of the contract and identification number, as given in the Instructions to Bidders] for the Contract Price of Rupees ——————————— ____________________________________ (_____________) [amount in words and figures], as corrected and modified in accordance with the Instructions to Bidders1 is hereby accepted by our Agency.
We accept/do not accept that __________________________ be appointed as the Adjudicator2.
We note that as per bid, you do not intend to subcontract any component of work.
[OR]
We note that as per bid, you propose to employ M/s. .......................................... as sub-contractor for executing ….........................................
[Delete whichever is not applicable]
You are hereby requested to furnish Performance Security, plus additional security for unbalanced bids in terms of ITB clause 29.5, in the form detailed in Para 34.1 of ITB for an amount of Rs.————— within 21 days of the receipt of this letter of acceptance valid up to 28 days from the date of expiry of Defects Liability Period i.e. up to........... and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken.
We have reviewed the construction methodology submitted by you along with the bid in response to ITB Clause 4.3[k] and our comments are given in the attachment. You are requested to submit a revised Program including environmental management plan as per Clause 27 of General Conditions of Contract within 14 days of receipt of this letter.
Yours faithfully,
Works 3: Remediation works of NMK-KIE Page 49
Authorized Signature
Name and Title of Signatory
Name of Agency
1 Delete "corrected and" or "and modified" if only one of these actions applies. Delete "as corrected and modified in accordance with the Instructions to Bidders" if corrections or modifications have not been effected.
2 To be used only if the Contractor disagrees in his Bid with the Adjudicator proposed by the Employer in the "Instructions to Bidders."
Works 3: Remediation works of NMK-KIE Page 50
Issue of Notice to proceed with the work
(Letterhead of the Employer)
————— (date)
To
—————————————— (name and address of the Contractor)
——————————————
——————————————
Dear Sirs:
Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1 and signing of the contract agreement for the construction of —————— @ a Bid Price of Rs.——————, you are hereby instructed to proceed with the execution of the said works in accordance with the contract documents.
Yours faithfully,
(Signature, name and title of signatory authorized to sign on behalf of Employer)
Works 3: Remediation works of NMK-KIE Page 51
Agreement Form
Agreement
This agreement, made the ___________________ day of ______________19_______, between__________________________________________________________________________________________________________________________[name and address of Employer]
(Hereinafter called “the Employer)” of the one part and ______________________________________________ ________________________________________________________________________________________________________________________________________________[name and address of contractor] (hereinafter called “the Contractor” ) of the other part.
Whereas the Employer is desirous that the Contractor execute _____________________________ ________________________________________________________________________________________________________________________________________________________________________________[ name and identification number of Contract] (hereinafter called “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein, at a contract price of Rs.................................................................................
NOW THIS AGREEMENT WITNESSETH as follows:
1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as part of this Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all aspects with the provisions of the Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying the defects wherein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
Works 3: Remediation works of NMK-KIE Page 52
4. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:
i) Letter of Acceptance;
ii) Notice to proceed with the works;
iii) Contractor’s Bid;
iv) Contract Data;
v) Conditions of contract (including Special Conditions of Contract);
vi) Specifications;
vii) Drawings;
viii) Bill of Quantities; and
ix) Any other document listed in the Contract Data as forming part of the contract;
x) Joint Venture Agreement
In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written.
The Common Seal of ____________________________________________________________
was hereunto affixed in the presence of:
Signed, Sealed and Delivered by the said _________________________________________________
________________________________________________________________________________
_______________________________________________________________________________
In the presence of:
Binding Signature of Employer _________________________________________________
Binding Signature of Contractor _____________________________________________________
Works 3: Remediation works of NMK-KIE Page 53
JOINT VENTURE AGREEMENT
PERFORMA FOR JOINT VENTURE AGREEMENT/CONSORTIUM BETWEEN M/s. …………… and M/s………… and M/s………………………….
For NCB No……………………………………Invitation for Bid No………………….of TSPCB, Telangana under CBPIMP project.
The Joint Venture Agreement executed on this day of ………………………………………..between M/s…………………………………………, a company under the Laws of Company Act, 1956 and having its registered office at ……………..…………………, ……………………………………………………………... and Corporate Office at ………………………………………………. (herein after called the LEAD PARTNER, which expression shall include its successors, Executers and permitted Assigns)
AND M/s……………………………………………….. a company having its registered office at ………………………………………………………………(herein after called as PARTNER, which expression shall include its successors, Executors and permitted Assigns)
AND M/s……………………………………. a company having its registered office at ………………………………………………………………(herein after called as PARTNER, which expression shall include its successors, Executors and permitted Assigns) for the purpose of making a Bid and entering into a contract (in case of award) for “Civil Works for…………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………” NCB No…………………………………………………………..of TSPCB, Telangana (herein after called as the EMPLOYER).
WHEREAS, the EMPLOYER invited Bids as per above mentioned tender Document for the “…………………………………………………..”
WHEREAS in accordance with Instruction to Bidders of the Tender Specification. A Bidder may be a private entity or a government-owned entity or any combination of such entities with the intent to enter into an agreement supported by a letter of intent or under an agreement in the form of a Joint Venture or consortium.
NOW THIS INDENTURE WITNESSETH AS UNDER
In consideration of the above premises and agreements all the partners to this Joint Venture do hereby now agree as follows:
Works 3: Remediation works of NMK-KIE Page 54
1. In consideration of the award of the Contract by the Employer to the Joint Venture / Consortium partners, we, the Partners to the Joint Venture Agreement do hereby agree that M/s. ……………………………….. Shall act as LEAD PARTNER and further declare and confirm that we shall jointly be bound unto the Employer for the successful performance of the Contract and shall be fully responsible for the works in terms of quality requirements and timeliness in performance in accordance with the Contract. Irrespective of Joint responsibility, it is expressly understood that LEAD PARTNER will be present at the site of the works, through its authorized representative at all times and play lead role in mobilizing resources and execution of the contract. The LEAD PARTNER will incur liabilities and receive instructions for and on behalf of any or all partners of the Joint Venture and entire execution of the contract shall be done by the LEAD PARTNER and will be the sole responsibility of the lead partner of the consortium and payment under the contract shall be received by the LEAD PARTNER. The precise responsibility of the members of the Joint Venture in respect of planning, quality, execution of the works are as under : LEAD PARTNER : PARTNER – A : PARTNER – B : If in the determination of the Employer that the LEAD PARTNER is unable to fulfill its responsibility as above, the Employer shall be at liberty to terminate the contract which shall be binding on all partners of the Joint Venture.
2. In case of any breach of the said Contract by the LEAD PARTNER or other Partners of the Joint Venture Agreement, the Partner(s) do hereby agree to be fully responsible for the successful performance of the Contract and to carry out all the obligations and responsibilities under the Contract in accordance with the requirements of the Contract.
3. Further, if the Employer suffers any loss or damage on account of any breach in the Contract or any shortfall in meeting the performance guaranteed as per the works Contract, the Partner(s) of these presents undertake to promptly make good such loss or damages caused to the Employer, on its demands without any demur. It shall not be necessary or obligatory for the Employer to proceed against LEAD PARTNER to these presents before proceeding against or dealing with other Partner(s).
4. The financial liability of the Partners of this Joint Venture agreement to the Employer, with respect to any of the claims arising out of the performance or non-performance of the obligations set forth in the said Joint Venture Agreement, read in conjunction with the relevant conditions of the Contract shall, however, not be limited in any way so as to restrict or limit the liabilities of any of the Partners of the Joint Venture agreement.
5. It is expressly understood and agreed between the Partners to this Joint Venture agreement that the responsibilities and obligations of each of the Partners has been
Works 3: Remediation works of NMK-KIE Page 55
delineated in clause no. 1 herein above to this agreement. It is further agreed by the Partners that the above sharing of responsibilities and obligations shall not in any way be a limitation of joint responsibilities of the Partners under this Contract.
6. This Joint Venture Agreement shall be construed and interpreted in accordance with the laws of India, courts of ………………….., Telangana shall have the exclusive jurisdiction in all matters arising there under.
7. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form an integral part of the contract, and shall continue to be enforceable till the Employer discharges the same. It shall be effective from the date first mentioned above for all purposes and intents. IN WITNESS WHEREOF, the Partners to the Joint Venture Agreement have through their Authorized Representatives executed these presents and affixed Common Seals of their companies, on the day, month and year first mentioned above. [Name, Signature of all Joint Venture Partners] [Name and Signature of Witnesses]
Works 3: Remediation works of NMK-KIE Page 57
Conditions of Contract
Table of Contents
No Title Page No Title Page
A. General 3 D. Cost Control 11
1 Definitions 3 37 Bill of Quantities 11
2 Interpretation 4 38 Changes in the Quantities 11
3 Language and Law 5 39 Variations 12
4 Engineer's Decisions 5 40 Payments for Variations 11
5 Delegation 5 41 Cash Flow Forecasts 12
6 Communications 5 42 Payment Certificates 12
7 Subcontracting 5 43 Payments 13
8 Other Contractors 6 44 Compensation Events 13
9 Personnel 6 45 Tax 14
10 Employer’s & contractor's Risks 6 46 Currencies 14
11 Employer's Risks 6 47 Price Adjustments 14
12 Contractor’s Risks 6 48 Retention 15
13 Insurance 6 49 Liquidated Damages 15
14 Site Investigation Reports 7 50 Bonus (deleted) 15
15 Queries about the Contract Data 7 51 Advance Payment 15
16 Contractor to Construct the Works 7 52 Securities 16
17 The Works to Be Completed by the Intended Completion Date
7 53 Dayworks (deleted) 16
18 Approval by the Engineer 7 54 Cost of Repairs 16
19 Safety 8 E. Finishing the Contract 16
20 Discoveries 8 55 Completion 16
21 Possession of the Site 8 56 Taking Over 16
Works 3: Remediation works of NMK-KIE Page 58
22 Access to the Site 8 57 Final Account 16
23 Instructions 8 58 Operating and Maintenance Manuals 17
24 Disputes 8 59 Termination 17
25 Procedure for Disputes 9 60 60. Payment upon Termination 46 18
26 Replacement of Adjudicator 9 61 Property 18
B. Time Control 9 62 Release from Performance 18
27 Program 9 63 Suspension of World Bank Loan or Credit 18
28 Extension of the Intended Completion Date
10 64 Corrupt or Fraudulent Practice 19
29 Acceleration (deleted) 10 F Special Conditions of Contract 20
30 Delays Ordered by the Engineer 10 1 LABOUR 20
31 Management meetings 10 2 COMPLIANCE WITH LABOUR REGULATIONS 20
32 Early Warning 10 3 SUB-CONTRACTING (GCC Clause 7) 22
C. Quality Control 4 ARBITRATION (GCC Clause 25.3) 23
33 Identifying Defects 10 5 PROTECTION OF ENVIRONMENT 24
34 Tests 11 6 LIQUIDATED DAMAGES 25
35 Correction of Defects 11
Works 3: Remediation works of NMK-KIE Page 59
Conditions of Contract
A. General
1. Definitions
1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but keep their defined meanings. Capital initials are used to identify defined terms.
The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes in the first instance, as provided for in Clauses 24 and 25. The name of the Adjudicator is defined in the Contract Data.
Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid.
Borrower means the Government of India
Compensation Events are those defined in Clause 44 hereunder.
The Completion Date is the date of completion of the Works as certified by the Engineer in accordance with Sub Clause 55.1.
The Contract is the contract between the Employer and the Contractor to execute, complete and maintain the Works. It consists of the documents listed in Clause 2.3 below.
The Contract Data defines the documents and other information which comprise the Contract.
The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by the Employer.
The Contractor's Bid is the completed Bidding document submitted by the Contractor to the Employer.
The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract.
Days are calendar days; months are calendar months.
Works 3: Remediation works of NMK-KIE Page 60
A Defect is any part of the Works not completed in accordance with the Contract.
The Defects Liability Period is the period named in the Contract Data and calculated from the Completion Date.
The Employer is the party who will employ the Contractor to carry out the Works.
The Engineer is the person named in the Contract Data (or any other competent person appointed and notified to the contractor to act in replacement of the Engineer) who is responsible for supervising the execution of the works and administering the Contract.
Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct the Works.
The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.
The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date may be revised only by the Engineer by issuing an extension of time.
Materials are all supplies, including consumables, used by the contractor for incorporation in the Works.
Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or chemical or biological function.
The Site is the area defined as such in the Contract Data.
Site Investigation Reports are those which were included in the Bidding documents and are factual interpretative reports about the surface and sub-surface conditions at the site.
Specification means the Specification of the Works included in the Contract and any modification or addition made or approved by the Engineer.
The Start Date is given in the Contract Data. It is the date when the Contractor shall commence execution of the works. It does not necessarily coincide with any of the Site Possession Dates.
A Subcontractor is a person or corporate body who has a Contract with the Contractor to carry out a part of the work in the Contract which includes work on the Site.
Works 3: Remediation works of NMK-KIE Page 61
Temporary Works are works designed, constructed, installed, and removed by the Contractor which are needed for construction or installation of the Works.
A Variation is an instruction given by the Engineer which varies the Works.
The Works are what the Contract requires the Contractor to construct, install, and turn over to the Employer, as defined in the Contract Data.
The World Bank means "International Bank for Reconstruction and Development (IBRD)” and International Development Association (IDA)".
2. Interpretation
2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Engineer will provide instructions clarifying queries about the Conditions of Contract.
2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion date for the whole of the Works).
2.3 The documents forming the Contract shall be interpreted in the following order of priority:
(1) Agreement
(2) Letter of Acceptance, notice to proceed with the works
(3) Contractor’s Bid
(4) Contract Data
(5) Conditions of Contract including Special Conditions of Contract
(6) Specifications
(7) Drawings
(8) Bill of Quantities and
(9) any other document listed in the Contract Data as forming part of the Contract.
3. Language and Law
3.1 The language of the Contract and the law governing the Contract are stated in the Contract Data.
Works 3: Remediation works of NMK-KIE Page 62
4. Engineer's Decisions
4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters between the Employer and the Contractor in the role representing the Employer.
5. Delegation
5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the Adjudicator after notifying the Contractor and may cancel any delegation after notifying the Contractor.
6. Communications
6.1 Communications between parties which are referred to in the conditions are effective only when in writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act).
7. Subcontracting
7.1 The Contractor may subcontract with the approval of the Engineer but may not assign the Contract without the approval of the Employer in writing. Subcontracting does not alter the Contractor's obligations.
8. Other Contractors
8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and the Employer between the dates given in the Schedule of Other Contractors. The Contractor shall as referred to in the Contract Data, also provide facilities and services for them as described in the Schedule. The employer may modify the schedule of other contractors and shall notify the contractor of any such modification.
9. Personnel
9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to in the Contract Data to carry out the functions stated in the Schedule or other personnel approved by the Engineer. The Engineer will approve any proposed replacement of key personnel only if their qualifications, abilities, and relevant experience are substantially equal to or better than those of the personnel listed in the Schedule.
9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff or his work force stating the reasons the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.
Works 3: Remediation works of NMK-KIE Page 63
10. Employer’s and Contractor's Risks
10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor carries the risks which this Contract states are Contractor’s risks.
11. Employer's Risks
11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the execution of the Works in the Employer’s country, the risks of war, hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or disorder (unless restricted to the Contractor’s employees), and contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other than the Contractor’s design.
12. Contractor’s Risks
12.1 All risks of loss of or damage to physical property and of personal injury and death which arise during and in consequence of the performance of the Contract other than the excepted risks are the responsibility of the Contractor.
13. Insurance
13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the Contract Data for the following events which are due to the Contractor’s risks:
(a) Loss of or damage to the Works, Plant and Materials;
(b) Loss of or damage to Equipment;
(c) Loss of or damage of property (except the Works, Plant, Materials and Equipment) in connection with the Contract; and
(d) Personal injury or death.
13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the Engineer’s approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.
13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may 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.
Works 3: Remediation works of NMK-KIE Page 64
13.4 Alterations to the terms of an insurance shall not be made without the approval of the Engineer.
13.5 Both parties shall comply with any conditions of the insurance policies.
14. Site Investigation Reports
14.1 The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the Contract Data, supplemented by any information available to the Bidder.
15. Queries about the Contract Data
15.1 The Engineer will clarify queries on the Contract Data.
16. Contractor to Construct the Works
16.1 The Contractor shall construct and install the Works in accordance with the Specification and Drawings, and as per instructions of Engineer.
17. The Works to Be Completed by the Intended Completion Date
17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the program submitted by the Contractor, as updated with the approval of the Engineer, and complete them by the Intended Completion Date.
18. Approval by the Engineer
18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Engineer, who is to approve them if they comply with the Specifications and Drawings.
18.2 The Contractor shall be responsible for design of Temporary Works.
18.3 The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary Works.
18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works where required.
18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are subject to prior approval by the Engineer before their use.
19. Safety
19.1 The Contractor shall be responsible for the safety of all activities on the Site.
Works 3: Remediation works of NMK-KIE Page 65
20. Discoveries
20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry out the Engineer's instructions for dealing with them.
21. Possession of the Site
21.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is not given by the date stated in the Contract Data the Employer is deemed to have delayed the start of the relevant activities and this will be Compensation Event.
22. Access to the Site
22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer access to the Site, to any place where work in connection with the Contract is being carried out or is intended to be carried out and to any place where materials or plant are being manufactured / fabricated / assembled for the works.
23. Instructions
23.1 The Contractor shall carry out all instructions of the Engineer which comply with the applicable laws where the Site is located.
23.2 Inspections and Audits by the Bank The Contractor shall permit the Bank and/or persons appointed by the Bank to
inspect the Site and/or the accounts and records of the Contractor and its subcontractors relating to the performance of the Contract, and to have such accounts and records audited by auditors appointed by the Bank if required by the Bank. The Contractor’s attention is drawn to Clause 64 [Corrupt or Fraudulent Practices] which provides, inter alia, that acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under Sub-Clause 23.2 constitute a prohibited practice subject to contract termination (as well as to a determination of ineligibility under the Procurement Guidelines).
24. Disputes
24.1 If the Contractor believes that a decision taken by the Engineer was either outside the authority given to the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred to the Adjudicator within 14 days of the notification of the Engineer's decision.
25. Procedure for Disputes
Works 3: Remediation works of NMK-KIE Page 66
25.1 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute.
25.2 The Adjudicator shall be paid daily at the rate specified in the Contract Data together with reimbursable expenses of the types specified in the Contract Data and the cost shall be divided equally between the Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator's written decision. If neither party refers the dispute to arbitration within the above 28 days, the Adjudicator's decision will be final and binding.
25.3 The arbitration shall be conducted in accordance with the arbitration procedure stated in the Special Conditions of Contract.
26. Replacement of Adjudicator
26.1 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the Adjudicator is not fulfilling his functions in accordance with the provisions of the Contract, a new Adjudicator will be jointly appointed by the Employer and the Contractor. In case of disagreement between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the Appointing Authority designated in the Contract Data at the request of either party, within 14 days of receipt of such request.
B. Time Control
27. Program
27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a Program including Environmental Management Plan showing the general methods, arrangements, order, and timing for all the activities in the Works along with monthly cash flow forecast.
27.2 An update of the Program shall be a program showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining work including any changes to the sequence of the activities.
27.3 The Contractor shall submit to the Engineer, for approval, an updated Program at intervals no longer than the period stated in the Contract Data. If the Contractor does not submit an updated Program within this period, the Engineer may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted.
27.4 The Engineer's approval of the Program shall not alter the Contractor's obligations. The Contractor may revise the Program and submit it to the Engineer again at any
Works 3: Remediation works of NMK-KIE Page 67
time. A revised Program is to show the effect of Variations and Compensation Events.
28. Extension of the Intended Completion Date
28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining work and which would cause the Contractor to incur additional cost.
28.2 The Engineer shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.
29. Acceleration (Deleted)
30. Delays Ordered by the Engineer
30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the Works.
31. Management Meetings
31.1 Either the Engineer or the Contractor may require the other to attend a management meeting. The business of a management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure.
31.2 The Engineer shall record the business of management meetings and is to provide copies of his record to those attending the meeting and to the Employer. The responsibility of the parties for actions to be taken is to be decided by the Engineer either at the management meeting or after the management meeting and stated in writing to all who attended the meeting.
32. Early Warning
32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work, increase the Contract Price or delay the execution of works. The Engineer may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate is to be provided by the Contractor as soon as reasonably possible.
Works 3: Remediation works of NMK-KIE Page 68
32.2 The Contractor shall cooperate with the Engineer in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Engineer.
C. Quality Control
33. Identifying Defects
33.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor's responsibilities. The Engineer may instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer considers may have a Defect.
33.2 The contractor shall permit the Employer’s Technical auditor to check the contractor’s work and notify the Engineer and Contractor of any defects that are found. Such a check shall not affect the Contractor’s or the Engineer’s responsibility as defined in the Contract Agreement.
34. Tests
34.1 If the Engineer instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no Defect the test shall be a Compensation Event.
35. Correction of Defects
35.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion and is defined in the Contract Data. The Defects Liability Period shall be extended for as long as Defects remain to be corrected.
35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Engineer’s notice.
36. Uncorrected Defects
36.1 If the Contractor has not corrected a Defect within the time specified in the Engineer’s notice, the Engineer will assess the cost of having the Defect corrected as well as any costs caused by this delay should also be included, and the Contractor will pay those amounts.
Note: Where in certain cases, the technical specifications provide for acceptance of works within specified tolerance limits at reduced rates, Engineer will certify payments to Contractor accordingly.
Works 3: Remediation works of NMK-KIE Page 69
D. Cost Control
37. Bill of Quantities
37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning work to be done by the contractor.
37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the Bill of Quantities for each item.
38. Changes in the Quantities
38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item by more than 25 percent, provided the change exceeds 1% of Initial Contract Price, the Engineer shall adjust the rate to allow for the change duly notifying the employer.
38.2 The Engineer shall not adjust rates from changes in quantities if the Initial Contract Price is exceeded by more than 15 percent, except with the Prior approval of the Employer. In case of less than 15 percent, the Employer needs to be notified prior to adjustment .
38.3 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost breakdown of any rate in the Bill of Quantities.
39. Variations
39.1 All Variations shall be included in updated Programs produced by the Contractor.
40. Payments for Variations
40.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for carrying out the Variation when requested to do so by the Engineer. The Engineer shall assess the quotation, which shall be given within seven days of the request or within any longer period stated by the Engineer and before the Variation is ordered.
40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or the timing of its execution do not cause the cost per unit of quantity to change, the rate in the bill of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation by the Contractor shall be in form of new rates for the relevant items of work.
40.3 If the Contractor's quotation is unreasonable (or if the contractor fails to provide the Engineer with a quotation within a reasonable time specified by the engineer in
Works 3: Remediation works of NMK-KIE Page 70
accordance with Clause 40.1), the Engineer may order the Variation and make a change to the Contract Price which shall be based on Engineer’s own forecast of the effects of the Variation on the Contractor's costs.
40.4 If the Engineer decides that the urgency of varying the work would prevent a quotation being given and considered without delaying the work, no quotation shall be given and the Variation shall be treated as a Compensation Event.
40.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning.
41. Cash flow forecasts
41.1 When the Program is updated, the contractor is to provide the Engineer with an updated cash flow forecast.
42. Payment Certificates
42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the work completed less the cumulative amount certified previously alongwith details of measurement of the quantity of works executed in a tabulated form as approved by the Engineer.
42.2 The Engineer shall check the details given in the Contractor's monthly statement and within 14 days certify the amounts to be paid to the Contractor after taking into account any credit or debit for the month in question in respect of materials for the works in the relevant amounts and under conditions set forth in sub-clause 51(3) of the Contract Data (Secured Advance).
42.3 The value of work executed shall be determined by the Engineer after due check measurement of the quantities claimed as executed by the contractor.
42.4 The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities completed.
42.5 The value of work executed shall include the valuation of Variations and Compensation Events.
42.6 The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.
43. Payments
43.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries in terms of the contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor the amounts certified by the Engineer within 28 days of the date of each certificate. If the Employer makes a late payment, the Contractor shall be paid interest on the late payment in the next payment. Interest
Works 3: Remediation works of NMK-KIE Page 71
shall be calculated from the date by which the payment should have been made upto the date when the late payment is made at 8% per annum.
43.2 If an amount certified is increased in a later certificate or as a result of an award by the Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment as set out in this clause. Interest shall be calculated from the date upon which the increased amount would have been certified in the absence of dispute.
43.3 Items of the Works for which no rate or price has been entered in will not be paid for by the Employer and shall be deemed covered by other rates and prices in the Contract.
44. Compensation Events
44.1 The following are Compensation Events unless they are caused by the Contractor:
(a) The Employer does not give access to a part of the Site by the Site Possession Date stated in the Contract Data.
(b) The Employer modifies the schedule of other contractors in a way which affects the work of the contractor under the contract.
(c) The Engineer orders a delay or does not issue drawings, specifications or instructions required for execution of works on time.
(d) The Engineer instructs the Contractor to uncover or to carry out additional tests upon work which is then found to have no Defects.
(e) The Engineer unreasonably does not approve for a subcontract to be let.
(f) Ground conditions are substantially more adverse than could reasonably have been assumed before issuance of Letter of Acceptance from the information issued to Bidders (including the Site Investigation Reports), from information available publicly and from a visual inspection of the Site.
(g) The Engineer gives an instruction for dealing with an unforeseen condition, caused by the Employer, or additional work required for safety or other reasons.
(h) Other contractors, public authorities, utilities or the Employer does not work within the dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.
(i) The advance payment is delayed.
(j) The effect on the Contractor of any of the Employer’s Risks.
(k) The Engineer unreasonably delays issuing a Certificate of Completion.
Works 3: Remediation works of NMK-KIE Page 72
(l) Other Compensation Events listed in the Contract Data or mentioned in the Contract.
44.2 If a Compensation Event would cause additional cost or would prevent the work being completed before the Intended Completion Date, the Contract Price shall be increased and/or the Intended Completion Date is extended. The Engineer shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date shall be extended duly notifying the Employer.
44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor's forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the Contract Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Engineer shall adjust the Contract Price based on Engineer’s own forecast. The Engineer will assume that the Contractor will react competently and promptly to the event.
44.4 The Contractor shall not be entitled to compensation to the extent that the Employer's interests are adversely affected by the Contractor not having given early warning or not having cooperated with the Engineer.
45. Tax
45.1 The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes that the Contractor will have to pay for the performance of this Contract. The Employer will perform such duties in regard to the deduction of such taxes at source as per applicable law.
46. Currencies
46.1 All payments shall be made in Indian Rupees.
47. Price Adjustment
47.1 Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels and lubricants in accordance with the following principles and procedures and as per formula given in the contract data:
(a) The price adjustment shall apply for the work done from the start date given in the contract data upto end of the initial intended completion date or extensions granted by the Engineer and shall not apply to the work carried out beyond the stipulated time for reasons attributable to the contractor.
(b) The price adjustment shall be determined during each quarter from the formula given in the contract data.
Works 3: Remediation works of NMK-KIE Page 73
(c) Following expressions and meanings are assigned to the work done during each quarter:
R = Total value of work done during the quarter. It would include the amount of secured advance for materials paid for (if any) during the quarter, less the amount of the secured advance recovered, during the quarter. It will exclude value for works executed under variations for which price adjustment will be worked separately based on the terms mutually agreed.
47.2 To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall be deemed to include amounts to cover the contingency of such other rise or fall in costs.
48. Retention
48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the Contract Data until Completion and Acceptance of the whole of the Works.
48.2 On Completion and Acceptance of the whole of the Works half the total amount retained is repaid to the Contractor and half when the Defects Liability Period has passed and the Engineer has certified that all Defects notified by the Engineer to the Contractor before the end of this period have been corrected.
48.3 On completion and acceptance of the whole works, the contractor may substitute retention money (balance half) with an “on demand” Bank guarantee.
49. Liquidated Damages
49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Contract Data for each day that the Completion Date is later than the Intended Completion Date (for the whole of the works or the milestone as stated in the contract data). The total amount of liquidated damages shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages does not affect the Contractor's liabilities.
49.2 If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the over payment calculated from the date of payment to the date of repayment at the rates specified in Sub Clause 43.1.
50. Bonus (Deleted)
Works 3: Remediation works of NMK-KIE Page 74
51. Advance Payment
51.1 The Employer shall make advance payment to the Contractor of the amounts stated in the Contract Data by the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the advance payment. The guarantee shall remain effective until the advance payment has been repaid, but the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor. Interest will not be charged on the advance payment. The bank guarantee of a joint venture shall be in the name of the joint venture.
51.2 The Contractor is to use the advance payment only to pay for Equipment, Plant and Mobilization expenses required specifically for execution of the Works. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Engineer.
51.3 The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due to the Contractor, following the schedule of completed percentages of the Works on a payment basis. No account shall be taken of the advance (mobilization and equipment only) payment or its repayment in assessing valuations of work done, Variations, price adjustments, Compensation Events, or Liquidated Damages.
51.4 Secured Advance:
The Engineer shall make advance payment in respect of materials intended for but not yet incorporated in the Works in accordance with conditions stipulated in the Contract Data.
52. Securities
52.1 The Performance Security shall be provided to the Employer no later than the date specified in the Letter of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to the Employer, and denominated in Indian Rupees. The Performance Security shall be valid until a date 28 days from the date of expiry of Defects Liability Period and the additional security for unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of completion. The performance security of a joint venture shall be in the name of the joint venture’
53. Dayworks (Deleted)
Works 3: Remediation works of NMK-KIE Page 75
54. Cost of Repairs
54.1 Loss or damage to the Works or Materials to be incorporated in the works between the start date and the end of the defects correction periods shall be remedied by the contractor at the contractors cost if the loss or damage arises from the contractors acts or omissions. The contractor is also responsible for guarding the site at his expense. Losses/damages due to vandalism or theft should be covered by the Contractor.
E. Finishing the Contract
55. Completion
55.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the Works and the Engineer will do so upon deciding that the Work is completed.
56. Taking Over
56.1 The Employer shall take over the Site and the Works within seven days of the Engineer issuing a certificate of Completion.
57. Final Account
57.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Engineer shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 56 days of receiving the 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 the Contractor and issue a payment certificate, within 56 days of receiving the Contractor’s revised account.
58. Operating and Maintenance Manuals
58.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the Contract Data.
58.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract Data, or they do not receive the Engineer’s approval, the Engineer shall withhold the amount stated in the Contract Data from payments due to the Contractor.
59. Termination
Works 3: Remediation works of NMK-KIE Page 76
59.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental breach of the Contract.
59.2 Fundamental breaches of Contract include, but shall not be limited to the following:
(a) The Contractor stops work for 28 days when no stoppage of work is shown on the current program and the stoppage has not been authorized by the Engineer;
(b) The Engineer instructs the Contractor to delay the progress of the Works and the instruction is not withdrawn within 28 days;
(c) The Employer or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation;
(d) A payment certified by the Engineer is not paid by the Employer to the Contractor within 56 days of the date of the Engineer's certificate;
(e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Engineer;
(f) The Contractor does not maintain a security which is required;
(g) the Contractor has delayed the completion of works by the number of days for which the maximum amount of liquidated damages can be paid as defined in the Contract data; and
(h) If the Contractor, in the judgment of the Purchaser has engaged in fraud and corruption, as defined in GCC Clause 64, in competing for or in executing the Contract.
(i) The contractor (in case of joint venture) has modified the composition of the joint venture and/or the responsibility of each member of the joint venture from what is stated in joint venture agreement without prior approval of the Employer.
59.3 When either party to the Contract gives notice of a breach of contract to the Engineer for a cause other than those listed under Sub Clause 59.2 above, the Engineer shall decide whether the breach is fundamental or not.
59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.
59.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and secure and leave the Site as soon as reasonably possible.
Works 3: Remediation works of NMK-KIE Page 77
60. Payment upon Termination
60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Engineer shall issue a certificate for the value of the work done less advance payments received up to the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes due to be deducted at source as per applicable law and less the percentage to apply to the work not completed as indicated in the Contract Data. Additional Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any payment due to the Contractor the difference shall be a debt payable to the Employer.
60.2 If the Contract is terminated at the Employer's convenience or because of a fundamental breach of Contract by the Employer, the Engineer shall issue a certificate for the value of the work done, the reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed solely on the Works, and the Contractor's costs of protecting and securing the Works and less advance payments received up to the date of the certificate, less other recoveries due in terms of the contract and less taxes due to be deducted at source as per applicable law.
61. Property
61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the property of the Employer, if the Contract is terminated because of a Contractor’s default.
62. Release from Performance
62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Employer or the Contractor the Engineer shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which commitment was made.
63. Suspension of World Bank Loan or Credit
63.1 In the event that the World Bank suspends the Loan or Credit to the Employer, from which part of the payments to the Contractor are being made:
(a) The Employer is obligated to notify the Contractor of such suspension within 7 days of having received the World Bank’s suspension notice.
(b) If the Contractor has not received sums due to it upon the expiration of the 28 days for payment provided for in Sub-Clause 43.1, the Contractor may immediately issue a 14-day termination notice.
Works 3: Remediation works of NMK-KIE Page 78
64. Corrupt or Fraudulent Practices: 64.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent,
collusive coercive or obstructive practices, in competing for or in executing the Contract, then the Employer may, after giving 14 days notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from the Site, and the provisions of Clause 59 shall apply.
Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive, coercive, or obstructive practice during the execution of the Works, then that employee shall be removed in accordance with Clause 9 [Personnel].
For the purposes of this Sub-Clause:
(i) “Corrupt practice”7 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;
(ii) “fraudulent practice”8 is any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;
(iii) “Collusive practice”9 is an arrangement between two or more parties designed to
achieve an improper purpose, including to influence improperly the actions of another party;
(iv) “Coercive practice”10 is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence improperly the actions of a party;
(v) “Obstructive practice” is
7 “another party” refers to a public official acting in relation to the procurement process or contract execution]. In
this context, “public official” includes World Bank staff and employees of other organizations taking or reviewing procurement
decisions.
8 a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or
contract execution; and the “act or omission” is intended to influence the procurement process or contract execution.
9 “parties” refers to participants in the procurement process (including public officials) attempting to establish bid
prices at artificial, non competitive levels.
10 a “party” refers to a participant in the procurement process or contract execution.
Works 3: Remediation works of NMK-KIE Page 79
(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or
(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under Sub-Clause 23.2 [Inspections and Audits by the Bank].”
Works 3: Remediation works of NMK-KIE Page 80
F. Special Conditions of Contract
1. LABOUR:
The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport.
The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour from time to time employed by the Contractor on the Site and such other information as the Engineer may require.
2. COMPLIANCE WITH LABOUR REGULATIONS:
During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all existing labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed or notification that may be issued under any labour law in future either by the State or the Central Government or the local authority. Salient features of some of the major labour laws that are applicable to construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is taken against the Employer by the competent authority on account of contravention of any of the provisions of any Act or rules made there under, regulations or notifications including amendments. If the Employer is caused to pay or reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the Contractor, the Engineer/Employer shall have the right to deduct any money due to the Contractor including his amount of performance security. The Employer/Engineer shall also have right to recover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the Employer.
The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the Employer at any point of time.
SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK
(The law as current on the date of bid opening will apply)
a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by accident arising out of and during the course of employment.
b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days wages for every completed year of service. The Act is applicable to all establishments employing 10 or more employees.
Works 3: Remediation works of NMK-KIE Page 81
c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act Provides for monthly contributions by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are:
(i) Pension or family pension on retirement or death, as the case may be.
(ii) Deposit linked insurance on the death in harness of the worker.
(iii) Payment of P.F. accumulation on retirement/death etc.
d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in case of confinement or miscarriage etc.
e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required to be provided, by the Principal Employer by Law. The Principal Employer is required to take Certificate of Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to the establishments or Contractor of Principal Employer if they employ 20 or more contract labour.
f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by appropriate Government as per provisions of the Act if the employment is a scheduled employment. Construction of Buildings, Roads, and Runways are scheduled employments.
g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will be paid and what deductions can be made from the wages of the workers.
h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to Male and Female workers and for not making discrimination against Female employees in the matters of transfers, training and promotions etc.
i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more employees. The Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/- per month or above upto Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per month only. The Act does not apply to certain establishments. The newly set-up establishments are exempted for five years in certain circumstances. Some of the State Governments have reduced the employment size from 20 to 10 for the purpose of applicability of this Act.
j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of Industrial disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the employees or closing down the establishment.
Works 3: Remediation works of NMK-KIE Page 82
k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or more workmen (employment size reduced by some of the States and Central Government to 50). The Act provides for laying down rules governing the conditions of employment by the Employer on matters provided in the Act and get the same certified by the designated Authority.
l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen and employers. The Trade Unions registered under the Act have been given certain immunities from civil and criminal liabilities.
m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14 years of age in certain occupations and processes and provides for regulation of employment of children in all other occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry.
n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979: The Act is applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary (who has recruited workmen in one state for employment in the establishment situated in another state). The Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be provided certain facilities such as housing, medical aid, travelling expenses from home upto the establishment and back, etc.
o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act 1996 and the Cess Act of 1996: All the establishments who carry on any building or other construction work and employs 10 or more workers are covered under this Act. All such establishments are required to pay cess at the rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the establishment is required to provide safety measures at the Building or construction work and other welfare measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers near the work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the Registering Officer appointed by the Government.
p) Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a factory, health and safety provisions, welfare provisions, working hours, annual earned leave and rendering information regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing 10 persons or more with aid of power or 20 or more persons without the aid of power engaged in manufacturing process.
3. SUB-CONTRACTING (GCC Clause 7)
Please add the following as Clause 7.2:
Works 3: Remediation works of NMK-KIE Page 83
The contractor shall not be required to obtain any consent from the employer for:
(a) the sub-contracting of any part of the Works for which the Sub-contractor is named in the contract;
(b) the provision of labour; and (c) The purchase of materials which are in accordance with the standards specified in the
Contract. Beyond this if the contractor proposes sub-contracting any part of the work during
execution of works, because of some unforeseen circumstances to enable him to complete the work as per terms of the contract, the Engineer will consider the following before according approval:
- The contractor shall not sub-contract the whole of the Works.
- The contractor shall not sub-contract any part of the Work without prior consent of the Engineer. Any such consent shall not relieve the contractor from any liability or obligations under the contract and he shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents or workmen as fully as if they were the acts, defaults or neglects of the contractor, his agents or workmen.
- The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b) the sub-contractors so proposed for the Work possess the experience, qualifications and equipment necessary for the job proposed to be entrusted to them in proportion to the quantum of work to be sub-contracted.
- If payments are proposed to be made directly to that sub-contractor, this should be subject to specific authorization by the prime contractor so that this arrangement does not alter the contractor's liability or obligations under the contract.
4. ARBITRATION (GCC Clause 25.3)
The procedure for arbitration will be as follows:
25.3 (a) In case of Dispute or difference arising between the Employer and a domestic contractor relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties and shall act as Presiding arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the arbitrator
appointed subsequently, the Presiding Arbitrator shall be appointed by the President of the Institution of Engineers (India)
(Note:1. All bidders are expected to indicate clearly in the bid, if they proposed sub-contracting elements of the works amounting to more than 20 percent
of the Bid Price. For each such proposal the qualification and the experience of the identified sub-contractor in the relevant field should be furnished
Works 3: Remediation works of NMK-KIE Page 84
(b) In the case of dispute with a foreign contractor the dispute shall be settled in accordance with provisions of UNCITRAL Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties, and shall act a presiding arbitrator. In case of failure
of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the arbitrator appointed subsequently, the Presiding arbitrator shall be appointed by the * President of the Institution of Engineers (India)
. (c) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b) above within 30 days after receipt of the notice of the appointment of its arbitrator by the other party, then the * President of the Institution of Engineers (India), both in cases of the Foreign Contractor as well as Indian Contractor, shall appoint the arbitrator. A certified copy of the order of the * President of the Institution of Engineers (India), making such an appointment shall be furnished to each of the parties.
(d) Arbitration proceedings shall be held at Hyderabad, India, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English.
(e) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation, etc. of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself.
alongwith the bid to enable the employer to satisfy himself about their qualifications before agreeing for such sub-contracting and include it in the
contract. In view of the above, normally no additional sub-contracting should arise during execution of the contract.
Note 2. However, [a] sub contracting for certain specialized elements of the work is not unusual and acceptable for carrying out the works more
effectively; but vertical splitting of the works for subcontracting is not acceptable. [b] In any case, proposal for sub-contracting in addition
to what was specified in bid and stated in contract agreement will not be acceptable if the value of such additional sub-
contracting exceeds 25% of value of work which was to be executed by Contractor without sub-contracting.
Note 3. Assignment of the contract may be acceptable only under exceptional circumstances such as insolvencies/liquidation or
merger of companies etc.
Works 3: Remediation works of NMK-KIE Page 85
(f) Where the value of the contract is Rs.50 millions and below, the disputes or differences arising shall be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the parties; failing such agreement, by the appointing authority, namely the * President of the Institution of Engineers (India)
. (g) Performance under the contract shall continue during the arbitration proceedings and payments due to the contractor by the owners shall not be withheld, unless they are the subject matter of the arbitration proceedings.
5. PROTECTION OF ENVIRONMENT:
Add the following as GCC Clause 16.2:
The contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of operation.
During continuance of the contract, the contractor and his sub-contractors shall abide at all times by all existing enactments on environmental protection and rules made there under, regulations, notifications and bye-laws of the State or Central Government, or local authorities and any other law, bye-law, regulations that may be passed or notification that may be issued in this respect in future by the State or Central Government or the local authority.
Salient features of some of the major laws that are applicable are given below :
The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention and
control of water pollution and the maintaining and restoring of wholesomeness of water. 'Pollution'
means such contamination of water or such alteration of the physical, chemical or biological
properties of water or such discharge of any sewage or trade effluent or of any other liquid, gaseous
or solid substance into water (whether directly or indirectly) as may, or is likely to, create a nuisance
or render such water harmful or injurious to public health or safety, or to domestic, commercial,
industrial, agricultural or other legitimate uses, or to the life and health of animals or plants or of
aquatic organisms.
The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and
abatement of air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant',
which means any solid, liquid or gaseous substance (including noise) present in the atmosphere in
such concentration as may be or tend to be injurious to human beings or other living creatures or
plants or property or environment.
*
Works 3: Remediation works of NMK-KIE Page 86
The Environment (Protection) Act, 1986, This provides for the protection and improvement of
environment and for matters connected therewith, and the prevention of hazards to human beings,
other living creatures, plants and property. 'Environment' includes water, air and land and the inter-
relationship which exists among and between water, air and land, and human beings, other living
creatures, plants, micro-organism and property.
The Public Liability Insurance Act, 1991, This provides for public liability insurance for the purpose
of providing immediate relief to the persons affected by accident occurring while handling
hazardous substances and for matters connected herewith or incidental thereto. Hazardous substance
means any substance or preparation which is defined as hazardous substance under the Environment
(Protection) Act 1986, and exceeding such quantity as may be specified by notification by the
Central Government.
[Employers should note that the Loan Agreement between IBRD and the borrowing country may
establish specific measures to be taken during construction of the Works for the protection of the
environment. Sub-clause 16.2 should be modified/expanded to take into account such specific
A separate Environmental and Social Management Plan has been prepared for the proposed works and the contractor shall implement the recommended measures in full compliance to the Management Plan as enclosed with the Bid Documents.
Summary of the Environmental and Social Management Plan is presented in the Section 9.
Except those mentioned in the BOQ, the costs associated with the Environmental Management Plan as per the above summary will have to be considered by the contractor in his cost and is the responsibility of the contractor.
6. LIQUIDATED DAMAGES:
Sub-clause 49.1:
Please substitute the last sentence with the following:
“Time is the essence of the contract and payment or deduction of liquidated damages shall not relieve the contractor from his obligation to complete the work as per agreed construction program and milestones or from any other of the contractor’s obligations and liabilities under the contract.”
Works 3: Remediation works of NMK-KIE Page 88
Contract Data
Items marked "N/A" do not apply in this Contract.
The following documents are also part of the Contract: Clause Reference
· The Schedule of Operating and Maintenance Manuals [58]
· The Schedule of Other Contractors [8]
· The Schedule of Key Personnel [9]
· The Methodology and Program of Construction & Environmental Management Plan[27]
· The Schedule of Key and Critical equipment to be deployed [27]
On the work as per agreed program of construction
· Site Investigation reports [14]
The Borrower is Government of India / MoEF [1.1]
The World Bank means "International Bank for Reconstruction and Development (IBRD)” and
International Development Association (IDA)". and loan refers to an IBRD Loan 7924-IN/IDA Credit No. 4755-IN [1.1]
The above insertions should correspond to the information provided in the Invitation of Bids.
The Employer is
Name: Telangana State Pollution Control Board, (1.1)
Address: Paryavarana Bhavan, A-3, Industrial Estate, Sanath Nagar, Hyderabad - 18
Name of authorized Representative: Project Director / Member Secretary
The Engineer is to be notified later (1.1)
Name:
Address : TSPCB, Hyderabad
Name of Authorized Representative:
The Adjudicator appointed jointly by the Employer and Contractor is:
Works 3: Remediation works of NMK-KIE Page 89
Name: Mr. A. Guatham, SE, PHE [1.1]
Address : Hyderabad
The name and identification number of the Contract is [1.1]
Remediation of Noor Mohammed Kunta, Kattedan Industrial Area (KIE) in Rangareddy District, Telangana , and Bid No.: 003/TSPCB/CBIPMP/NMK Works/2016
The Works consist of the remediation of Noor Mohammed Kunta, Kattedan Industrial Area (KIE) in Rangareddy District, Telangana with the objective to eliminate the risks to people and environment related and to facilitate the future land use changes in to a mixed zone. The Work includes inter alia:
1. Site preparations, including the installation of a monitoring system for control of contaminant exposure via surface water, groundwater, process water, drainage water, sediments and air
2. Installation of containment cells for the application of tubes of geotextile, including the installation of a HDPE liner
3. Removal and transport of (floating) vegetation in Lake NMK and (stagnant) water ponds in KIE and subsequent composting of the material within the available project area and subsequent re-use of the compost within the available project area
4. Excavation, transport and disposal of wastes from the open hillock, (stagnant) water ponds, swamps and drains in KIE
5. Levelling of soil and rubble heaps at the open hillock in KIE to support a degree of landscaping
6. Excavation, transport and containment of sediments from 2 swamps throughout KIE
7. Excavation, transport and containment of sediments from open drains throughout KIE
8. Excavation, transport and containment of sediments from 2 stagnant water ponds in KIE
9. Excavation, transport and containment of sediments from the stream in the plains downstream of Lake NMK
10. Excavation, transport and containment of sediments from Lake NMK 11. Closure of the containment cells, including the installation of a HDPE liner and
drainage layer 12. Construction of drainage channels around the containment cells 13. Installation of a vegetative layer (top soil) on top of the containment cells and
preparing for redevelopment of the cells into green zones 14. Application of a sand layer at the bottom of Lake NMK 15. Monitoring of cover layer, surface water, groundwater, process water, drainage
water, sediments and air to control contaminant exposure
Works 3: Remediation works of NMK-KIE Page 90
The Start Date shall be the date of issue of notice to proceed with the work. [1.1]
The Intended Completion Date for the whole of the Works is 17 Months (including monsoon period) with the following milestones: [17, 28]
Milestone dates:
Milestone Activities\Month 1 2 3 4 5 6 7 8 9 1
0
1
1
1
2
1
3
1
4
1
5
1
6
1
7
Project Steps
1. Site preparation, including construction
of 2 dewatering cells x x x
2. Waste collection, transport and disposal
from open hill lock, drains, swamps and
stagnant water ponds and discharge
channel
x x
3. Sediment removal, transport and
dewatering from stagnant water pond 1,
stagnant water pond 2 and Lake NMK
x x x x x x x x x
4. Sediment removal, transport and
dewatering from drains KIE, swamp 3,
swamp 4 and the discharge channel
x x x
5. Installation of final cover layer (HDPE
liner, drainage layer & vegetation layer)
on the containment cells
x x x x
6. Installation of cover layer at the bottom
of Lake NMK and revetment of the bund x x x x x x x x x x x x
7. Final clearance of the work area
x
The following documents also form part of the Contract: [2.3]
1. Remediation Plan, Final report
2. Site Assessment Report, Final report
3. Environmental and Social Baseline Report, Final report
4. Environmental and Social Management Plan, Final report
Works 3: Remediation works of NMK-KIE Page 91
The Contractor shall submit a revised Program including Environmental Management Plan for the Works (in such form and detail as the engineer shall reasonably prescribe) within 14 days of delivery of the Letter of Acceptance. [27]
[This program should be in adequate detail and generally conform to the program submitted along with bid in response to ITB Clause 4.3 (k). Deviations if any from that should be clearly explained and should be satisfactory to the Engineer]
The Site Possession Dates shall be: [21]
30 days after the signing of the Contract Agreement
The Site is located at Kattedan Industrial Area (KIE) in Rangareddy District, Telangana [1]
and is defined in drawings nos. IND50-1/0
The Defects Liability Period is 1 year from the date of certification of completion of works. (where sectional completion certificate is issued this will apply from those dates for those sections). [35]
Insurance requirements are as under: [13]
Minimum Cover for Insurance Maximum deductible for
Insurance
(i) Works and Plant and
Materials
At least equivalent to contract
amount
as applicable as per the
insurance company
(ii) Loss or damage to
Equipment
At least equivalent to value of
equipment
as applicable as per the
insurance company
(iii) Other Property
At least equivalent to value of
other property
as applicable as per the
insurance company
(iv) Personal injury or
death insurance:
a) for other people;
Rs 500,000/- (@ Rs.1,00,000
per person per occurrence)
--
Works 3: Remediation works of NMK-KIE Page 92
Minimum Cover for Insurance Maximum deductible for
Insurance
(i) Works and Plant and
Materials
At least equivalent to contract
amount
as applicable as per the
insurance company
(ii) Loss or damage to
Equipment
At least equivalent to value of
equipment
as applicable as per the
insurance company
(iii) Other Property
At least equivalent to value of
other property
as applicable as per the
insurance company
(iv) Personal injury or
death insurance:
a) for other people;
Rs 500,000/- (@ Rs.1,00,000
per person per occurrence)
--
b) for Contractor’s Employees In accordance with the statutory
requirements applicable to India
The following events shall also be Compensation Events: Nil [44]
The period between Program updates shall be 15 days. [27]
The amount to be withheld for late submission of an updated
Program shall be 5% of Current Bill amount or minimum of Rs 1.00 Lac [27]
The language of the Contract documents is English [3]
The law which applies to the Contract is the laws of Union of India [3]
The currency of the Contract is Indian Rupees. [46]
Fees and types of reimbursable expenses to be paid to the Adjudicator [25]
Works 3: Remediation works of NMK-KIE Page 93
Amount of Rs.5,000/- per day of adjudication plus reimbursable expenses for travel are fixed as fees of adjudicator
Appointing Authority for the Adjudicator MS, TSPCB / PD, CBIPMP [26]
The proportion of payments retained (retention money) shall be 6% from each bill
subject to a maximum of 5% of final contract price [48]
The liquidated damages for the whole of the works are is ten percent of final works:
For all milestones it is calculated at 0.05% per day basis. [49]
In case the bidder / contractor delays in completion of one or more milestones, but is able to complete the entire work within the contractual completion date, then the LD deducted per milestone shall be returned.
The maximum amount of liquidated damages for the whole of the works is 10 percent of final contract price. [49]
The amounts of the advance payment are: [51]
Nature of Advance
Amount (%) Conditions to be fulfilled
Mobilisation
5% of the contract value
On submission of un-conditional Bank Guarantee. The Bank Guarantee shall be for an equivalent amount and shall be from any Nationalized/Scheduled Bank of India or from a reputed foreign Bank having corresponding Bank in India. (to be drawn before end of 20% of Contract period)
Repayment of advance payment for mobilization and equipment: [51]
The advance shall be repaid with percentage deductions from the interim payments certified by the Engineer under the Contract. Deductions shall commence in the next Interim Payment Certificate following that in which the total of all such payments to the Contractor has reached not less than 15 percent of the Contract Price or two months from the date of payment of first instalment of advance, whichever period concludes earlier, and shall be made at the rate of 5% percent of the amounts of all Interim Payment Certificates until such time as the advance has been repaid, always provided that the advance shall be completely repaid prior to the expiry of the original time for completion.
The security bank guarantee for the project will also be released on the completion of commissioning and handling over of the site and all other contractual documentation formalities.
Works 3: Remediation works of NMK-KIE Page 94
The Securities shall be for the following minimum amounts equivalent as a percentage of the Contract Price: [52]
Performance Security for 5 per cent of contract price plus additional security for unbalanced bids if applicable [in terms of ITB Clause 29.5].
The standard form of Performance Security acceptable to the Employer shall be an unconditional Bank Guarantee of the type as presented in Section 8 of the Bidding Documents.
*The date by which operating and maintenance manuals are required is within 28 days of issue of certificate of completion of whole or section of the work, as the case may be. [58]
*The date by which “as-built” drawings (in scale similar to the scale of the drawings in the tender documents) in 2 sets are required is within 28 days of issue of certificate of completion of whole or section of the work, as the case may be.[58]
The amount to be withheld for failing to supply “as built” drawings and/or operating and maintenance manuals *by the date required is Rs.5,00,000/- [58]
The following events shall also be fundamental breach of contract: [59.2]
1. The Contractor has contravened Sub-clause 7 of GCC read with SCC and Clause 9.0 of GCC
2. The contractor does not adhere to the agreed construction program and agreed environmental management plan (Clause 27 of GCC) and also fails to take satisfactory remedial action as per agreements reached in the management meetings (Clause 31) for a period of 60 days.
3. The contractor fails to carry out of the instructions of Engineer within a reasonable time determined by the Engineer in accordance with GCC Clause 16.1 and 23.1.
The percentage to apply to the value of the work not completed representing the Employer's additional cost for completing the Works shall be 20 percent. [60]
Works 3: Remediation works of NMK-KIE Page 97
CONTENTS 1 Project background
2 Location and description of the site
3 Characterization of Kadapa Landfill
4 Description of the Works
4.1 Strategy
4.2 Future site use
4.3 Contractors Responsibility
4.4 Technical Description
5 Construction period
5.1 Project steps and time schedule
APPENDICES Appendix A Project Steps &Time Schedule
1. Project background The Works consist of the remediation of Noor Mohammed Kunta, Kattedan Industrial Area (KIE) in
Rangareddy District, Telangana . The objective of this remediation project is to eliminate the risks to
people and environment originating from the observed pollutions in KIE and Lake NMK, to facilitate the
future land use changes in to a mixed zone and to support improvement of the water quality in Lake
NMK to irrigation standards.
The project is part of the Capacity Building for Industrial Pollution Management Project (CBIPMP) that
helps the Ministry of Environment & Forests (MoEF) of the Government of India (GOI), to build capacity
at the state and central level, and develop a framework to address these issues in a comprehensive and
systemic manner under an area-wide management approach.
The Telangana Pollution Control Board (TSPCB) was sanctioned a pilot project, funded by the World
Bank, for two sites; Noor Mohammed Kunta Lake in Hyderabad, and Ukkayyapalli Municipal solid waste
dumpsite in Kadapa. The Consortium of Witteveen+Bos, Tauw, COWI A/S and Kadam Environmental
Consultants under the name of Pollution Control Board Consultants (PCBC) were selected to provide the
consultancy services for both the projects. As part of this project the remediation of the NMK/KIE area
has to be implemented. The remediation work for NMK/KIE area is the object for this tender.
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 in Charge’s instructions and shall remedy any defects
in the Works.
The Contractor is responsible for the adequacy, stability and safety of all site operations and of all
methods of construction. Except to the extent specified in the Contract, the contractor is responsible for
all Contractors Documents, Temporary Works and such design of each item of the project as is required
for satisfactory completion of the project.
Works 3: Remediation works of NMK-KIE Page 98
2. Location and description of the site Noor Mohammad Kunta (NMK Lake) and Katedan Industrial Estate (KIE) in Rangareddy District, Telangana
are located in Rajendranagar municipality adjoining Hyderabad city. The location of the site is shown in
the topographic overview in Figure 1.
Figure 1 Location of the NMK/KIE area
The NMK/KIE site is heavily polluted due to presence of heavy metals, organics, inorganics etc., and has
been identified as a ‘hot spot’. The major part of this pollution originates from (historical) pollution
sources located in KIE. In the plains downstream research field of the Agricultural University of
Hyderabad are located. In the past the University filed complaints about pollution migrating from the lake
into the research fields. Water of NMK Lake flows downstream into a system of interlinked lakes and
finally reaches the Mir Alam Tank.
The KIE was developed by the Telangana Industrial Investment Corporation (TSIIC) during the 1980s.
Prior to that, there is no information of industrial pollution of the Lake and the surrounding environment
(especially the groundwater). Currently KIE cover an area of about 110 hectares and consists of
approximately 550 small and medium scale industrial units.
When the ANGRAU brought the problems to light, the KIE consisted various types of industries, both
‘polluting’ and ‘non-polluting’11, including lead extraction facilities and textile industries. During the first
decade of this century, the regulatory authorities commenced a re-location of polluting industries to
other industrial areas, and this resulted in a slight reduction of pollution levels
11 Although these terms are commonly used, there is no formal definition of a ‘polluting’ or a ‘non-polluting’
industry.
Works 3: Remediation works of NMK-KIE Page 99
The KIE is situated on the North side of the Old Kurnool Road. KIE is on the West side bordered by the
residential areas of Budvel Colony, Sri Ram Nagar and Venkateswara Colony. Along the Northern border
of KIE runs the Railway Line Secundarabad-Kurnool. Residential area Sai Baba Nagar is located between
the western border of KIE and the Inner Ring Road.
Apart from the individual industrial units and the network of roads in KIE the open central hillock area, 4
(stagnant) water ponds or swamps and the drainage lines are of special interest for the remediation
project. In the open hillock area waste is disposed off and heaps of soil and rubble are present as well. In
the (stagnant) ponds, swamps and drainage lines waste and polluted sediments have been accumulated.
Within KIE about 1,000 resident have their living quarters and about ten thousand people are (self)
employed in the estate.
The most relevant existing features at and around the KIE site are:
1. Open central hillock area
2. Stagnant water ponds (2)
3. Swamps (2)
4. Drainage lines
5. Railway line Secundarabad-Kurnool
6. Residential areas Budvel Colony, Sri Ram Nagar and Venkateswara Colony
7. Inner Ring Road and adjacent residential area Sai Baba Nagar
8. Old Kurnool Road
The most relevant features of the KIE site are shown in Figure 2.
Works 4: Remediation works of NMK-KIE Page 101
Lake NMK is a small surface water body currently having a surface area of about 6.2 ha. The depth
of the Lake ranges from 0.5 m in the edges to 3.5 m - 4 m in the deepest part. The total capacity of
the Lake has been estimated as 0.1626 MCM. The Full Tank Level of the lake is 97.70 meter. The
surface area of the lake is about 68,760 m2.
Lake NMK has two feeder channels. The channel running from the south-eastern side and joining
the Lake on the eastern side is the main feeder channel. The other channel joins the Lake in the
southern side and the stream is ~1.4 km long. Apart from these two streams the outlet of the STP
situated on the bank of NMK lake is also joining the NMK Lake. The areas to the south and south-
east of the Lake form its catchment, which in turn forms part of the catchment area of the Musi
River. The Lake therefore drains into surrounding downstream plains including the Agricultural
University and other areas.
Lake NMK is situated directly to the North-west of the railway line Secundarabad-Kurnool. On the
South-west shore of NMK Lake a 4.0 MLD Sewage Treatment Plant (STP) is situated. Between the
railway line and the STP a stretch of barren land is situated which is located within the FTL boundary
of the Lake. The bund of NMK Lake on the north-western side runs directly parallel to the
Hyderabad-Bangalore National Highway NH7. The northern half of the bund is occupied by a
cemetery which is serving the local communities. The hillocks on the north eastern side of NMK Lake
are in a process of gradual urbanisation.
Apart from the remediation works the following works will be implemented:
- construction of fences along the FTL line of the Lake and around the open hillock in KIE, prior to
start of remediation works;
- construction of a new weir, prior to start of remediation works
- Upgradation of the existing STP to 10MLD capacity along with the remediation works
After the sediments have been removed from NMK Lake, the sediments are placed in containment
cells. After the upgrading of the STP has been completed, a sand layer has to be applied on the
bottom of NMK Lake, as part of this Contract.
Works 3: Remediation works of NMK-KIE Page 102
The relevant existing features at and around NMK Lake are:
1. STP
2. Bund
3. Culvert to the East
4. Culvert to the South
5. Railway line Secundarabad-Kurnool
6. Residential area to the North
7. Hyderabad-Bangalore National High Way NH7
8. Residential area to the South
9 Current outlet
10 Position of new weir
11 Position of new fences
12 Cemetery
The most relevant features of NMK Lake are shown in Figure 3.
Figure 3 Most relevant features of NMK Lake
Works 3: Remediation works of NMK-KIE Page 103
In the plains downstream of NMK Lake a small discharge channel is present. This discharge channel
conveys the discharge of NMK lake into Silon chevuru. The length of the discharge channel in the
plains is about 740 meter. The discharge channel has a maximum width of about 2.25 meters and is
less than 1 meter deep. On average it contains a 0.3 m thick layer of polluted soil at the bottom of
the channel,
Directly adjacent to both sides of the discharge channel the student research farms of agricultural
production fields (paddy, other crops and/or grass) of the University are positioned. A small
University road crosses the discharge channel at about 200 meter above its mouth into Silon
chevuru. At this crossing a small culvert conveys the discharge water. The small road is directed
towards the main entrance of the University complex on NH7.
Works 3: Remediation works of NMK-KIE Page 104
The relevant existing features in the plains downstream are:
1. Discharge channel
2. NMK Lake
3. Silon Chevru
4. Culvert in the discharge channel
5. Small University Road
6. Hyderabad-Bangalore National High Way NH7
8. Agricultural fields adjacent to the discharge channel
10 Position of new weir
The most relevant features of the plains downstream are shown in Figure 4.
Figure 4 Most relevant features of plains downstream
Works 3: Remediation works of NMK-KIE Page 105
In the Metropolitan Development Plan 2031, the NMK/KIE area is destined as mixed zone. The plains
downstream remain dedicated to the Agricultural University.
3. Characterization of NMK/KIE area
The investigation of NMK/KIE was carried out in 2011 and 2012 and the following estimates of the
volumes of wastes, polluted soil and polluted sediments may have changed due to ongoing
deposition of waste and accumulation of sediments since the end of the investigations. Also the
current topographic situation may have been slightly altered since the surveys which were
conducted in 2012.
General characterization of NMK/KIE area
In general the KIE area is characterized by thin layers of topsoil covering more hard strata directly
underneath. The topsoil is KIE is in general impacted by industrial activities in the area resulting in
significantly increased heavy metal pollution with amongst others lead. Locally the topsoil is also
polluted with other heavy metals and organic compounds such as TPH.
Within individual industrial units site specific hot spots have been identified. In the soil those hot
spots are in general contained within the industrial units itself. Industrial activities of some units
have also resulted in plumes of groundwater pollution. Although those plumes are not always
limited to the perimeters of the individual industrial units, they did not resulted in an significant
general impact of the groundwater underneath KIE.
An large extent of the groundwater underneath KIE shows only limited evidence of being impacted
by the industrial activities of the past. The groundwater underneath NMK Lake and the plains
downstream show even less evidence of being impacted by such activities.
In general there is a clear relation between the observed contaminations in KIE, NMK and the plains
downstream. Concentrations of contaminants show a clear decrease in the down gradient direction.
Works 3: Remediation works of NMK-KIE Page 106
Apart from distance, the actual decrease strongly depends on the estimated travel time. The longer
the distance and/or travel time the lower the concentrations tend to be.
As the remediation works are mainly targeting on the wastes present in the open hillock area, and
the sediments as present in the swamps, stagnant waters and open drains of KIE, NMK Lake and the
discharge channel in the plains, in the following sections more detailed information is provided
about those sub-sites.
Waste, soil and rubble in open hillock area KIE
TSIIC has recently collected all waste present in the verges and open common areas in KIE. All waste
have been temporarily stored in the central open hillock area. TSIIC has indicated that a volume of
about 1,000 m3 of waste has been collected and temporarily stored in the central open hillock area.
In addition to the waste TSIIC has also collected heaps of soil and rubble from the verges of the road.
TSIIC has disposed the collected materials on the basis of visual observations in the following 4
depots:
Containing only soil;
Containing soil and rubble;
Containing ashes and slacks
Containing different types of waste.
Waste already present in the hillock area before TSIIC’s waste collection activities in KIE has been left
as it was dumped. The amount of waste originally present in the central open hillock area is
estimated at about 2,500 m3, bringing the total amount of waste currently present in this area at
3,500 m3. It is assumed that in this volume about 10% of soil is included which has been mixed up
with the waste.
Waste has in the past been disposed off in an unorganized manner in the open hillock area of KIE.
Waste is scattered all over this area, thickness of waste layers can vary significantly and is sometimes
‘hidden‘ under layers of disposed topsoil.
Works 3: Remediation works of NMK-KIE Page 107
The different types of waste present varies significantly, amongst other but not limited to that the
following types of waste have been identified to be present:
Municipal solid waste;
Slacks and ashes
Production residues
Biochemical wastes
Asbestos containing material
Etc…
Heaps containing soil and/or inert rubble (bricks, concrete and cement, free of visual signs of
contamination) are under this project not considered to be waste and can be applied for a limited
amount of landscaping.
Sediments and drainage waters in open drains KIE
The sediments in the open drains contain significantly increased levels of heavy metals. Especially
high concentrations of chromium, copper, lead and zinc are present. In addition high levels of
antimony, barium, TPH and cresols have been encountered.
In the surface water of the open drains in general high levels of lead are present. Locally extremely
high concentrations of chromium, copper and zinc and elevated levels of cresols have been reported
due to incidental discharge of industrial waste water.
In table 3.1 the investigation results for the open drains are summarized with regard to observed
minimum, maximum and geometric mean concentrations of the identified Components of Potential
Concern (CoPC’s).
Table 3.1. Observed concentration in Open Drains KIE
Value type Unit Cr Cu Zn Pb Barium Cresols TPH
Sediment
Geom. mean mg/kg 433.11 1,038.67 1,415.33 1,043.22 360.00 10.00 2,055.56
Min value mg/kg 15.00 24.00 74.00 79.00 360.00 10.00 110.00
Works 3: Remediation works of NMK-KIE Page 108
Max value mg/kg 2,000.00 4,600.00 4,200.00 2,900.00 360.00 10.00 6,700.00
Surface water
Geom. mean ug/L 352.60 425.14 7,288.89 265.02 120.00 1,400.00 822.00
Min value ug/L 2.40 <0.5 30.00 5.20 120.00 1,400.00 68.00
Max value ug/L 2,300.00 3,400.00 59,000.00 930.00 120.00 1,400.00 1,800.00
In table 3.2 the volume of contaminated sediments present in the open drains has been assessed.
Table 3.2. Volume of sediments in open drains KIE
Length
(m) Width (m)
Thickness
(m)
Volume
(m3)
3,000 0.5 0.2 300
In addition a certain amount of waste may be present in the drains.
Swamps and stagnant waters
In KIE 2 swamps and 2 stagnant water ponds have been identified. The position of those swamps
and stagnant water ponds in KIE have been presented on Drawing No. IND50-1/04 (stagnant water
ponds 1 and 2 and swamps 3 and4).
The sediments in the investigated swamps and stagnant water ponds contain in general significantly
increased levels of chromium, copper, lead and zinc. In addition high levels of TPH have been
encountered.
In the surface waters elevated levels of TPH were detected. Apart from an elevated level of lead in
the surface water at the open hillock, no significantly increased concentrations of heavy metals were
reported in the surface water of the swamps and stagnant water ponds.
The investigation results have been summarized in table 3.3.
Works 3: Remediation works of NMK-KIE Page 109
Table 3.3. Observed concentration in swamps and stagnant waters at KIE
Value
type Unit Ni Cr Cd Cu Zn Pb Hg TPH
Sediment
Geom.
mean mg/kg 7.06 516.97 300.44 195.61 1,264.16 959.42 1.45 1,470.17
Min
value mg/kg 14.44 23.70 1.10 7.97 81.40 20.30 <0.1 22.40
Max
value mg/kg 43.53 2,965.58 1,200.00 832.80 5,900.00 6,600.00 22.70 9,962.00
Surface
water
Geom.
mean ug/L 24.81 10.19 5.03 10.00 106.86 114.66 0.13 580.00
Min
value ug/L <0.5 <0.1 <0.4 <0.5 11.00 5.00 <0.5 <50
Max
value ug/L 60.00 40.00 32.00 26.00 430.00 700.00 0.33 1,900.00
The volumes of contaminated sediments and clay present in the investigated stagnant water ponds
1 and 2 are presented in table 3.4.
Table 3.4. Volumes of sediment and clay in stagnant water ponds
Substance Thickness (m) Surface (m
2)
Volume (m3)
Stagnant water pond
1
Sediment 1.0 1,084 1,084
Clay 0.2 1,084 216
Stagnant water pond
2
Sediment 1.5 3,440 5,160
Clay 0.5 3,440 1,720
Works 3: Remediation works of NMK-KIE Page 110
The estimated quantities of sediments and soil in swamp3 are respectively 100m3 and 250m3 in
total. Those volumes are present in an estimated area of 20 by 25 meters.
In swamp 4 the amount of sediment is estimated at 100 m3. The amount of soil in this swamp is as
well estimated at 100m3. Those volumes are present in an estimated area of 20 by 20 meters.
In addition a certain amount of waste will be present in the swamps, stagnant water ponds and the
channel in the plains. This volume of waste is estimated at 100 m3.
Sediment and surface water of NMK Lake
Based on the field observations, surveys and analytical results, the sediment and clay layers of NMK
Lake are contaminated with heavy metals (mainly lead and copper) and TPH. In the sediments and
top of the clay layer positioned directly underneath the sediments of the lake, pink dyes were
observed to be present. In the native sandy clay with gravel, underneath the clay layer with pink
dyes, no significant elevated concentrations of heavy metals or TPH are present.
No significantly increased levels of contaminants were observed in the surface water of NMK Lake.
In the surface water from the inlet at the south side of NMK Lake a significantly increased level of
TPH was measured.
In table 3.5 the investigation results for the sediments, clay and surface water of NMK Lake are
summarized.
Table 3.5. Observed concentration in sediment and surface water of NMK Lake
Sub
component
sites
Value type Unit Hg Cd Cu Pb TPH
Sediment
Geom.
mean mg/kg 1.64 48.48 125.76 590.78 6,613.73
Min value mg/kg <0.1 <0.4 7.20 16.00 <0.1
Works 3: Remediation works of NMK-KIE Page 111
Max value mg/kg 37.00 1,292.70 940.00 4,623.40 44,000.0
0
Surface
water
Geom.
mean ug/L 0.07 BDL 5.93 17.61 118.29
Min value ug/L <0.05 BDL <0.5 <0.5 <50
Max value ug/L 0.17 BDL 24.00 59.00 560.00
Based on the topographic survey and the sediment investigation, the volume of sediments is
estimated at 32,317 m³ and the volume of contaminated clay at 13,752 m³. These amounts are
based on an average sediment thickness of approximately 0.47 m and an average clay thickness of
approximately 0.2 m over a total area of 68,760 m2. These volumes have been summarized in table
3.6.
Table 3.6. Volumes of contaminated sediment and clay in NMK Lake
Substance Thickness (m) Surface (m2) Volume (m3)
Sediment 0.47 68,760 32,317
Clay 0.2 68,760 13,752
Sediment and surface water in the plains downstream
The sediment in the open drain contains locally significantly increased levels of lead and TPH. The
concentrations are increasing from the beginning to the end of the open drain. In the surface water
elevated levels of lead were observed. The observed concentrations are summarized in table 3.7.
Table 3.7. Observed concentrations in sediment and water of the plains
Value type Unit Cu Zn Pb TPH
Sediment Geom.
mean mg/kg 40.58 465.87 312.42 2,300.16
Works 3: Remediation works of NMK-KIE Page 112
Min value mg/kg <0.5 14.00 10.00 3.8
Max value mg/kg 184.56 1,297.20 2,187.18 46,000.00
Surface
water
Geom.
mean ug/L 6.25 37.17 35.02 108.00
Min value ug/L <5 <10 <0.5 <50
Max value ug/L 20.00 110.00 93.00 360.00
The volume of polluted sediment in the stream is estimated at about 500 m3. In addition a certain
amount of waste will be present in the discharge channel.
Physical characteristics of NMK Lake
With regard to Lake NMK at least three critical physical conditions have to be taken into
consideration. These are:
- Water balance of the lake
- Vertical equilibrium of confined groundwater pressure versus combined weight of surface water,
sediment and the impermeable clay layer
- Bund stability
The delicate water balance of the lake greatly depends on the presence of the clay layer
underneath the sediments of the lake. For this reason damage to this clay layer has to be
prevented by all means. This clay layer can amongst other loose it’s integrity through uncontrolled
excavation or dredging or loss of vertical equilibrium through uncontrolled outflow of surface
water from the NMK Lake.
Given the limited volume of the water balance of NMK Lake and the requirement to maintain the
vertical equilibrium of the clay layer by all means, the potential loss of (process) water from the
Lake requires careful considerations.
Works 3: Remediation works of NMK-KIE Page 113
NMK Lake is contained behind a bund parallel to NH7. In this respect bund stability has to be
maintained by all means.
Given the presence of the graves and for esthetical reasons the height of the bunds should not be
more than about 1.5 meter above FTL. This is the current design height of the bund.
Extensive drainage patterns are observed at the outer sections of the bund. This is especially the
case at the graveyard. This observation can be an indication that the bund is not in the best
conditions at this section and is leaking water.
4. Description of the Works (elaborated area wise i.e., NMK, KIE (swamps, open
areas, drains) and Plains)
The selected remediation measures for the NMK/KIE area are a combination of measures included in
the so called “Bund and On-Site Containment Options” which have been elaborated in the final
remediation plan.
In KIE the remediation measures aim at the collection of waste, polluted topsoil and sediments
which are present in the public areas of the open hillock, the drains, swamps and stagnant water
ponds. Although the measures will not lead to a complete remediation of KIE, the direct inflow of
polluted material into Lake NMK will be reduced to acceptable levels and the surface water runoff
structure will be improved in such a manner that it will be able to trap polluted sediments before
they enter Lake NMK. Waste will be transported to off-site disposal facilities, the sediments will be
contained in tubes of geo-textile in stagnant water pond 2.
In Lake NMK the polluted sediments will be removed through dredging. The collected sediments will
be dewatered, stabilized and contained in tubes of geo-textile. The tubes with sediments will be
placed in containment cells along the bunds of the Lake. After the sediments have been removed, a
sand layer will be installed on the floor of the Lake. This sand layer should prevent that after
remediation the residual pollution present in the clay layer can migrate into the surface water of the
Lake.
Works 3: Remediation works of NMK-KIE Page 114
In the past small volumes of polluted sediments have entered the discharge channel in the plains. It
is expected that after remediation this will no longer be possible. To reduce the impact of the past,
the polluted sediments will be excavated and transported to KIE for permanent containment in
tubes of geo-textile in stagnant water pond 2.
Based on the recommendations of the Technical Evaluation Panel (TEP) it was decided to contain the
sediments as far as practically feasible from the surface waters of the NMK Lake.
In addition it was decided upon the recommendations of the TEP to include plastic liners (2 mm
HDPE) in the design of the containment cells.
After the remediation of the area, the containment cells shall be closed in order to be re-instated as
a green zone with the aim to prevent re-contamination of these sub-sites.
4.1 Strategy
Historical industrial activities have lead to significant pollution in KIE, NMK and the plains. Current
activities in KIE and NMK still contribute to the overall pollution load in the area.
The general objective of remediation of the site is the removal of (unacceptable) risks to people and
environment related to soil, sediment, surface water and groundwater pollutions present at the KIE,
NMK Lake and the plains of the Agricultural University.
The TSPCB envisions the following end-result of the entire project by the end of 2015:
- No more contamination of the water in Lake NMK due to polluted aquatic sediment.
- The human and ecological risks currently posed by Lake NMK are taken away.
- Sustainable water quality in the lake should at least comply with the irrigation standards.
- The lake area is fit for recreational use, visitors do no longer experience unpleasant odour or visual
observations, while the embankments and lake fringe have undergone a significant ecological
restoration and or beautification.
- Further industrial and domestic pollution is prevented.
Works 3: Remediation works of NMK-KIE Page 115
- Spread – horizontal and vertical – of polluted groundwater, underlying the lake, the KIE and the
research fields of the Agricultural University, is prevented or controlled.
This would be the end situation of the project and is based on the assumption that key-stakeholders
will contribute significantly to the sustainability of the project. Key stakeholders are several
Governmental departments like the HMDA, the TSIIC and the KIE Association of Small Scale
Industries.
To reach this end situation an area wide strategy has to be implemented. The works under the
subject Contract will facilitate the implementation of this area wide strategy.
The remediation works under this contract aims at establishing the following objectives:
The pollution load present in the sediments of NMK Lake and the small stream in the
plains has to be remediated. Remediation will be done by means of excavation or dredging and on-
site containment. Any remaining on-site pollution has to be controlled and should no longer pose
unacceptable human and ecological risks.
The following pollution sources in KIE have to be remediated under this contract on
priority basis:
o Collection and off-site disposal of (temporarily) stored waste in the open hillock area.
o Cleaning of existing drains and on-site containment of collected sediments.
o Remediation of polluted sediments in selected swamps and stagnant water ponds
through excavation or dredging and on-site containment.
o Installation of check dams in stagnant water ponds to stop uncontrolled inflow of
contaminated surface waters. Its anticipated that further improvements with regard to water
collection and treatment will be implemented under a separate works contract for the upgradation
of the STP.
Ecological restoration, beautification and landscaping will support sustainable remediation of NMK
Lake and the open hillock area where deemed practically feasible.
Thus the remediation of the NMK/KIE area under this Contract comprises of the following steps:
Works 3: Remediation works of NMK-KIE Page 116
1. Site preparations, including the installation of a monitoring system for control of contaminant
exposure via surface water, groundwater, process water, drainage water, sediments and air for
the workmen and surrounding environment and population.
2. Installation of containment cells for the application of tubes of geotextile, including the
installation of a HDPE liner. Installation of barrier layers as per the specifications of HWM Rules
2008.
3. Removal and transport of (floating) vegetation in Lake NMK and swamps and stagnant water
ponds in KIE and the remaining part of the project area and subsequent composting of the
material and subsequent re-use of the compost within the available project area.
4. Excavation, transport and disposal of wastes from the open hillock, swamps, stagnant water
ponds and drains in KIE and the open channel in the plains.
5. Levelling of soil and rubble heaps at the open hill lock in KIE to support a degree of landscaping.
6. Excavation, transport and containment of sediments from 2 swamps throughout KIE.
7. Excavation, transport and containment of sediments from open drains throughout KIE.
8. Excavation, transport and containment of sediments from 2 stagnant water ponds in KIE.
9. Excavation, transport and containment of sediments from the stream in the plains downstream
of Lake NMK.
10. Excavation, transport and containment of sediments from Lake NMK.
11. Closure of the containment cells, including the installation of a HDPE liner. Installation of barrier
layers as per the specifications of HWM Rules 2008..
12. Construction of drainage channels around the containment cells.
13. Installation of a vegetative layer (top soil) on top of the containment cells and preparing for
redevelopment of the cells into green zones. Topsoil for the vegetative layer should be ordinary
earth of native origin and should support the redevelopment of containment cells into a green
zone
14. Application of a sand layer at the bottom of Lake NMK.
15. Monitoring of cover layers, surface waters, groundwaters, process waters, drainage waters,
sediments and air to control contaminant exposure throughout the entire project area.
Works 3: Remediation works of NMK-KIE Page 117
4.2 Future site use
Open hillock area in KIE
The open hillock area in KIE will be completely fenced before the start of the remediation works
under this Contract. After all the wastes have been collected and transported to an off-site waste
disposal facility, the heaps off soil and inert rubble will be levelled in such a way that it facilitates a
minimum of landscaping. The objective of this limited landscaping is to smooth the surface of the
area and to fill the major depressions where stagnant water can accumulate. It is expected that a
certain degree of landscaping will support the area wide effort in KIE to stop illegal waste dumping.
The landscaping only allows for shallow rooting (grassy) vegetation, no further dumping of waste
and illegal quarrying is possible on it. For the time being the area will not be made accessible for the
public.
Drains
Once the drains in KIE have been cleaned further appropriate management of the drains falls under
the responsibilities of TSIIC. Potential impacts caused by the remediation works under this Contract
have to be restored before the responsibility of the drains is given back to TSIIC.
Swamps 3 and 4
Under the remediation works of this Contract swamps 3and 4will be cleaned from waste and
sediments. In addition the capacity of the swamps will be increased by removing a limited amount of
waterlogged topsoil directly around the centre of the swamps.
Once the swamps in KIE have been cleaned further appropriate management of the swamps falls
under the responsibilities of TSIIC. Potential impacts caused by the remediation works under this
Contract have to be restored before the responsibility of the swamps is given back to TSIIC. The
same applies for the stagnant water ponds 1 and 2.
Stagnant water ponds 1 and 2 near the pump house and the railway track
Works 3: Remediation works of NMK-KIE Page 118
Under the remediation works of this Contract the stagnant water ponds will be cleaned from waste
and sediments. In addition the capacity of the ponds will be increased by removing waterlogged
polluted topsoil directly around the centre of the ponds.
To prevent direct inflow of polluted drain water in NMK Lake a total of 4 check dams will be installed
under this Contract. These check dams will facilitate the stagnant water ponds to function as
sediment traps.
The check dams and sediment traps will require monitoring to ensure their functioning, integrity and
stability. Trapped sediments have to be removed from the sediment traps when this is deemed
appropriate for maintenance reasons. Those collected sediments have to be disposed to an off-site
disposal facility.
After remediation, ground works or groundwater extraction in the area need to be restricted and
can only be executed with prior approval of the competent authorities.
Containment cell in stagnant water pond 2.
For the on-site containment of the sediments from KIE and the discharge channel in the plains, part
of the stagnant water pond adjacent to the pump station can be used. The total available footprint
of the containment cell in this position is about 50 by 85 meters. For the effective storage of
sediments in the tubes of geotextile remains thus an area of about 30 by 65 meters in the middle of
the containment cell.
To be able to accommodate all sediments from KIE and the discharge channel in the plain, the
future containment cell is expected to have a height of approximately 6 m above the surrounding
area. The actual height shall be the result of the effective dewatering of the sediments and hence
variation of the final height is expected to be between 5 and 7 m. With a flat top and 1: 3 side slopes
on all sides, it will be a distinct feature. The top cover only allows for shallow rooting (grassy)
vegetation and no construction is possible on it. For the time being the area will not be made
accessible for the public.
Works 3: Remediation works of NMK-KIE Page 119
The top cover as well as the groundwater underneath the site will require monitoring to ensure that
no further exposure to the contaminants can take place. After rehabilitation, ground works or
groundwater extraction in the area need to be restricted and can only be executed with prior
approval of the competent authorities.
NMK Lake
The sediments in NMK Lake will be removed and contained in cells along the bunds of the Lake.
Once the upgradation of the STP and water collection management system have been completed
(under a separate Contract), a sand layer will be applied on the bottom of NMK Lake. The application
of the sand layer is the final remediation activity under this Contract.
After the sand layer has been applied, the bund of NMK Lake will be made accessible to the public.
As it is anticipated that water will not meet bathing standards, swimming in the lake has to be
restricted. Potential for fishing has to be assessed on the basis of future monitoring results. Given
the vulnerability of the applied cover layer of sand on the floor of the Lake no construction is
possible on it and human induced turbulence of the water should be avoided.
The cover layer of sand as well as surface water and the groundwater underneath the lake will
require monitoring to ensure that no further exposure to the contaminants can take place. After
remediation, ground works or groundwater extraction in the area need to be restricted and can only
be executed with prior approval of the competent authorities.
Containment cells in NMK
For the on-site containment of the sediments from NMK Lake, the bunds along the perimeter of the
Lake can be applied. Along the western and northern bunds an 10 meter wide containment cell with
a total length of about 500 meter can be installed. In the south-eastern corner of the Lake a
containment cells of about 6,500 m2 can be installed. Part of the outer perimeter of those
containment cells will consist of gabions.
To be able to accommodate all sediments from NMK Lake, the future containment cell is expected to
have a height of approximately 2 m above the surrounding area. The actual height shall be the result
Works 3: Remediation works of NMK-KIE Page 120
of the effective dewatering of the sediments and hence variation of the final height is expected to be
between 1.5 and 2.5 m. The top cover only allows for shallow rooting (grassy) vegetation and no
construction is possible on it. For the time being the area will not be made accessible for the public.
The top cover as well as the groundwater underneath the site will require monitoring to ensure that
no further exposure to the contaminants can take place. After rehabilitation, ground works or
groundwater extraction in the area need to be restricted and can only be executed with prior
approval of the competent authorities.
Discharge channel in the plains
After the sediments in the discharge channel have been excavated and transported to one of the
containment cells the site will return to its original functions. Any impacts caused by the remediation
works on the adjacent agricultural fields or the transport route have to be restored to its initial
conditions.
4.3 Contractors Responsibility
The present Tender is an Item Rate Tender. The technical designs, drawings and quantities are
presented in the Tender Documents; in case any details are not included the same should be
brought to the notice of the Empoyer well in advance of filling of the Tender prior to the submission
date. Contractor should carry out a thorough site visit and based on their estimations quote for the
tender as per BOQ.
Bidders are responsible and accountable for overall stability and performance of the entire
construction works of the Remediation Works (as specified in these tender documents) and shall
take a guarantee of successful completion of works with Defect Liability period of 1 year and further
Operation and Maintenance (for at least 5 years) as per the applicable guidelines (including latest
revisions) and standard design practices.
4.4 Technical Description
Works 3: Remediation works of NMK-KIE Page 121
A. Creation of Working Area: Prior to any dredging of sediments or excavation of wastes a working
area and project office have to be established at barren land directly to the South of the Sludge
drying beds of the current STP. Access to the area is through a temporary road construction between
NH7 and the barren land. From this working area the contractor can access the entire Lake NMK, by
boats or pontoons. If the Contractors prefers to construct temporarily access roads between this
working area and the projected containment cells in Lake NMK, he is free to do so as long as any
polluted sediments present at the projected alignment of such roads have been removed prior to
their construction.
If the Contractor requires additional working space he is allowed to use a portion of the open hill
lock area in KIE for this reason, once the wastes present in this section of the area has been
removed.
B.Establishment of a Monitoring System: Prior to any dredging of sediments or excavation of
wastes, a monitoring system has to be installed in the project area and a baseline monitoring round
has to be carried out. The monitoring system has to cover contaminant exposure resulting from the
remediation works via surface water, groundwater, process water, drainage water, sediments and
air in KIE, NMK Lake and the plains downstream.
In addition the groundwater pollution in the southwest of KIE has to be investigated. The
monitoring has to delineate this pollution and to characterize its source zones.
The design of the required monitoring wells is presented in Drawing No.IND50-1/05 ((Refer to
Section VI). Further requirements with regard to the monitoring and baseline investigation are
presented in Section 5 (General Items and Particular Specifications).
C. Construction of Containment Cells: Prior to any dredging of sediments the bottom structures of
the containment cells have to be constructed. The footprint of the containment cells along the
bunds of the Lake are 100 by 10 meter, 200 by 10 meter, 200 by 10 meter and 100 by on average 65
meters. The footprint of the containment cell in the stagnant water pond adjacent to the pumping
station is about 85 by 50 meter.
Works 3: Remediation works of NMK-KIE Page 122
The bottom liner of HDPE 2mm has on both sides to be protected with a sand layer. The sand should
be well graded and free of sharp objects and or particle larger than 5 millimetre. The sand layer on
top of the liner has to contain at least 5 kg of active carbon per square meter of surface. This layer
has also to be equipped with a sufficient number of drains for the effective extraction of process
water.
On all sides the floor of the containment cells has to be encircled by a ring dyke of ordinary
earth/sand with inner and outer slopes not steeper than respectively 1:1 and 1:3 and a minimum
crest width of 1 meter. The height of the dyke has to be at least the same as the effective filling
height of the selected tubes of geotextile. In Lake NMK this ring dyke is replaced by a gabion
structure or the existing bunds.
The HDPE 2 mm liner of the floor has to extended on the inner slope of the dykes until it reaches the
crest which it should fully cover. The HDPE liner on the inner slopes and crest has to be roughened
on both sides. Here again the liner has to be protected on both sides with similar sand layer of at
least 0.5 meter thick or a non-woven geotextile.
The HDPE liner has to achieve a permeability coefficient of less than 1 x 10-7 cm/sec.
With regard to the design of the containment cells along bunds and hillock and in south eastern
corner of Lake NMK and in stagnant water pond 2 reference is made towards Drawing Nos IND50-1-
5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10, IND50-1-5-11, IND50-1-2-1, IND50-1-2-2
and IND50-1-2-3 (Refer to Section VI).
D. Clearing of Vegetation: NMK Lake is encircled with a layer of floating vegetation. In the swamps
and stagnant water ponds of KIE also vegetation is present. Furthermore vegetation and stumps
have to be removed from other project areas such as the containment cells.
Vegetation free of soil has to be shredded upon collection and composed at authorized composting
facilities in the vicinity of the project site. The resulting compost can be applied as a soil additive in
the topsoil layers of the containment cells and the landscaped parts of the open hilock area in KIE.
Works 3: Remediation works of NMK-KIE Page 123
E. Works at Open Hillock area, :During the remediation works all waste have to be removed from the
open hillock in KIE. The waste present in the open hillock has to be separated in hazardous waste,
non-hazardous waste, municipal waste and/or any other category which facilitates the most
efficient and safe off-site disposal strategy. Detailed field surveys should establish the exact
positions, extent and type of waste present in the open hillock area of KIE. Where deemed
appropriate field investigation have to include trial excavations and chemical testing. Field
investigation should be such that it can be guaranteed that all waste present within the open hillock
area will be identified for final removal.
Excavated waste have to be loaded directly onto trucks which can be closed and sealed off after they
have been loaded. Once fully loaded the trucks have to transport the waste to the appropriate
disposal facilities, which meet the requirements for the specific type of waste loaded in that specific
truck. Transport documents have to provide the exact details of the type of waste transported, the
weight, the time of transport, the name of the receiving authorised disposal facility etc.. Those
documents have to be countersigned by the operator of the specific authorised disposal site.
After complete removal of all waste in the open hillock area of KIE the soil and inert rubble heaps
have to be levelled with the objective to obtain a limited degree of landscaping. Inert rubble has to
be covered with at least 1.0 meter of soil. Stagnant water ponds and depressions are preferably
filled up to the level of the surroundings. The landscaping principle is presented in Drawing No.
IND50-1-6-3 (Refer to Section VI)
F. Works in swamps and ponds of KIE: In addition waste present in the drains, stagnant water
ponds and swamps of KIE and the discharge channel in the plains has to be separated from the
sediment and transported to an authorised off-site disposal facility as soon as a full truck load has
been collected. Separation can be done by hand or by sieving. Separation is only required for waste
which cannot be pumped into the tubes of geotextile. Awaiting transport the waste has to be
temporarily stored in a closed compartment or containers.
Sediments and water logged topsoil can be excavated from swamps 3 and 4 with standard hydraulic
excavator. A total volume of 200 m3 of sediments and 350 m3 of soil have to be removed from the 2
Works 3: Remediation works of NMK-KIE Page 124
swamps in total. The required excavation depths are presented on Drawing Nos. IND50-1-3-1,
IND50-1-3-2, IND50-1-3-3, IND50-1-4-1, IND50-1-4-2 and IND50-1-4-3 (Refer to Section VI).
Excavated sediments and soil have to be transported in closed dumpers to the stagnant water pond
2 adjacent to the collector station. Here they can be disposed of in a temporary depot, awaiting final
placement in the containment cell situated over here. As long as the temporary depots are situated
within the footprint of the stagnant water ponds no dedicated protection measures are required.
In recent years the stagnant water ponds behind the railway track and adjacent to the collector
station were completely filled up with accumulated sediments. To restore the efficiency of the
sediment trap it is necessary to remove the sediments and to enlarge the capacity of the stagnant
water ponds by excavation part of the topsoil. A total volume of 6,244 m3 of sediment and 1,936 m3
of soil has to be removed or excavated. In Drawings Nos. IND50-1-1, IND50-1-1-2 and IND50-1-1-3
(Refer to Section VI) the required excavation profiles have been presented.
The excavated soil and sediment have to be transported to one of the constructed containment cells
for de-watering and final containment. After dredging the sediments can be directly pumped to
those cells with a floating pipe line. Soil can either be moved by excavators and dozers or a
combination of a tractor and closed dumper. If work optimizing requires so, soil and sediment from
stagnant water pond 2 can be transported to and applied in the containment cells which are
projected to be constructed around Lake NMK.
G. Works in Drains of KIE: The drains in KIE are either lined are unlined. In Drawing No. IND50-1-6-6
(Refer to Section VI) the drains to be cleaned are presented. Cleaning should start in the upstream
sections of the drains and proceed from there in the downstream direction.
In the lined section all sediment have to be removed by manual labour, while taking into account all
required health and safety precautions.
In the unlined sections sediments can be removed either by manual labour or small excavators
which are suitable for the specific conditions. In the unlined sections only the soft sediments present
should be removed. Excavation of soil beyond the design contours of the drains has to be avoided.
Works 3: Remediation works of NMK-KIE Page 125
It is estimated that a total volume of 300 m3 of sediments has to be removed from the drains in the
entire KIE area.
Removed sediments have to be directly loaded on closed dumpers and transported to the stagnant
water pond adjacent to the pump station. Here they can be disposed of in a temporary depot,
awaiting final placement in the containment cell situated over here. As long as the temporary depots
are situated within the footprint of the stagnant water ponds no dedicated protection measures are
required.
H. Works in the discharge channel situated in the Plains: The soft top sediments from the discharge
channel in the plains downstream have to be removed with a hydraulic excavator. In Drawing No.
IND50-1-7-1 (Refer to Section 6) the position of the discharge channel and the expected excavation
profile are presented. Cleaning should start in the upstream sections of the discharge channel from
the outlet of lake NMK and proceed from there in the downstream direction.
As the sides of the discharge channel can only be approached during the dry season when there are
no longer crops present in the fields, the execution of this part of the work is limited to this season
only. Excavation and transport works have to be closely coordinated with responsible staff from the
University and have to be executed in line with their instructions for approval.
Excavation of soil beyond the design contours of the discharge channel has to be avoided.
It is estimated that a total volume of 500 m3 of sediments has to be removed from the discharge
channel.
Removed sediments have to be directly loaded on closed dumpers and transported via University
roads and public roads to the stagnant water pond adjacent to the pump or collector station. Here
the sediments can be disposed of in a temporary depot, awaiting final placement in the containment
cell situated over here. As long as the temporary depots are situated within the footprint of the
stagnant water ponds no dedicated protection measures are required.
Works 3: Remediation works of NMK-KIE Page 126
I.Works at Lake NMK: Previous investigation has shown that the sediments and clay layer at the
bottom of Lake NMK are significantly contaminated with TPH and heavy metals. Given the fact that
the clay layer is an essential prerequisite for the mere existence of Lake NMK this clay layer will not
be excavated and its integrity has to be protected by all means. The polluted sediments have
however to be removed by dredging. A total of 32,317 in-situ m3 of sediments have to be removed.
In Drawing No. IND50-1-5-1 (Refer to Section VI) the position and thickness of the sediment layer as
off 2012 are presented. Drawing No. IND50-1-5-2 (Refer to Section VI) presents the situation after
the sediments have been removed.
Before dredging of the sediment starts the Contractor has to conduct a continuous survey of the
thickness of the sediment layer and also the height and position of the top of the clay layer in Lake
NMK. For this, a Sub Bottom Profiling investigation (SBP) needs to take place by the use of a
sediment echo sounder suitable for operation in extreme shallow waters verified by undisturbed
sediment sampling in liners or an equivalent (combination of) methodology(ies). The contractor has
to submit a detailed methodology for approval of the Engineer.
This survey has to result in a digital 3D model of the sediment and clay layer. The accuracy of the 3D
model should be such that the thickness of the sediment at any position in the lake is known within
+ 3 centimetres of the actual thickness. The position of the top of the clay layer at any position in the
lake should be known with an accuracy of + 2 centimetres.
The position of the dredging equipment has at all moments to be governed on the basis of
aforementioned 3D computer model and a dGPS positioning system. Sediments have to be dredged
with an accuracy of + 3 centimetres. Intrusion larger than 2 centimetres into the top of the clay layer
are not allowed.
Dredging of the sediment has to be implemented by a hydraulic dredger equipped with either an
auger head or an ecodredger head (or comparable device). Not more than 3 parts of process water
should be required for the removal of one part of (in-situ) sediment. The slurry of water and
sediment has to be transported via a closed pipe line (floating/flexible) to the de-watering and
containment cells. Working pressure in the pipe line has at all times to be adjusted with the
requirements of the dewatering process in the tubes of geotextile.
Works 3: Remediation works of NMK-KIE Page 127
In Figure 5 an example of a hydraulic dredger equipped with an auger head is presented. The
sediment/water slurry is transported with a floating and flexible pipe line.
Figure 5 Hydraulic dredger with auger head
J. The sediments from the drains and stagnant water ponds in KIE, Lake NMK and the discharge
channel in the plains will be dewatered and contained on site. The sediments itself will be contained
in tubes of geotextile. The tubes of geotextile will be placed in the super structure of a containment
cell which will be lined on all sides with a HDPE 2 mm liner. In Drawing Nos. IND50-1-5-4, IND50-1-5-
5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10, IND50-1-5-11, IND50-1-2-1, IND50-1-2-2 and IND50-1-2-
3(-Copy) (Refer to Section VI) the design of the projected containment cells is presented.
Dewatering of sediments is obtained by adding a polymer mixture into the slurry of sediments and
process water. The polymer acts as a flocculent which causes the sediments to form flakes which can
easily be separated from the water with the help of a filter material. Were deemed appropriate
electrolytes have to be used as well to improve the dewatering process. The geotextile of the
aforementioned tubes provide for such a filter material. By pumping the mixture of sediment, water
and polymer/electrolyte into the tubes the sediment flakes will remain inside and the process water
is pressed outside. The applied pressure increases the efficiency of the dewatering process.
Works 3: Remediation works of NMK-KIE Page 128
In figure 6 the dewatering process is schematically presented. All equipment and elements
presented in Figure 6 have to be part of the dewatering of the sediment with tubes of geotextile.
The required working pressure has to be coordinated with the operator of the dredging equipment.
Figure 6 Dewatering with tubes of geo-textile
In figure 7 a photo is presented which shows the actual application of tubes of geotextile for
dewatering and stabilisation of sediments.
Figure 7 Application of tubes of geotextile for dewatering purposes
Works 3: Remediation works of NMK-KIE Page 129
To guarantee a sustainable water balance in Lake NMK it is important that process water is as soon
as possible pumped back to this lake. The drainage layer underneath the tubes can be applied as an
additional filter to ensure that return water pumped towards the lake is clear water which is visibly
free of sediments and contaminants. Process water pumped back to the Lake has at all times to be
within 1.25 times above baseline conditions of the surface water quality of the lake. If the process
water is not meeting those discharge requirements the Contractor has to apply additional treatment
or filter steps.
After the tubes have been filed with the sediments passive dewatering will continue for a while.
Directly after filling, the tubes have to be filled at around 100 % of the filling height recommended
by the manufacturer. After passive dewatering this height will be reduced to about 75% to 50% of
the original height. This settlement will result in stabilisation of the sediments. The total length of
the passive de-watering period has to be decided on , on the basis of the monitoring of the
settlement rate of the filled tubes. Application of new layer of tubes of geo-textile on top of previous
filled tubes has also be governed on the same monitoring results.
Works 3: Remediation works of NMK-KIE Page 130
K.After the sediments in the applied tubes of geotextile have been sufficiently stabilized, the
dewatering cell has to be sealed off with an cover layer. The HDPE liner included in this layer has to
be completely seamed with the HDPE liner of the bottom of the previously constructed de-watering
cell. Once the top cover has been implemented the super structure of the containment cell has been
realized.
In total 4 containment cells have been planned. The first containment cells is projected at the south-
eastern corner of Lake NMK. The second containment cells is projected in stagnant water pond 2
near the collection tank of STP. The remaining 2 containment cells are situated along the western
and northern bunds of Lake NMK. The containment cells are presented in Drawing Nos. containment
cells along bunds and hillock and in south eastern corner of Lake NMK as presented on Drawings
Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11 (Refer to
Section VI).
Following the dewatering and stabilisation of the sediments in the tubes of geotextile, the cover
layer will be constructed consisting of a 30 cm thick soil cover / support layer consisting ordinary
earth of native topsoil (clay), a 0.2 meter thick foundation layer of sand, a HDPE liner of 2.0 mm,
roughened on both sides having permeability coefficient less that 1 x 10-7 cm/sec. On top of the
HDPE liner comes a 20 cm thick drainage layer of coarse sand, which will be covered by a non woven
protective layer (GSE 250 or equivalent) of 250 g/sqm.In the containment cells situated in Lake NMK
part of the sand layers is replaced by non-woven geo-textile and/or geo-composites.
Finally, a 50 till 80 cm thick vegetative top soil layer is added to support natural plant growth and to
minimize erosion. Installation of a vegetative layer (top soil) on top of the containment cells and
preparing for redevelopment of the cells into green zones. Topsoil for the vegetative layer should be
ordinary earth of native origin and should support the redevelopment of containment cells into a
green zone covered with a healthy grass cover.
Works 3: Remediation works of NMK-KIE Page 131
The 5 cells include a surface runoff drainage system.
The Future Layout of the containment cells will have following components:
1. Green Belt area
2. Storm Water Drainage
3. Toe Drain
4. Side slopes (including revetment of the slope along stagnant water pond 2)
5. On top of the cells there would be a green belt area, including a simple sprinkler system.
Around the 5 containment cells, ground water monitoring wells will be constructed to allow for
evaluation of the groundwater quality. The design of the monitoring wells is presented in Drawing
No. IND50-1/05 (Refer to Section VI).
The surface run-off water coming through the drainage layer constructed on top of the containment
cells is collected separately and discharged via an open drainage channel.
L. After the sediments have been (partly) removed from Lake NMK a sand cover has to be applied on
the bottom (top clay layer) of Lake NMK.
A continuous sand layer of 0.3 m has to be installed at the entire bottom of Lake NMK. The sand
layer has to be implemented with a rain bow technique (or comparable technique). The total sand
layer has to be applied with an overall accuracy of + 2 centimetre. The position of the top of the clay
layer which has to be covered is presented in Drawing No. IND50-1-5-2 and the sand layer which has
to be installed in Drawing No. IND50-1-5-3 (Refer to Section VI). About 20,625 m3 of sand is required
for this cover layer.
Application of the sand layer should not lead to an impact on the surface water quality of the lake or
it’s water balance.
In Figure 8 an example of a rainbow technique is presented.
Works 3: Remediation works of NMK-KIE Page 132
Figure 8 Example of a rainbow technique
M. Further requirements with regard to the monitoring during and after the implementation of the
works are presented in Section V (General Items).
5. Construction period
Based on the preliminary planning the award of work will be finalized within 17 months after
commencement. In the calculated scenario, work can be done with an average daily handling speed
of 300 m3 of sediments per day (dredging and dewatering) and 100 m3 of sand per day for the final
cover layer on the bottom of NMK Lake. Based on the infrastructure present, the availability of
materials, space and resources, this is seen as feasible.
5.1 Project steps and time schedule
The various steps in the project are shown at Appendix A. In order to optimize the progress of the
work, the Contractor is free to make changes in the various steps as per written agreement with the
Engineer In charge duly obtaining the approval of the Employer.
The various steps and associated time schedule are included in appendix A.
Works 3: Remediation works of NMK-KIE Page 133
Appendix A Project steps and Time Schedule
Activities\Month in 2014/2015 1 2 3 4 5 6 7 8 9 1
0
1
1
1
2
1
3
1
4
1
5
1
6
1
7
Project Steps
1. Site preparation, including construction
of 2 dewatering cells x x x
2. Waste collection, transport and disposal
from open hill lock, drains, swamps and
stagnant water ponds and discharge
channel
x x
3. Sediment removal, transport and
dewatering from stagnant water pond 1,
stagnant water pond 2 and Lake NMK
x x x x x x x x x
4. Sediment removal, transport and
dewatering from drains KIE, swamp 3,
swamp 4 and the discharge channel
x x x
5. Installation of final cover layer (HDPE
liner, drainage layer & vegetation layer) on
the containment cells
x x x x
6. Installation of cover layer at the bottom
of Lake NMK and revetment of the bund x x x x x x x x x x x x
7. Final clearance of the work area
x
Works 4: Remediation works of NMK-KIE Page 135
CONTENTS 6 General Items
6.1.1 Definitions
6.1.2 Measurement and Payment
1.3 Duration ofWorks, licenses and project language
7 Access and temporary use of private land
8 Quality assurance system
9 Progress reports
10 Safety procedures
11 Existing services
12 Contractor's designs, operation and maintenance manuals
12.1 As-built documents
12.2 Operation and maintenance manuals
13 Site installations
13.1 Contractor's Plant
13.2 Water Supply
13.3 Sanitation
13.4 Sewage and Waste Disposal
13.5 Pollution
13.6 Energy Supply
13.7 Supplyof Fuel,Lubricants,etc.
13.8 TemporaryTelephoneConnections
14 Health and safety
14.1 First Aid
14.2 Fire Protection
Works 4: Remediation works of NMK-KIE Page 136
15 Inspection, testing and taking over
15.1 General
15.2 Programme
15.3 Damage to Public and Private Service Installations
15.4 Employer's taking over
16 Supervision and Monitoring Plan
17 References
18 Applicable Environmental Performance Standards
19 Applicable Testing
19.1 Setting Of Field Laboratory by the Contractor
19.2 Testing
19.3 Measurements
19.4 Test Certificates
19.5 Tests On Completion
Works 4: Remediation works of NMK-KIE Page 137
6. General Items
The present section includes General Items for the execution and completion of the works
supplementing the descriptions in the “National Competitive Bidding”.
The (National Competitive Bidding) is based on the FIDIC Conditions of Contract for
Construction".
They should be read in conjunction with the Scope of Work, Particular Specification, Conditions
of Contract, the Bill of Quantities (BoQ) and the Drawings.
6.1 Definitions
6.1.1 General
Acceptable / Approved (Approval) - Acceptable to/approved (approval) by the Engineer in
Charge.
Agreed - Agreed in writing.
As Detailed - As detailed on the drawings.
Authorized / Ordered / Rejected - Authorized / ordered / rejected by the Engineer in Charge.
Designated - Shown on the drawings or otherwise specified by the Engineer or, in relation to an
item scheduled in the bid documents, descriptive of an item to be priced by a bidder.
Indicated - Indicated in or reasonably to be inferred from the contract, or indicated in writing
by the Engineer in Charge.
Instructed / Directed / Permitted -Instructed/directed permitted by the Engineer in Charge.
Satisfactory - Capable of fulfilling or having fulfilled the intended function.
Service - Any pipeline, cable, duct etc. for conveying or transmitting any fluid or other matter.
Submitted - Submitted with the tender or submitted to the Engineer in Charge, as appropriate.
6.1.2 Specific
On Site - means at any location where works during the project takes place, roads during
construction, maintenance and operation etc.
6.1.3 Tolerances
Deviation - The difference between the actual (i.e., measured) size or position or any other
measurement and the specified size or position.
Permissible Deviation - The specified limit(s) of deviation.
Tolerance - The range between the limits within which a size or position must lie.
Works 4: Remediation works of NMK-KIE Page 138
6.1.4 Metric Units
S.I. units of measurement shall be used generally throughout the Contract. All information and
data originating in another system shall be transferred by the Contractor into the S.I. system.
6.1.5 Abbreviations
ASTM American Society for Testing and Materials
a.s.l. above sea level
BoQ Bill of Quantities
cm centimetre
cm²/g square centimetre per gram
d day(s)
dia. Diameter
DIN Deutsche Industrie Norm (German Standard)
DN diameter nominal (=ND)
g/cm³ gram per cubic centimetre
g/m² gram per square meter
h Hour
HDPE high density polyethylene
HP horse power
ISO International Organization for Standardization
kg Kilogram
kg/cm³ kilogram per cubic centimetre
kg/cm² kilogram per square centimetre
km Kilometre
kN kilo Newton
Works 4: Remediation works of NMK-KIE Page 139
L Liter
l.s. lump sum
m Meter
m² square meter
m³ cubic meter
Mb Millibar
mg/l milligram per liter
mg/kg milligram per kilogram
Mln Million
mm millimetre
m³/d cubic meter per day
m/s meter per second
MPa Mega Pascal
mm/s millimeter per second
μg/l microgram per liter
μg/d microgram per day
N Newton
ND nominal diameter (= DN)
NGO non-governmental organization
N/mm² Newton per square millimetre
ng/l nanogram per liter
ng/m³ nanogram per cubic meter
PEHD polyethylene high density (= HDPE)
PN nominal pressure
Works 4: Remediation works of NMK-KIE Page 140
Ppm parts per million
RfC reference concentration
RfD reference dose
S Second
SI Systeme International d‘Unites
T temperature
T ton (weight)
USD United States Dollar
uPVC unplasticized polyvinyl chloride
HDPE High Density Polyethylene Pipe
W Watt
WHO World Health Organization
WWTP wastewater treatment plant
°C Centigrade
° Degree
% Percent
‰ per mill
< smaller/less than
> larger/more than
Works 4: Remediation works of NMK-KIE Page 141
6.2 Measurement and Payment
Bill / Schedule - The bill / schedule of quantities.
Billed / Scheduled Rate - The unit rate or price entered in the bill / schedule at which the
Contractor undertakes to execute the particular work or to provide the required material,
article or service, or to do any or all of these things, as set out in the item concerned.
Billed / Scheduled - Listed in the bill / schedule of quantities.
Fixed charge - A charge for work that is executed without reference to time.
Method-related charge - The sum for an item inserted in the bill by the Contractor when
tendering, to cover items of work relating to his intended method of executing the Works.
Time-related charge - A charge for work the cost of which, to the Employer, is varied in
proportion to the length of time taken to execute the particular item scheduled.
Value-related charge - A charge that is directly proportional to the value of the contract.
6.3 Duration ofWorks, licenses and project language
6.3.1 Duration of Works
Commencement of work on site (Mobilization): (The actual start date shall be the date of issue
of notice to proceed with the work)
Completion of work (Taking Over Certificate): (The intended Completion date for
the whole Works is 17 Months after the commencement of the work)
The entire duration of works is 17 months.
Monsoon break of work depends on the weather.
6.3.2 Licenses
The Contractor must have or successfully apply for all licenses required by the Indian law to
carry out the Works necessary under this Contract.
6.3.3 Project Language
All reports have to be prepared in English and all communication made in English. Applications
for required permits, licenses and similar shall be made in English language and official
drawings and maps shall be prepared in English.
Works 4: Remediation works of NMK-KIE Page 142
7. Access and temporary use of private land
7.1 The site
The Site includes any designated areas and any temporary working areas necessary to carry out
the Works under this contract. No permanent possession of the site or Parts thereof is
necessary within this Contract.
The Contractor shall himself obtain whatever temporary way leaves / renting of land as
required by him and the Contractor shall be responsible for obtaining temporary way leaves /
renting.
7.2 The private land
The cost of obtaining way leaves for temporary working areas and for any additional areas
outside the Site required by the Contractor in connection with the Works as well as for the
access to all of these shall be borne by the Contractor himself. The Contractor shall give to the
occupier of each such area seven days’ notice of his intention to enter and shall ensure that his
methods of working cause the minimum of disturbance to the land and to its owners and
occupiers.
The Contractor shall compensate the temporary land use during the Works as required by
National regulations and laws. The costs shall be included in the bid price as an overall cost and
not as a separate price position.
The Contractor shall at all times provide proper facilities for access and inspection of the Works
by the Engineer in Charge, his assistants, inspectors, agents and representatives of public
agencies having jurisdiction.
The extent of each temporary working area and the period of time for its occupation shall be
such as the Engineer in Charge considers necessary having regard to the Contractor's
reasonable requirements which shall be submitted together with the Work Program to the
Engineer in Charge within 21 days after the Letter of Acceptance.
The Contractor shall reinstate any temporary working areas to the condition prevailing prior to
his initial entry as soon as possible after the work in those areas has been completed thus
keeping the period of occupation to a minimum. The Contractor shall in any event restore the
areas to a tidy and workmanlike condition. Boundary walls, fences and other structures that
have been damaged, removed or otherwise interfered with by the Contractor shall be restored
to a condition at least equivalent to their original condition.
Works 4: Remediation works of NMK-KIE Page 143
Prior to commencing work near overhead (power) lines located in KIE, the Contractor shall
acquaint himself with all the regulations of the responsible electricity supply and other utility
authorities governing such work.
The Contractor shall be responsible for ensuring that all persons working in such areas are
aware of the relatively large distance that high voltage electricity can "short" to earth when
cranes or other large masses of steel are in the vicinity of power lines.
7.3 Access to Adjoining Property
If the Contractor's work will cause unavoidable interference with access to adjoining property,
the Contractor shall first give 7 days’ notice to the occupier of such property and shall provide
temporary means of access for vehicles, animals and pedestrians.
Convenient access to driveways, houses and buildings adjoining the work shall be maintained
and temporary approaches to intersecting streets and alleys shall be provided and kept in good
condition by the Contractor
8. Quality Assurance System
8.1 General
In order to respond to the contract requirements in an optimal way, a Quality Assurance
system shall be established.
The present section defines the following:
› The commitment of the Employer, the Engineer in Charge, the external controllers and the Contractor towards the quality of the Contract.
› The quality assurance plan to be prepared by the Contractor.
8.2 Standards and recommendations
The Contractor shall make sure that the quality control complies with the effective Indian
standards and take guidance from the following international standards:
ISO 9000 Quality Management Systems – Fundamentals and vocabulary. ISO 9001 Quality Management - Requirements.
Works 4: Remediation works of NMK-KIE Page 144
8.3 Quality Assurance procedure
The compilation of the quality assurance procedure will start when the Contractor submits the
Quality Assurance plan, not later than 21 days after the notice to commence the works.
The Contractor commits himself to the active participation in making the Quality Assurance
procedures of the different sub-contractors close to and harmonizing with one another during
the advancement of the design and performance of the works.
It is therefore required of that Contractor participates actively in the elaboration, and in
respect of this Quality Assurance procedures, relying on all his internal competencies in the
matter of Quality Control in the design phase, the implementation phase, understanding that
the Quality Assurance procedure is implemented with the purpose of improving an existing
system and not of substituting or doubling it.
The following people will participate in the meetings for the elaboration of the Quality
Assurance procedure: the Employer, the Engineer in Charge, external controllers, joint
enterprises, subcontractors and major suppliers and all physical or legal persons contributing
to the contract.
The first meeting will take place not later than 15 working days after the Engineer in Charge
receives the Quality Assurance plan from the Contractor.
8.4 Preparation of the Quality Assurance plan
On the basis of the organizational scheme of the Quality Assurance procedure, the Contractor
develops the Quality Assurance plan for this contract, which has to be submitted within 1
month after the signing of the Contract at the time of submission of initial design and drawings.
He has to write all arrangements of the Quality Assurance to be implemented by the
Contractor, the joint enterprises, the subcontractor enterprises and the suppliers in a simple
but exhaustive way.
He shall send it to the Employer, the Engineer in Charge and external controllers as well as all
contributors.
The Contractor makes the documents up-to-date (list of documents, indication of the revision
in course, nature of validation, etc.) in order and assures their traceability.
Finally, he will be responsible for keeping his quality assurance plan up-to-date in accordance
with the quality assurance procedure and the events of the contract.
The Quality Assurance plan should contain at least the following:
Works 4: Remediation works of NMK-KIE Page 145
a. The application range of the Quality Assurance plan
b. Organization and personnel means
The Quality Assurance plan specifies the general organization of the contract with the help of
the nominative organization charts, which should indicate especially the following:
› The elaboration meetings of the Quality Assurance procedure; › The contract progress meetings; › The organization of internal and external control; › It describes the functions, attributions and responsibilities of the personnel on the contract and of the external control responsible; and › It specifies the maximum percentage of the recourse of the temporary personnel.
c. Design control
The Quality Assurance plan especially indicates:
› The distribution of tasks among the sub-contractors; › The nature of documents to be submitted; › The procedures of identification of critical points and the stopping points of the concept; and › The procedures for check of design and documentation.
d. Document control - traceability
The Quality Assurance plan especially indicates:
› The rules for the identification of documents; › The rules for the circulation of the different documents produced; and › The methods for the management of documents (distribution, classification, archiving).
e. Purchases
The Quality Assurance plan especially indicates:
› Lists of suppliers and subcontractors and associated benefits. The Contractor supplies the list of envisaged suppliers and subcontractors as soon as possible; › The procedures of repercussion of the quality requirements of the Engineer in Charge over the suppliers and the subcontractors; and › The precise procedure of the evaluation of subcontractors.
f. Performance and test control
The Quality Assurance plan especially indicates:
› The list of documents and procedures written to define the modes of operation, the resources and the sequence of different activities; › The procedures for the establishment of a list of critical and stopping points of the performance, controls and tests; › The procedures for the internal delivery of subcontracted tasks;
Works 4: Remediation works of NMK-KIE Page 146
› The procedures for the control of products delivered; › The procedures for the controls and tests in course of the performance; › The procedures for final controls and tests before the reception by the representative of the Engineer in Charge; and › The procedures for the management of controlling documents (distribution, classification, archiving).
g. Control of non-compliance
The Quality Assurance plan indicates the procedures for identification, evaluation and
treatment of detected non-compliance.
h. Protection of the site equipment
The Quality Assurance plan indicates the procedures for establishing a list of equipment to be
protected and descriptions of measures to be applied.
i. Annexes
› Design planning; › Work planning; and › Directories of the sub-contractors.
8.5 Quality audits
The Engineer in Charge can at all times audit the Quality Assurance procedure of the
Contractor in the design or implementation phase.
The audit is performed with reference to the Quality Assurance plan of the Contractor and on
the basis of the Quality Assurance procedure.
The auditor establishes an audit report revealing the found gaps or non-compliance not later
than three weeks after the performance of the audit.
Within a period of 10 working days counted from the date of the reception of the report, the
Contractor indicates in writing the corrective actions he wishes to implement, their planning,
the name of the responsible of the control over these corrective actions.
9. Progress reports
9.1 Progress reports
The contractor shall forward progress reports to the Engineer in Charge at regular interval to
be determined by the Engineer in Charge.
9.2 Progress photographs
The Contractor shall periodically take photos that will show the works progress, to show works
that will be hidden later on and to support any claims etc. The photos shall be taken on his
Works 4: Remediation works of NMK-KIE Page 147
expense. The Contractor will provide the Engineer in Charge with 2 copies in 10x15 cm format
plus electronic form on CD-ROM in “jpeg” format. Each photo will be with date and coordinates
(GPS camera) and accompanied by a comment.
10. Safety procedures
The Contractor shall set-up a suitable temporary fence, during the performance of the
contract, in order to protect the site from public access, animal vagabondage etc. The
temporary fence is specified in Particular Specification. Clause 3.12.
The Contractor shall at all times in the conduct of his work and that of his Subcontractors
adhere to the established rules and regulations concerning all Health & Safety Protection
matters at the site.
During construction, the Contractor shall erect, maintain and subsequently remove sufficient
barricades, guards, lighting, sheeting, shoring, temporary sidewalks and bridges, danger signals
as well as temporary fencing and covering of potential accident areas.
Where work is to be carried out in the proximity of buildings, electrical poles or other
structures, the Contractor shall take all necessary precautions, including shoring and strutting,
where necessary, to ensure the safety of the structures that are at risk.
The Contractor shall be responsible for all damages or injury which may be caused on any
property by trespass by the Contractor's or his Subcontractor's employees in the course of
their employment, whether the said trespass was committed with or without the consent or
knowledge of the Contractor.
The health and safety of the community and Site workers during remediation Construction
activities are of primary concern. Health and safety practices to be implemented during
construction include preparation of a health and safety plan (HASP) and excavation plan. Each
contractor and subcontractor on Site will be responsible for the health and Safety of their own
employees during construction. A HASP will be developed by each contractor and
subcontractor that identifies anticipated Site hazards and required personal protective
equipment (PPE) and necessary First Aid Kits associated with each construction activity.
11. Existing services
The Contractor shall consult all relevant authorities and owners of services before commencing
any excavations and shall satisfy himself as to the exact position of existing services that affect
or may be affected by the works. If any service is found to exist, but is not as indicated in the
contract, then the Contractor shall at once give written notification to the Engineer in Charge.
The Contractor shall record the position of all located existing services on the site plan, a copy
of which shall be made available to the Engineer in Charge by the Contractor.
The Contractor shall execute the works in such a manner, that he does not damage or interfere
with existing services on the site. If damage or interference is so caused the Contractor shall
make his own arrangements to execute the repairs at his own cost, and to the approval of the
Engineer in Charge and the relevant authority.
Works 4: Remediation works of NMK-KIE Page 148
It shall be the Contractor's responsibility to safeguard by means of temporary or permanent
supports or otherwise all pipes, cables, structures and other things that would be liable to
suffer damage if such precautionary measures were not taken. This applies to all such items,
existing and proposed, owned by the Borrower or others.
The Contractor may in his design require making connections to existing pipe work.
Connections between existing pipe work and new pipe work shall not be made until the
necessary inspection and tests have been completed and the Engineer in Charge has approved
the new pipe work.
The Contractor shall arrange at his own cost the supply and distribution of electricity, potable
water, telephone, compressed air and other services as are necessary to his site establishment
and shall provide, maintain and remove on completion all pipes, cables and fittings which carry
such services to his operations. All electrical installations forming part of such temporary
installations shall comply with current Indian regulations.
The telephone and water supply connections to the site boundary will be paid and realized by
the Contractor.
The work in KIE includes activities near and under (power) lines crossing the industrial estate.
The contractor shall make sure that the owner of the (power) lines is informed and shall obtain
all necessary approval for work close to or underneath the (power) lines.
12. Contractor's designs, operation and maintenance manuals
Based on the Particular Specification and Drawings included in these tender dossiers, the
Contractor shall, at his own cost, prepare detailed designs including changes to the tender
drawings and complete specifications of materials and workmanship to such detail that not
only the works can be executed on site, but also that the Engineer in Charge can approve the
Contractor's designs and intentions for the execution of the works. In addition, it is the
responsibility of the Contractor to obtain all the necessary approvals, certificates and permits
from the relevant authorities.
For designs which the Contractor shall carry out the following will apply:
General Design Obligations
The Contractor shall carry out, and be responsible for design of permanent works as stated in
the Particular Specifications and for temporary buildings and structures as stated in the
Particular Specifications.
Design Error
If errors, omissions, ambiguities, inconsistencies, inadequacies or other defects are found in
the Contractor's documents, they and the Works shall be corrected at the Contractor's cost,
notwithstanding any consent or approval under this Clause.
The SI-system of units shall be used throughout the contract.
Works 4: Remediation works of NMK-KIE Page 149
All detailed designs shall comply with relevant Indian legislation, regulations, the
Environmental and Social Management Plan (ESMP) documents (appended to the tender
documents) and obtained construction permission .
The detailed designs, calculations and drawings, shall be collected in design reports.
The design reports, etc. shall be submitted in 4 copies. One copy shall be returned to the
Contractor with Engineer in Charge 's comments.
Drawings are to be submitted in time for incorporation of comments without delaying the time
schedule and the completion of the work.
The Engineer in Charge 's review of drawings and calculations etc. shall serve as a spot check
only to prove that the documents have been prepared in accordance with the tender
documents. The review shall not in any way relieve the Contractor of the responsibility for the
completed works being in accordance with the contract.
The Contractor shall design and propose one or more system(s) for numbering of:
› All documents and manuals; › All drawings; › All electrical and mechanical components; › All cables; and › All pipes.
The system(s) shall comprise easy identification of all numbered items, and it shall be easy to
see if drawings are made by the Contractor or one of his sub-contractors (if any).
The Engineer in Charge shall approve the numbering system(s), and all sub-contractors shall
use the approved numbering system(s).
12.1 As-built documents
The Contractor shall prepare and submit to the Engineer in Charge for approval before
completion, duly amended, 4 copies of the as-built documents in printed (A1) and digital (PDF
and DXF) format.These accurate record drawings shall be fully dimensioned to show the
locations, elevations, dimensions and other pertinent details of the work executed under this
contract. All drawings prepared by the Engineer in Charge will be delivered to the Contractor
on a CD in Auto-CAD version.
Within 10 days of receipt of the above drawings, the Engineer in Charge shall return to the
Contractor 2 copies of the drawings showing the amendments required by the Engineer in
Charge. Within 10 days of receipt of the amended drawings the Contractor shall issue to the
Engineer in Charge 6 copies and 1 negative of the amended drawings.
12.2 Operation and maintenance manuals
The operation and maintenance manuals mentioned in this chapter, refer to the constructed
Works and installations.
Works 4: Remediation works of NMK-KIE Page 150
The Contractor shall not later than fourteen (14) days before completion submit draft copies
(two (2) in English of the operation and maintenance manuals to the Engineer in Charge. The
manuals shall be bound into suitable durable loose-leaf binders of A4 size.
For all installations, the manuals shall include:
› A general part comprising contents, description of the installation and relevant addresses and phone numbers; › Documentation - as built; › Functional description; › List of components indicating manufacture, type, component numbers, ordering numbers, other data and position; › Maintenance instructions stating maintenance routines and intervals; › Fault finding instructions; › Calibration reports for analogue signal circuits; › Data leaflets; › List of spare parts; › List of tools; and › List of consumables; › For mechanical installations like pumps the manual shall further as a minimum include:
› Pump / Machinery type and serial no. (all in one chart); › Operating instructions; › Lubrication charts and maintenance instructions (all equipment included in one chart); › Fault finding details for rectification of basic faults; › List of spare parts giving part numbers in relation to a drawing preferably of the exploded view type. The list shall be appropriate for correct reordering of the complete component and its spare parts; › Brochures including all components accompanied with names and addresses of suppliers; › Performance curves, diagrams, test certificates etc.; › Specification of corrosion protection; and › Specifications for repair of all painted/coated surfaces.
For all electrical components the manual shall be divided into separate sections for the
following installations:
› Control panels; › Instruments; › Control and measuring components (signaling system); and › Other components.
The manual shall further elaborate on the electrical equipment including but not be limited to:
› CE-labelling and declaration of conformity; › Layout drawings; › Schematic and wiring diagrams;
Works 4: Remediation works of NMK-KIE Page 151
› Detailed description; › Specific operation instructions; › Specific maintenance instructions; › Component list for all equipment; › Fault-finding chart; and › Emergency procedures.
All information in the manuals shall apply specifically to the equipment being supplied, and
shall be free from such irrelevant matters as might be contained in the manufacturer's general
literature. Other types of machines and options not included in the contract are not allowed in
the instructions.
Immediately after completion, the suitable corrected manual shall be compiled into its final
form and be submitted to the Engineer in Charge for approval.
The final version of the operating and maintenance manual shall be submitted with four (4)
copies in English and four (4) copies in Telugu.
The taking over certificate will not be issued until all copies of the final instructions have been
handed over.
13. Site installations
13.1 Contractor's Plant
When working near settlements, the Contractor shall provide and use suitable and effective
silencing devices for pneumatic tools and other plant that would otherwise cause a noise level
exceeding 85 dB (A) during excavation and other work. Alternatively, he shall effectively isolate
the source of any such noise by means of barriers in order to comply with above requirement.
13.2 Water Supply
The Contractor shall make his own arrangements for the supply of all water for his camp,
equipment, office and other temporary buildings as well as for the execution of the Works.
Temporary water connection may be arranged by tanker delivery if necessary and no other
source is available. Water for drinking purposes shall be of drinking water quality and
adequately identified.
13.3 Sanitation
The Contractor shall maintain the Site and all working areas in adequate hygienic conditions. In
all matters of health and sanitation, he shall comply with the requirements of the local Medical
Officer of Health or other competent authority and the Health & Safety Protection measures.
The Contractor shall provide adequate changing, washing and showering and other sanitation
facilities.
Works 4: Remediation works of NMK-KIE Page 152
13.4 Sewage and Waste Disposal
The Contractor shall make provision for the discharge or disposal from his camp, offices, site
installations and the Works of all water as well as of all liquid and solid waste products
however arising. The methods of disposal shall be to the satisfaction of legal requirements and
to the Engineer in Charge and of any authority or person having an interest in any land or
watercourse over or in which water and waste products may be so discharged.
13.5 Pollution
The Contractor shall take all reasonable measures to minimize any dust nuisance, pollution of
streams and inconvenience to or interference with the public (or others) as result of his site
installations.
13.6 Energy Supply
The Contractor shall install, operate, maintain and subsequently remove temporary supplies of
electricity for power, heating, cooling, lighting and ventilation of all camps, offices, stores,
laboratories and other temporary buildings used by the Contractor in addition to all electricity
requirements in connection with the construction, testing and maintenance of the Works.
The Contractor shall ensure that all proposed electrical installations comply with the
requirements of the responsible electricity authority, shall be responsible for and shall bear all
costs associated with obtaining the written approval of that authority for such connections,
installations and their operations. Prior to placing orders for transformers, conductors, cables
and associated equipment, the Contractor shall ensure by enquiry with the electricity authority
that his proposed equipment is suitable for use with the existing or proposed medium / high
tension electricity supply lines.
The Contractor may use own electric power generator for energy supply.
13.7 Supply of Fuel,Lubricants,etc.
The Contractor shall be responsible for arranging and ensuring that adequate supplies of
petrol, diesel oil, motor oil, kerosene, lubricants and other petroleum products are available at
all times to meet his requirements for the purpose of or in connection with the Contract.
He shall make his own arrangements for the supply of all other types of fuel required for the
purposes of the Contract.
With regard to the transportation, storage and handling of all his fuel requirements, including
all electrical connections, he must strictly comply with all relevant safety codes and regulations.
13.8 TemporaryTelephoneConnections
The Contractor shall arrange at his own cost for temporary telephone connections to his offices
and other installations. He shall be responsible for all installations, connection and disconnects
charges for his and his Representative's offices.
Works 4: Remediation works of NMK-KIE Page 153
14. Health and safety
All works shall be carried out strictly in accordance with current Indian health & safety
legislation and the legislation of India DNSAS 18001 Standard. Special emphasize shall be on
work in potentially contaminated material, sewage drains and for work close to and
underneath power lines.
14.1 First Aid
The Contractor shall make his own arrangements for treatment of casualties on the Site in such
first-aid units as required by Indian legislation. The Contractor shall be responsible for the
construction of such first-aid units and their management and operation and the removal by
ambulance of injured or sick employees to nearby hospitals. The first-aid service shall cover the
Contractor's own personnel as well as that of the Employer, the Engineer in Charge and all
Subcontractors. Trained and certified first-aiders are to be on the site at all times, at a rate of
one certified First Aider per 20 staff on site and equipped with adequate First Aid kits.
14.2 Fire Protection
No naked fire shall be used by the Contractor on or about the Site otherwise than in the open
air without the permission in writing of the Engineer in Charge. If in the Engineer in Charge's
opinion the use of naked fire may cause a fire hazard, the Contractor shall at no extra cost to
the Employer take such additional precautions and provide such additional firefighting
equipment as the Engineer in Charge considers necessary.
The term "naked fire" shall be deemed to include electric arcs and oxyacetylene or other
flames used in welding or cutting metals.
Compliance with the requirements of the Engineer in Charge shall not relieve the Contractor of
any of his obligations under the Contract.
15. Inspection, testing and taking over
15.1 General
The Contractor’s Quality Assurance system shall include procedures for carrying out inspection
and testing of the works both on and off site during the design and construction phase. The
Contractor’s project plan shall include a program for completing such inspections and tests in a
coordinated manner and in accordance with the requirements of the contract.
The Contractor shall provide all labour, plant, materials and services required for testing and
inspecting the works.
The Contractor shall submit to the Engineer in Charge full details of inspections and tests to be
carried out at least 21 days in advance. Attendance at and acceptance of tests and inspections
of the works shall not prejudice the right of the Engineer in Charge to reject any part of the
works if it subsequently fails to comply with the requirements of the contract.
Works 4: Remediation works of NMK-KIE Page 154
The Contractor shall keep a record of all tests and inspections, irrespective of whether or not
they show compliance with the contract and shall issue this record to the Engineer in Charge
on completion of each test and inspection.
15.2 Programme
The Contractor shall submit revised Program (Construction Program).
15.3 Damage to Public and Private Service Installations
Notify the Consultant and Engineer in Charge in writing of any damage to public or private
services and where applicable, notify the service authorities and/or private owners. Make
arrangements for repair to the satisfaction of the Consultant and Engineer in Charge and,
where applicable, the appropriate authorities and owners. Accept any arrangements made by
the Consultant and Engineer in Charge for urgent repairs which will not affect liability
15.4 Employer's taking over
This section specifies the procedure for completion before taking over the remediated sites
and containment cells. For Hand Over of the sites and containment cells to Employer after the
Operation and Maintenance of the remediated sites and containment cells, see Chapter 9.4.
Once the Contractor is satisfied that the necessary tests, to demonstrate compliance with the
Works Requirements, have been completed he shall submit a final test report to the Engineer
in Charge summarizing the test results. This report shall be accompanied by:
› A statement from the Contractor that, in his opinion, the works have passed the tests;
› Obtained licenses and approvals from the Authorities; and
› An application for a taking-over certificate.
The issuing of the taking-over certificate by the Employer will, in addition, take place after the
following demands have been fulfilled to the satisfaction of the Engineer in Charge:
› The operation and maintenance manual has been handed-over to the Engineer in Charge in its final version;
› The as-built drawings have been handed-over to the Borrower;
› All works has been tested on-site for all functions and performance by the Contractor to the satisfaction of the Engineer in Charge, and documented in the Quality Assurance and test report; and the Quality Assurance and test report have been handed-over to the Engineer in Charge.
Works 4: Remediation works of NMK-KIE Page 155
16. Supervision and Monitoring Plan
The general requirements of the supervision and monitoring have been described in the
document “Environmental and Social Management Plan” and is part of this tender. The general
objective of the “Environmental and Social Management Plan” is to describe the measures that
are required to ensure a situation that is stable and acceptable from an environmental, health
and safety perspective. This applies to both the construction phase and the finalized state of
the site. The supervision and monitoring include:
- Environmental management plan to mitigate adverse effects from happening and reduce possible risks during construction - Environmental management plan to mitigate adverse effects from happening and reduce possible risks after construction. Based on the general requirements for monitoring and supervision as presented in the
“Environmental and Social Management Plan” the specifications for those activities have been
presented in the Figures 1 and Tables 1 and 2. Figure 1 presents a map with the proposed
position of the monitoring points. Table 1 presents details and objectives of the different
monitoring activities. Table 2 presents the frequency of the monitoring activities before, during
and after project implementation.
In addition the Contractor has to monitor the ambient air quality. Monitoring points at
residential areas around the remediation site and at three points, upwind, downwind, and
cross wind directions of the remediation site (to measure baseline air quality as per NAAQS
Standards). Monitoring has to be carried out quarterly.
The Contractor shall follow aforementioned specifications and based on Figure 1 and the info
presented in Tables 1 and 2 prepare Contractors Environmental Management Plan.
The Contractor shall follow the Environmental Management Plan the first 2 years after hand-
over.
Works 4: Remediation works of NMK-KIE Page 159
Zone
Legenda
Point
Type of monitoring point Position of monitoring point Objective Sediment Soil Water Air Others
Plains
1 Sediment Survey and Sampling
Sediments in Pushparahil Cheruvu, 4 composite samples from the quadrants of the lake
To assess thickness, volume and quality sediments in Pushparahil Cheruvu
TPH and heavy metals
2 Surface Water Sampling Point
Surface water at culvert in the discharge channel
To assess water level, discharge volume and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
3 Surface Water Sampling Point
Surface water at outlet of NMK Lake
To asses water level, discharge volume en ad quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
4 Ground Water Monitoring Well
Groundwater between about 5 and 10 meter depth To assess level and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
5 Ground Water Monitoring Well
Groundwater between about 5 and 10 meter depth To assess level and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
6 Ground Water Monitoring Well
Groundwater between about 5 and 10 meter depth To assess level and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
R Visual and Odour Observations
All roads in the area along which sediments and soil are transported
To assess impact of transport on the environment
Presence of odour
Presence of dirt and dust
NMK Lake
L Surface Water Sampling Point At 4 positions in the Lake To assess water quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
Ground Water Monitoring Well
At 4 positions in the Lake, about 2 till 4 meter below FTL
To assess water quality and groundwater levels
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
Survey Sediment
Total area of the lake, continuous measurement
To assess thickness and volume of the sediments
Clay Layer
Total area of the lake, continuous measurement
To assess position of the top of the clay layer
Cover Layer
Total area of the lake, continuous measurement
To assess integrity (thickness and presence) of the cover layer
1 Ground Water Monitoring Well
Groundwater between about 4 and 7 meters depth To assess level and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
Visual Observation
Continuous along entire inner and outer slope as well as the crest of the bund
To identify signs of visual deformation
To identify depresions, cracks, etc..
Visual Observation
Continuous along entire outer slope of the bund
To identifty changes in the drainage pattern
To identify variations in
Works 4: Remediation works of NMK-KIE Page 160
Zone
Legenda
Point
Type of monitoring point Position of monitoring point Objective Sediment Soil Water Air Others
intensity and level of drainage
2 Ground Water Monitoring Well
Groundwater between about 4 and 7 meters depth To assess level and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
3 Ground Water Monitoring Well
Groundwater between about 4 and 7 meters depth To assess level and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
4 Ground Water Monitoring Well
Groundwater between about 4 and 7 meters depth To assess level and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
5 Ground Water Monitoring Well
Groundwater between about 4 and 7 meters depth To assess level and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
1 Soil Investigation
Topsoil (0-0.5 meter below ground level) and subsoil (0.5-2.0 meter below ground level)
To assess basline quality of the soil at the projected office and work space of the Contractor with 4 composite soil samples
TPH, heavy metals, PAH and BTEX
Ground Water Monitoring Well
Groundwater between about 2 and 5 meters depth
To assess level and quality in 2 wells
TPH, heavy metals, PAH and BTEX
1
Top Soil Investigation and Sampling
Topsoil (0-0.5 meter below ground level) and subsoil (0.5-2.0 meter below ground level)
To assess basline quality of the soil at the projected office and work space of the Contractor with 4 composite soil samples
TPH, heavy metals, PAH and BTEX
Ground Water Monitoring Well
Groundwater between about 2 and 5 meters depth
To assess level and quality in 2 wells
TPH, heavy metals, PAH and BTEX
Visual and Odour Observations
Around the perimeter of the containment cell
To assess the impact of the works on the air quality
Presence of odour
Presence of dust
Cover Layer Top containment cell
To assess integrity (thickness and presence) of the cover layer
2
Top Soil Investigation and Sampling
Topsoil (0-0.5 meter below ground level) and subsoil (0.5-2.0 meter below ground level)
To assess basline quality of the soil at the projected office and work space of the Contractor with 4 composite soil samples
TPH, heavy metals, PAH and BTEX
TPH, heavy metals, PAH and BTEX
Ground Water Groundwater between about 2 To assess level and quality in
Works 4: Remediation works of NMK-KIE Page 161
Zone
Legenda
Point
Type of monitoring point Position of monitoring point Objective Sediment Soil Water Air Others Monitoring Well and 5 meters depth 2 wells
Visual and Odour Observations
Around the perimeter of the containment cell
To assess the impact of the works on the air quality
Presence of odour
Presence of dust
Cover Layer Top containment cell
To assess integrity (thickness and presence) of the cover layer
3
Top Soil Investigation and Sampling
Topsoil (0-0.5 meter below ground level) and subsoil (0.5-2.0 meter below ground level)
To assess basline quality of the soil at the projected office and work space of the Contractor with 4 composite soil samples
TPH, heavy metals, PAH and BTEX
TPH, heavy metals, PAH and BTEX
Ground Water Monitoring Well
Groundwater between about 2 and 5 meters depth
To assess level and quality in 2 wells
Visual and Odour Observations
Around the perimeter of the containment cell
To assess the impact of the works on the air quality
Presence of odour
Presence of dust
Cover Layer Top containment cell
To assess integrity (thickness and presence) of the cover layer
4
Top Soil Investigation and Sampling
Topsoil (0-0.5 meter below ground level) and subsoil (0.5-2.0 meter below ground level)
To assess basline quality of the soil at the projected office and work space of the Contractor with 4 composite soil samples
TPH, heavy metals, PAH and BTEX
TPH, heavy metals, PAH and BTEX
Ground Water Monitoring Well
Groundwater between about 2 and 5 meters depth
To assess level and quality in 2 wells
Visual and Odour Observations
Around the perimeter of the containment cell
To assess the impact of the works on the air quality
Presence of odour
Presence of dust
Cover Layer Top containment cell
To assess integrity (thickness and presence) of the cover layer
5
Top Soil Investigation and Sampling
Topsoil (0-0.5 meter below ground level) and subsoil (0.5-2.0 meter below ground level)
To assess basline quality of the soil at the projected office and work space of the Contractor with 4 composite soil samples
TPH, heavy metals, PAH and BTEX
TPH, heavy metals, PAH and BTEX
Ground Water Monitoring Well
Groundwater between about 2 and 5 meters depth
To assess level and quality in 2 wells
Visual and Odour Observations
Around the perimeter of the containment cell
To assess the impact of the works on the air quality
Presence of odour
Presence of dust
Cover Layer Top containment cell
To assess integrity (thickness and presence) of the cover layer
Works 4: Remediation works of NMK-KIE Page 162
Zone
Legenda
Point
Type of monitoring point Position of monitoring point Objective Sediment Soil Water Air Others
KIE
1 Ground Water Monitoring Well
Groundwater between about 5 and 10 meters depth and about 20 and 25 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
2 Ground Water Monitoring Well
Groundwater between about 5 and 10 meters depth and about 20 and 25 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
3 Ground Water Monitoring Well
Groundwater between about 5 and 10 meters depth and about 20 and 25 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
4 Ground Water Monitoring Well
Groundwater between about 5 and 10 meters depth and about 20 and 25 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
5 Ground Water Monitoring Well
Groundwater between about 5 and 10 meters depth and about 20 and 25 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
6 Ground Water Monitoring Well
Groundwater between about 15 and 20 meters depth and about 40 and 45 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
7 Ground Water Monitoring Well
Groundwater between about 15 and 20 meters depth and about 40 and 45 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
8 Ground Water Monitoring Well
Groundwater between about 20 and 25 meters depth and about 50 and 60 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
9 Ground Water Monitoring Well
Groundwater between about 20 and 25 meters depth and about 50 and 60 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
10 Ground Water Monitoring Well
Groundwater between about 20 and 25 meters depth and about 50 and 60 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
1 Sediment Investigation
Accumulated sediments in the pond
To assess thickness, volume and quality of accumulated sediments in
TPH and heavy metals
Works 4: Remediation works of NMK-KIE Page 163
Zone
Legenda
Point
Type of monitoring point Position of monitoring point Objective Sediment Soil Water Air Others
the pond
Surface Water Sampling Point Surface water in the pond
To assess volume, waterflow and water quality
TPH, heavy metals, COD, BOD, pH, Ec, particular matter, odour and colour
Visual and Odour Observations
Around the perimeter of the pond
To assess the impact of the works on the air quality
Presence of odour
Presence of dust
2 Sediment Investigation
Accumulated sediments in the pond
To assess thickness, volume and quality of accumulated sediments in the pond
TPH and heavy metals
Surface Water Sampling Point Surface water in the pond
To assess volume, waterflow and water quality
TPH, heavy metals, COD, BOD, pH, Ec, particular matter, odour and colour
Visual and Odour Observations
Around the perimeter of the pond
To assess the impact of the works on the air quality
Presence of odour
Presence of dust
3 Sediment Investigation
Accumulated sediments in the pond
To assess thickness, volume and quality of accumulated sediments in the pond
TPH and heavy metals
Surface Water Sampling Point Surface water in the pond
To assess volume, waterflow and water quality
TPH, heavy metals, COD, BOD, pH, Ec, particular matter, odour and colour
Visual and Odour Observations
Around the perimeter of the pond
To assess the impact of the works on the air quality
Presence of odour
Presence of dust
4 Sediment Investigation
Accumulated sediments in the pond
To assess thickness, volume and quality of accumulated sediments in the pond
TPH and heavy metals
Surface Water Sampling Point Surface water in the pond
To assess volume, waterflow and water quality
TPH, heavy metals, COD, BOD, pH, Ec, particular matter, odour and colour
Visual and Odour Observations
Around the perimeter of the pond
To assess the impact of the works on the air quality
Presence of odour
Presence of dust
1 Drain Water Sampling Point
Water in the drain at the selected monitoring point
To assess water level, discharge volume and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
Visual Observation
Reaccumulated sediment in the drains
To assess thickness, volume and quality of accumulated sediments in the drains
TPH and heavy metals
2 Drain Water Sampling Point
Water in the drain at the selected monitoring point
To assess water level, discharge volume and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
Visual Observation
Reaccumulated sediment in the drains
To assess thickness, volume and quality of accumulated sediments in the drains
TPH and heavy metals
Works 4: Remediation works of NMK-KIE Page 164
Zone
Legenda
Point
Type of monitoring point Position of monitoring point Objective Sediment Soil Water Air Others
3 Drain Water Sampling Point
Water in the drain at the selected monitoring point
To assess water level, discharge volume and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
Visual Observation
Reaccumulated sediment in the drains
To assess thickness, volume and quality of accumulated sediments in the drains
TPH and heavy metals
4 Drain Water Sampling Point
Water in the drain at the selected monitoring point
To assess water level, discharge volume and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
Visual Observation
Reaccumulated sediment in the drains
To assess thickness, volume and quality of accumulated sediments in the drains
TPH and heavy metals
5 Drain Water Sampling Point
Water in the drain at the selected monitoring point
To assess water level, discharge volume and quality
TPH, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour and colour
Visual Observation
Reaccumulated sediment in the drains
To assess thickness, volume and quality of accumulated sediments in the drains
TPH and heavy metals
1 Waste Inventory All spots and sources of waste in the open hill lock area
To identify, quantify and characterise all waste present within the open hill lock area
Visual and Odour Observations
Around the perimeter of the open hill lock area
To assess the impact of the works on the air quality
Presence of odour
Presence of dust
Soil Investigation Topsoil sampling
To assess the general top soil quality in the open hill lock area after wastes has been removed (10 composite samples)
TPH, PAH, heavy metals
S Soil Investigation Topsoil sampling (about 15 samples)
To horizontally delineate and characterise the source of soil pollution in the first 2 meters below ground surface
TPH, volatile organics, organic matter, clay and sand fractions, odour, colour and natural attenuation/biodegradation parameters
Works 4: Remediation works of NMK-KIE Page 165
Zone
Legenda
Point
Type of monitoring point Position of monitoring point Objective Sediment Soil Water Air Others
Soil Investigation
Subsoil sampling (about 15 samples)
To vertically delineate and characterise the source of soil pollution between 2 meters below surface and the first water bearing horizon
TPH, volatile organics, organic matter, clay and sand fractions, odour, colour and natural attenuation/biodegradation parameters
Ground Water Monitoring Well
Groundwater between about 10 and 15 meters depth in 5 monitoring wells
To horizontally delineate and characterise the source of ground water pollution in the phreatic or first water bearing horizon
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour, colour and natural attenuation/biodegradation parameters
Ground Water Monitoring Well
Groundwater between about 15 and 70 meters depth in 5 monitoring wells
To vertically delineate and characterise the source of ground water pollution in different water bearing horizons, including a geohydrological characterisation
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour, colour and natural attenuation/biodegradation parameters
1 Ground Water Monitoring Well
Groundwater between about 15 and 20 meters depth and about 40 and 45 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour, colour and natural attenuation/biodegradation parameters
2 Ground Water Monitoring Well
Groundwater between about 15 and 20 meters depth and about 40 and 45 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour, colour and natural attenuation/biodegradation parameters
3 Ground Water Monitoring Well
Groundwater between about 20 and 25 meters depth and about 50 and 60 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour, colour and natural attenuation/biodegradation parameters
4 Ground Water Monitoring Well
Groundwater between about 20 and 25 meters depth and
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec,
Works 4: Remediation works of NMK-KIE Page 166
Zone
Legenda
Point
Type of monitoring point Position of monitoring point Objective Sediment Soil Water Air Others
about 50 and 60 meter depth salinity, particular matter, odour, colour and natural attenuation/biodegradation parameters
5 Ground Water Monitoring Well
Groundwater between about 15 and 20 meters depth and about 40 and 45 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour, colour and natural attenuation/biodegradation parameters
6 Ground Water Monitoring Well
Groundwater between about 20 and 25 meters depth and about 50 and 60 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour, colour and natural attenuation/biodegradation parameters
7 Ground Water Monitoring Well
Groundwater between about 20 and 25 meters depth and about 50 and 60 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour, colour and natural attenuation/biodegradation parameters
8 Ground Water Monitoring Well
Groundwater between about 20 and 25 meters depth and about 50 and 60 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour, colour and natural attenuation/biodegradation parameters
9 Ground Water Monitoring Well
Groundwater between about 20 and 25 meters depth and about 50 and 60 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour, colour and natural attenuation/biodegradation parameters
10 Ground Water Monitoring Well
Groundwater between about 20 and 25 meters depth and about 50 and 60 meter depth
To assess level and quality at 2 depths
TPH, volatile organics, heavy metals, COD, BOD, pH, Ec, salinity, particular matter, odour, colour and natural attenuation/biodegradation parameters
Works 4: Remediation works of NMK-KIE Page 167
Table 3 Frequency of monitoring
Zone Legenda Point Type of monitoring point Baseline Investigation Project Implementation After project implementation Plains
1 Sediment Survey and Sampling yes yes, at the end of project implementation yes, once after 5 years
2 Surface Water Sampling Point yes
yes, levels every day, analysis every week during dredging and filling of tubes of geotextile yes, every 3 months
3 Surface Water Sampling Point yes
yes, levels every day, analysis every week during dredging and filling of tubes of geotextile
yes, every 3 months
4 Ground Water Monitoring Well
yes + installation of well no once a year
5 Ground Water Monitoring Well
yes + installation of well no once a year
6 Ground Water Monitoring Well
yes + installation of well no once a year
R Visual and Odour Observations no on a daily basis
no
NMK Lake
L Surface Water Sampling Point yes
yes, every week during dredging and filling of tubes of geotextile
yes, every 3 months
Ground Water Monitoring Well
yes + installation of wells yes, levels every day and analysis every 3 months
levels every 3 months, analysis once per 3 months
Survey Sediment yes yes, once after dredging is completed
yes, once after 5 years
Clay Layer yes yes, once after dredging is completed
no
Cover Layer no yes, once after it has been applied
every year
1 Ground Water Monitoring Well
yes + installation of well yes, levels every day, analysis every month
levels every 3 months, analysis every year
Visual Observation baseline observation on a daily basis
every 3 months
Visual Observation baseline observation on a daily basis
every 3 months
2 Ground Water Monitoring Well
yes + installation of well yes, levels every day, analysis every month
levels every 3 months, analysis every year
3 Ground Water Monitoring Well
yes + installation of well yes, levels every day, analysis every month
levels every 3 months, analysis every year
4 Ground Water Monitoring Well
yes + installation of well yes, levels every day, analysis every month
levels every 3 months, analysis every year
5 Ground Water Monitoring Well
yes + installation of well yes, levels every day, analysis every month
levels every 3 months, analysis every year
6 Ground Water Monitoring Well
yes + installation of well yes, levels every day, analysis every month
levels every 3 months, analysis every year
1 Soil Investigation yes no
yes, after contractor has abondened the area
Ground Water Monitoring Well
yes + installation of well yes, every month
yes, after contractor has abondened the area
Works 4: Remediation works of NMK-KIE Page 168
Zone Legenda Point Type of monitoring point Baseline Investigation Project Implementation After project implementation
1 Top Soil Investigation and Sampling yes no
no
Ground Water Monitoring Well
yes + installation of well yes, every month
once a year
Visual and Odour Observations baseline observations yes on a daily basis
no
Cover Layer no no
yes, every 3 months
2 Top Soil Investigation and Sampling yes no
no
Ground Water Monitoring Well
yes + installation of well yes, every month
once a year
Visual and Odour Observations baseline observations yes on a daily basis
no
Cover Layer no no
yes, every 3 months
3
Top Soil Investigation and Sampling yes no
no
Ground Water Monitoring Well
yes + installation of well yes, every month
once a year
Visual and Odour Observations baseline observations yes on a daily basis
no
Cover Layer no no
yes, every 3 months
4
Top Soil Investigation and Sampling yes no
no
Ground Water Monitoring Well
yes + installation of well yes, every month
once a year
Visual and Odour Observations baseline observations yes on a daily basis
no
Cover Layer no no
yes, every 3 months
5 Top Soil Investigation and Sampling yes no
no
Ground Water Monitoring Well
yes + installation of well yes, every month
once a year
Visual and Odour Observations baseline observations yes on a daily basis
no
Cover Layer no no
yes, every 3 months
KIE
1 Ground Water Monitoring Well
yes + installation of well no
once a year
2 Ground Water Monitoring Well
yes + installation of well no
once a year
3 Ground Water Monitoring Well
yes + installation of well no
once a year
4 Ground Water Monitoring Well
yes + installation of well no
once a year
Works 4: Remediation works of NMK-KIE Page 169
Zone Legenda Point Type of monitoring point Baseline Investigation Project Implementation After project implementation KIE
5 Ground Water Monitoring Well
yes + installation of well no
once a year
6 Ground Water Monitoring Well
yes + installation of well no
once a year
7 Ground Water Monitoring Well
yes + installation of well no
once a year
8 Ground Water Monitoring Well
yes + installation of well no
once a year
9 Ground Water Monitoring Well
yes + installation of well no
once a year
10 Ground Water Monitoring Well
yes + installation of well no
once a year
1 Sediment Investigation no no yes, once a year
Surface Water Sampling Point no no
yes, 2 times a year
Visual and Odour Observations no yes on daily basis
no
2 Sediment Investigation no no yes, once a year
Surface Water Sampling Point no no
yes, 2 times a year
Visual and Odour Observations no yes on daily basis
no
3 Sediment Investigation no no yes, once a year
Surface Water Sampling Point no no
yes, 2 times a year
Visual and Odour Observations no yes on daily basis
no
4 Sediment Investigation no no yes, once a year
Surface Water Sampling Point no no
yes, 2 times a year
Visual and Odour Observations no yes on daily basis
no
1 Drain Water Sampling Point no yes, 2 times a month during drain clean-up
yes, 2 times a year after drain clean-up has been implemented
Visual Observation no yes, 2 times a month during drain clean-up
yes, 2 times a year after drain clean-up has been implemented
2 Drain Water Sampling Point no yes, 2 times a month during drain clean-up
yes, 2 times a year after drain clean-up has been implemented
Visual Observation no yes, 2 times a month during drain clean-up
yes, 2 times a year after drain clean-up has been implemented
3 Drain Water Sampling Point no yes, 2 times a month during drain clean-up
yes, 2 times a year after drain clean-up has been implemented
Visual Observation no yes, 2 times a month during drain clean-up
yes, 2 times a year after drain clean-up has been implemented
Works 4: Remediation works of NMK-KIE Page 170
Zone Legenda Point Type of monitoring point Baseline Investigation Project Implementation After project implementation
4 Drain Water Sampling Point no yes, 2 times a month during drain clean-up
yes, 2 times a year after drain clean-up has been implemented
Visual Observation no yes, 2 times a month during drain clean-up
yes, 2 times a year after drain clean-up has been implemented
5 Drain Water Sampling Point no yes, 2 times a month during drain clean-up
yes, 2 times a year after drain clean-up has been implemented
Visual Observation no yes, 2 times a month during drain clean-up
yes, 2 times a year after drain clean-up has been implemented
1 Waste Inventory yes no
no
Visual and Odour Observations base line observation daily observations
no
Soil Investigation no
yes after waste has been removed and before area starts to be used as a work space for the Contractor
yes once, after Contractor has abondened the area
S Soil Investigation yes no
no
Soil Investigation yes no
no
Ground Water Monitoring Well
yes + installation of well no
once a year
Ground Water Monitoring Well
yes + installation of well no
once a year
1 Ground Water Monitoring Well
yes + installation of well no once a year
2 Ground Water Monitoring Well
yes + installation of well no once a year
3 Ground Water Monitoring Well
yes + installation of well no once a year
4 Ground Water Monitoring Well
yes + installation of well no once a year
5 Ground Water Monitoring Well
yes + installation of well no once a year
6 Ground Water Monitoring Well
yes + installation of well no once a year
7 Ground Water Monitoring Well
yes + installation of well no once a year
8 Ground Water Monitoring Well
yes + installation of well no once a year
9 Ground Water Monitoring Well
yes + installation of well no once a year
10 Ground Water Monitoring Well
yes + installation of well no once a year
Works 4: Remediation works of NMK-KIE Page 171
17. References
The following guidelines and reference shall be referred / followed to by the Contractor for
execution of the project:
› Telangana Pollution Control Board – TSPCB. Final Site Assessment Report.
› Telangana Pollution Control Board – TSPCB. Remediation Plan.
› Telangana Pollution Control Board – TSPCB. Environmental and Social Baseline Report.
› Telangana Pollution Control Board – TSPCB. Environmental and Social Management Plan
› Guidelines and Check-list for evaluation of MSW Landfills proposals with Information on existing landfills. Program Objective Series: Probes/124/2008-2009. August 2008.
› MSW Rules 2000
› HWM Rules 2008
› Bio-Medical Wastes (Management & Handling) Rules, 1998.
› Indian Standard (I.S) References List: Applicable for Landfill Closure:
› IS 1200 (Part 22) - 1988 Method of Measurement of Building and Civil Engineering works - Part 22 - Materials
› IS 11134 - 1984 Code of practice for Setting out of Buildings
› IS 875 (Part 1) - 1987 Code of practice for Design Loads (other than Earthquake) for Buildings and Structure
› IS 269 Specification for 33 grade ordinary Portland Cement
› IS 12269 Specification for 53 grade ordinary Portland Cement
› IS 383 Specification for coarse and fine aggregate from Natural Source for Concrete
› IS 456 Code of practice for plain and reinforced concrete
› IS 516 Method of test for strength of concrete
› IS 1199 Method of sampling and analysis of concrete
› IS 1200 (Part II) Method of Measurement of Building and Civil Engineering work (concrete work)
Works 4: Remediation works of NMK-KIE Page 172
› IS 1322 Specification for bitumen felt for water proofing and damp proofing
› IS 1791 Specification for batch type concrete mixers
› IS 226 Structural Steel
› IS 456 - 2000 Aggregate and Admixtures concreting
› IS 516 Method of test for strength of concrete
› IS : 1200 (Part V) Method of measurement of building and civil engineering work - concrete work (Part 5 - Form work)
› IS : 10262 Recommended guidelines for concrete mix design
› IS 226-1975 Structural steel (Standard quality) (5th Revision) superseded by IS : 2062:1992
› IS 800-1984 Code of practice for use of structural steel in general in steel construction
› IS 1077-1992 Common Clay Bricks
› IS 2212-1991 Brick Work
› IS 5454-1978 Method of Sampling of Bricks
› IS 3495-1976 Test for Clay Building Bricks
› IS 1200-1976 Method of Measurement
› IS 73-1992 Specification of paving bitumen (2nd revision)
› IS 5317-1987 Specification for bitumen mastic for bridges decking and roads (1st revision) (Reaffirmed 1991)
› IS 5640-1970 Method of test for determining aggregate impact value of soft coarse aggregates (Reaffirmed 1993)
› List of IRC Standard Codes
› 215-1995 Types of Bitumen / Road Tar
› 6241-1971 Testing Road Materials / Method of Test for determination of stripping value of road aggregates
Works 4: Remediation works of NMK-KIE Page 173
› 1201 to 1220-1978 Testing Road Materials / Method of testing Tar and Bituminous Materials
› 5890-1970 Black Topping Machinery / Mobile Hot Mix Asphalt Mixing Plants
› 3251 (part I) 1965 Black Topping Machinery / Asphalt Paver Finishers
› 3251 (part 2) – 1992 Black Topping Machinery / Asphalt Paver Finisher-
› 4919-1981 Glossary of terms Applicable to Landscape of Horticulture works
› 11272-1985 Glossary of terms relating to Horticulture Equipment
› 4984-1987 Specification for high density polyethylene pipes for potable water supplies, sewage and industrial effluents (3rd revision)
› IS 4984 and IS 14333: HDPE Pipes Code
18. Applicable Environmental Performance Standards
(A) Applicable Environmental Standards during the remediation works.
No process water or polluted pore water from the site should flow outside the site boundary without treatment.
No MSW, HWM or biomedical waste constituents should be blown by wind outside the site boundary.
No surface run-off from the site should flow out outside the site boundary
No fire incidence or smoke emission from the side should occur.
No MSW, HWM or biomedical waste should be observed floating/deposited outside the project area that can be attributed to site operations after completion of mobilization period.
At no stage of remediation operations from the date of mobilization the night time noise levels at the boundary of (except for the side of the main road and up to distance of 50 m on branch roads) should exceed the noise standards for residential area.
The air pollution level should not exceed the ambient air quality standard after completion of the remediation works.
(B) Applicable Environmental Standards during the maintenance operations.
Works 4: Remediation works of NMK-KIE Page 174
Ground and surface water quality in the monitoring wells and monitoring points with respect to BOD, heavy metals and organics must not exceed 25% of the baseline value in any of the ground water monitoring wells. The Contractor shall analyze the baseline BOD, heavy metals and organics at the commencement of the Work.
There should not be any perceptible change (statistically significant) over the mean value of baseline conditions with respect to color and TDS/electrical conductivity in ground water monitoring wells and surface water monitoring points.
Odour - No foul odour should be discernable at the boundary of the site towards the inhabitations.
The air pollution level at the site should not exceed the ambient air quality standard.
Process water and Surface Water Flow - No Process Water flow should take place from the site into the surroundings onto the ground.
No run-off from the site should occur outside the boundary.
Measures as per the Environmental Management Plan - In addition to (A) and (B) above the
contractor will be required to comply with the environmental management plan and
environmental monitoring plans.
19. Applicable Testing
19.1 Setting Of Field Laboratory by the Contractor
The Contractor shall set up a field laboratory of his own at the work site which should be open
for use and inspection by Employer’s representative at any time. Alternately the contractor is
allowed to transfer samples to an accredited local off site laboratory for testing and have the
sample analysed within 24 hours or sooner if the nature of the particular work requires this.
Engineer in Charge shall inspect the field laboratory upon setting up (and periodically
thereafter) and verify the adequacy and accuracy of all equipment thereof.
All the pressure gauges and other measuring equipment of the laboratory shall be checked and
calibrated regularly as directed by the Engineer in Charge by an agency and the Test
certificates shall be furnished to the Engineer in Charge.
Works 4: Remediation works of NMK-KIE Page 175
The Contractor shall render all reasonable assistance and help in making such checks and tests.
The cost of all checks and calibrations shall be borne by the Contractor. The cost of all tests for
materials shall also be borne by the Contractor.
19.2 Testing
For all sampling and testing the contractor has to prepare and implement a QA/QC plan,
including procedures for calibraton of the testing equipment.
If Engineer in Charge requires tests, the Contractor shall carry out such tests in accordance
with the specifications, TOR, BOQ and conditions of the contract. The Contractor shall provide
all documents and other information necessary for testing and such assistance, labour,
materials, electricity, fuel, stores, apparatus and instruments as are necessary to carry out such
tests efficiently. The Contractor shall provide such engineering support and technical know-
how as Engineer in charge shall reasonably request for the purpose of the tests.
If the tests required are elaborate and require prior setting up of equipment or instruments,
the Contractor shall agree, with Engineer in Charge and Engineer’s Representative, the time
and place for the testing. Engineer in Charge shall give the Contractor not less than 24 hours'
notice of his intention to attend such tests. The Contractor shall provide sufficient suitably
qualified and experienced staff to carry out such tests.
The Contractor shall promptly forward to Engineer in charge duly certified reports of the tests.
When the specified tests have been passed, Engineer in Charge shall endorse the Contractor's
test certificate, or issue a confirmation to him, to that effect.
Employer is entitled to insist for the Contractor to carry out any tests of any type, as it deems
fit. If such test is not in accordance with specifications or Prudent Utility Practices, then
Employer shall bear the cost of such tests. Except that if the Materials or Works fail such tests,
the cost of the test shall be borne by the Contractor, and the Contractor shall also rectify the
Materials or Works at his cost. The tests shall include checking of construction records,
documents and drawings, trial runs, checks of profiles and levels, borings and cores or any
other tests that may be reasonably necessary to confirm that the works meet the
specifications.
Works 4: Remediation works of NMK-KIE Page 176
19.3 Measurements
Any provisions of measurement referred to in this Contract will be applicable for the
assessment of quantum of work done for payment of works executed. All such assessments
shall be based on measurements duly entered in measurement books. All items of work shall
be entered in a measurement book, level book, etc., as
prescribed by Engineer in Charge so that a complete record of the entire Works under this
Contract shall be established.
Measurements shall be signed and dated by both Parties on the Site on completion of
measurement forthwith. The original measurement books shall be kept in the custody of
Engineer in Charge. All payments under this Contract shall require to be supported by
measurements for assessing quantum of work, adherence to specifications, and achievement
of Project milestones.
Measurements shall be taken jointly by Engineer in Charge or his assistant and by the
Contractor or his authorised representative. Before taking measurements of any work
Engineer in Charge or his assistant shall give reasonable notice of the date of measurement to
the Contractor.
If the Contractor fails to attend or send an authorised representative for measurement on the
notified date, or being present fails to countersign, Engineer in Charge shall record such
absence or failure to countersign, and take measurements ex-parte.
The Contractor can inspect the measurement books available with Engineer in Charge, and if
the Contractor fails to countersign or record the objection within a week from the date of
measurement, then in any such event, measurements taken by Engineer in Charge or his
assistant shall be taken to be correct measurements of the work and shall be binding and
conclusive on the Contractor.
The Contractor shall, without any extra charge, provide assistance with every appliance,
instruments and supporting tests and any other things necessary for
measurements and certification.
Works 4: Remediation works of NMK-KIE Page 177
19.4 Test Certificates
All manufacturers certificates of tests, proof sheets, mill sheets etc. showing that the materials
have been tested in accordance with the requirements of the appropriate Indian Standard,
other relevant Standard Specification or these specifications shall be supplied free of charge on
request to the Engineer in Charge or his representatives. Such details shall be submitted with
every new batch of materials used at site.
Samples of the following materials shall be submitted to the Engineer in Charge or his
representatives free of charge for testing and approval.
i. Stone hard core and filling ii. Aggregate
iii. Sand iv. Steel including HTS wire, Barbed wires v. Bituminous materials
vi. Cement vii. Clay material brought from outside.
viii. HDPE liners ix. HDPE pipes x. Geo Composites
xi. PVC pipes xii. non-woven geotextiles
xiii. Tubes of geotextile xiv. Flocculants and /or electrolites xv. Any other materials as directed by Engineer in Charge
Samples provided to the Engineer in Charge or his representative for their retention is to be in
labelled boxes suitable for storage. Materials or workmanship not corresponding in character
and quality with approved samples shall be rejected.
Samples required for testing and approval must be supplied giving sufficient time to allow for
such testing and approval due allowance being made to the fact that if
samples are rejected further samples shall be required. Delay to the work arising from the late
submission of samples shall not be acceptable as a reason for delay in the completion of the
works.
If the materials are not found to comply with the various provisions laid down in the relevant
Codes, other relevant standard specifications or these specifications, the same shall be
rejected irrespective of the test certificate submitted by the Contractor.
Works 4: Remediation works of NMK-KIE Page 178
In addition, the Engineer in Charge shall have the right to request the Contractor at any time to
draw samples of aggregates or any other materials from stockpiles on the site or any other
locations to be indicated by the Engineer in Charge or his representative. The samples are to
be drawn in accordance with IS 2386 and tested in a laboratory approved by the Engineer in
Charge in accordance with the appropriate clauses of IS 2386 at the cost of the Contractor.
The Engineer in Charge is entitled to inspect any place where any materials including steel –
Reinforcement work, any casting work, laying, profiling, ramming and consolidation etc. The
Contractor shall carry out tests at such locations as are reasonably required.
19.5 Tests On Completion
Notice of Readiness
As soon as construction of the works is over, in the opinion of the Contractor, reached
Substantial Completion, the Contractor shall so notify Engineer in Charge and the Employers
Representative.
Tests on Completion of Construction
The Contractor shall carry out the Verification of Completion of construction after he has
provided the relevant documents as required by Engineer in Charge. The Contractor shall give
to Employers Representative and the Engineer in Charge 21 days' notice of the date after
which the Contractor will be ready to carry out the Verification of Completion.
Unless otherwise agreed, such Tests shall be carried out within 14 days after this date, on such
day or days as the Engineer in Charge shall instruct.
The results of the Verification of Completion shall be compiled and evaluated by
Engineer in Charge. As soon the Verification of Completion has been carried out, the
Contractor shall provide Employers Representative and the Engineer in Charge with a certified
report of the results of all such Tests, and documents in support thereof.
Works 4: Remediation works of NMK-KIE Page 179
Delayed Tests
If the Verification of Completion are being unduly delayed by the Contractor,
Employers Representative may by notice require the Contractor to carry out such Tests within
21 days after the receipt of such notice. The Contractor shall carry out such Tests on such day
or days within that period as the Contractor may fix and of which he shall give notice to
Employers Representative and the Engineer in Charge.
If the Contractor fails to carry out the Verification of Completion within 21 days,
Engineer’s Representative may proceed with such Tests. All such Tests so carried out by
Engineer’s Representative shall be at the risk and cost of the Contractor.
These Verification of Completion shall then be deemed to have been carried out in the
presence of the Engineer in Charge and the Contractor and the results of such Tests and the
costs shall be accepted as accurate.
Re-Testing
If the Verification of Completion is not satisfied, the Works shall not be deemed fit for
Substantial Completion, and Engineer in Charge may require such failed tests, and the
Verification of Completion on any related work, to be repeated under the same terms and
conditions.
Failure to Pass Tests On Completion
If the Works, or a part thereof, fails to pass the Verification of Completion, the Engineer in
Charge shall scrutinise the results of the tests, and shall be entitled to:
Works 4: Remediation works of NMK-KIE Page 180
(a) order further repetition of Verification of Completion, in which case the Contractor shall be
obliged to carry out such adjustments, repairs, replacements and/or modifications as may be
required to ensure that the Works or part achieve the specifications; or
(b) if the works are Substantially Complete, recommend the issue of a Taking Over Certificate.
The issue of a Taking Over Certificate under this Clause, shall not relieve the Contractor of the
obligation successfully to conclude the Tests and the Contractor shall be obliged to carry out
such adjustments, repairs, replacements and/or modifications as may be required to ensure
that the Works or part achieve the specifications.
(c) reject the Works or part (as the case may be), in which event the Contractor shall proceed
with its obligations under this Contract.
Tests to be Continual
The nature of the works is such that they shall be inspected and tested on a continuous basis
as the work progresses, and such tests and inspections shall be completely at the discretion of
Engineer in Charge, in accordance with technical requirements and Prudent Utility Practices.
Notwithstanding any such tests carried out during the progress of the work, the
Contractor shall carry out and complete the Tests On Completion, for the Works to
be taken over. These tests shall include, but not be restricted to the following:
Checking of construction records, documents and drawings,
Measurements to ascertain compactness and stability of the contained sediments
Tests to ascertain thickness of capping of containment cells and sand layer above bottom of NMK lake
Checks of profiles and levels,
Borings and cores
Material Test Reports.
Check for drainage channels and drainage system
Check of erosion control measures. Any other tests that may be reasonably necessary to confirm that the works meet the
specifications as highlighted in the Tender Documents.
Works 4: Remediation works of NMK-KIE Page 182
CONTENTS 1 ............................ Features of the preferred remediation option for NMK/KIE
1.1 ................................................................................. Concept of Tube Option
1.2 .......................................................................... Features of the Tube Option
2 ...................................................................................... Description of the Site
2.1 ................................................................................................... Project Area
2.2 ........................................................................... Distribution of Project Area
3 ................................................ Site Preparation and General Work Conditions
3.2 ............................................................................................ Building Facilities
3.3 ......................................................................... Survey and Setting out Work
3.4 ...................................................................................... Permits and Licenses
3.5 ................................................................................... Protection of Property
3.6 ...................................................................................... Temporary Drainage
3.7 .................................................... Temporary Facilities for Construction Use
3.8 ...................................................................................... Provide Site Security
3.9 ..................................................................... Groundwater Monitoring Wells
3.10 ...................................................................................... Un-Impacted Areas
3.11 ........................................................................ Above ground (Power) Lines
3.12 ........................................................................................Fencing of the Site
3.13 .......................................................................... Closing of the existing gate
3.14 ........................................................................................Fencing of the Site
3.15 ........................ Temporary Site Fence – Barbed Wire Fences and MS Gate
3.16 ............................................................. Rent of Land and Storage Buildings
3.17 ........................................ Access Route, Signboard and Traffic Precautions
4 .............................................................. Quality Control & Testing Procedures
4.1 ..................................................................................................... References
4.2 ....................................... Applicable Environmental Performance Standards
4.3 .......................................................................................... Applicable Testing
4.4 ............................................................................................. Test Certificates
5 ............................. Removal of Vegetation, including Crushing of Composting
5.1 ........................................................................................................... General
5.2 .................................................................................... Methodology of work
5.3 .................................................. Removal procedure for vegetative material
5.4 ............................................................. Crushing and composting procedure
6Excavation, Loading and Transport of Waste Material from the open hillock area in KIE
6.1 ........................................................................................................... General
6.2 .................................................................................................. Methodology
7 ......................... Installation of the bottom structure of the containment cells
7.1 ........................................................................................................... General
7.2 .................................................................................................. Methodology
7.3 ........................................................................... Transport of Clean Material
8Remediation and clean-up of the drains and ponds 3 and 4 in KIE as well as the discharge
channel in the plains ...........................................................................................
8.1 ........................................................................................................... General
8.2 .................................................................................................. Methodology
9 .......................................... Remediation and clean-up of ponds 1 and 2 in KIE
Works 4: Remediation works of NMK-KIE Page 183
9.1 ........................................................................................................... General
9.2 .................................................................................................. Methodology
9.3 ......................................................... Methodology for construction of weirs
10 ...................................................Remediation of the sediments in Lake NMK
10.1 ......................................................................................................... General
10.2 ................................................................................................... Procedures
10.3 ................................................................................................ Methodology
11 ..................... Dewatering of the sediments and application of the geotubes
11.1 ......................................................................................................... General
11.2 ................................................................................................... Procedures
11.3 ................................................................................................ Methodology
12 .........................................................Design of Cover Layer Containment Cell
12.1 ......................................................................................................... General
12.2 ................................................................................................ Methodology
12.3 .................................................................................................... Vegetation
12.4 .............................................................................. Revetment along pond 1
12.5 ......................................................................... Transport of Clean Material
13 .................................... Cover layer and revetment of the bund in Lake NMK
13.1 ......................................................................................................... General
13.2 ................................................................................................... Cover layer
13.3 ................................................................................ Revetment of the bund
14 .......................................................................... Development for Future Use
14.1 ...........................................Installation of Irrigation System & Horticulture
14.2 ................................... Surface water collection and storm water drainage
14.3 .......................................................................................... Permanent fence
14.4 ............................................. Installation of Monitoring Wells & Bore wells
Works 4: Remediation works of NMK-KIE Page 184
1 Features of the preferred remediation option for NMK/KIE
1.1 Concept of Tube Option
The remediation works under this Contract facilitate the final implementation of an area wide
remediation strategy for the whole NMK/KIE area. As such the works under this Contract will
result in the containment of large quantities of sediments and the removal/disposal of a
considerable amount of illegally dumped waste. In addition the required monitoring will
provide valuable data for the implementation of other components of the area wide
remediation strategy.
The remediation works under this contract in KIE and the plains include the following main
items:
- collection and offsite disposal (TSDF) of waste present in the open hillock area of KIE
- collection and on-site transport of sediments from the open drains in KIE
- excavation and on-site transport of sediments from the discharge channel in the plains
- dredging/excavation and on-site transport of sediments from swamps and the (stagnant)
water ponds in KIE
- sediments from the open drains, discharge channel, swamps and stagnant water ponds will
be dewatered in tubes of geotextile which are positioned in a containment cell in one of the
stagnant water ponds
- construction of check dams to prevent direct inflow of drainage water and sediments into
NMK Lake
The remediation works under this contract at NMK Lake include the following main items:
- dredging of sediments from the bottom of the Lake
- dewatering of the dredged sediments in tubes of geotextile which are positioned in a
containment cells which are situated along the bunds of the Lake
- application of a cover layer of sand on top of the original clay bottom of NMK Lake
Works 4: Remediation works of NMK-KIE Page 185
Before excavation/collection/dredging of sediments can commence, dewatering cells have to
be constructed. As such the dewatering cells provide the bottom liner of the final containment
cells.
Before the slurry of sediments and surface water can be pumped into the tubes of geotextile
for dewatering, flocculants and/or electrolytes have to be added to the mixture. After
dewatering the process water has to be filtered, collected and pumped back into the Lake.
After the sediments have been removed and dewatered the containment cells will be closed,
capped and covered with a vegetation layer.
To be able to accommodate all sediments as well as the new top cover the containment cell in
stagnant water pond 2 is to attain a height of about 6-7 meters above the surrounding area.
The actual height shall be the result of the effect of dewatering on the volume of sediments
and variation of the final height between 5 and 8 m can be accepted. The containment cells
will have a flat top and 1:3.0 slopes on all sides. The top cover only allows for shallow rooting
(grassy) vegetation and no construction is possible on it. Keeping these limitations in mind, the
area can be made accessible to the public for various purposes.
The containment cells along the bunds of Lake NMK will attain a height between 1.5 and 2.0
meters above Full Tank Level (FTL +97.7 meter). To minimize the footprint of those cells part of
the perimeter of those cells will consist of a gabion structure.
For reasons of work order optimization it is allowed to exchange volumes of sediments
between the containment cells of KIE/plains and NMK.
The top cover as well as the sediments, the ground- and surface water of the whole area will require monitoring to ensure that no further exposure to the contaminants can take place.
1.2 Features of the Tube Option
The features of the remediation option for the NMK/KIE site are as follows:
Works 4: Remediation works of NMK-KIE Page 186
General Items 1. Project area 2. Temporary fencing 3. Clearance work 4. Health and safety aspects 5. Social aspects 6. Environmental protection 7. Permanent Fence
Particular Items (Scope of Work) 1. Installation of Bottom Layers for the Containment Cells
Installation of fill layer to level original surface and to form core of ring dyke around the containment cell in stagnant water pond 2
Installation of a sand layer or non-woven geotextile as foundation for the barrier layer
Installation of a barrier layer with HDPE liner system.
Installation of a drainage layer, consisting of sand mixed with active carbon and containing HDPE drains
2. Collection and offsite disposal of waste from open hillock area
Waste investigation
Excavation and collection of waste according to waste type
Transport of waste
Disposal of waste 3. Cleaning of drains
Collection and transport of waste
Excavation/collection of sediments
Transport of sediments
Disposal of sediments 4. Cleaning of discharge channel in the plains
Collection and transport of waste
Excavation/collection of sediments
Transport of sediments
Disposal of sediments 5. Cleaning of swamps 3 and 4
Collection and transport of waste
Excavation of soil and sediments
Transport of soil and sediments
Disposal of soil and sediments 6. Cleaning of stagnant water ponds 1 and 2
Collection and transport of waste
Dredging of sediments
Transport of sediments
Dewatering and containment of sediments in tubes of geotextile
Excavation of soil
Transport of soil
Application of soil 7. Sediment removal from Lake NMK
Works 4: Remediation works of NMK-KIE Page 187
Dredging of sediments
Transport of sediments
Dewatering and containment of sediments in tubes of geotextile 8. Construction of check dams 9. Covering of tubes of geotextile
Installation of fill or clay layer, including profiling of the slopes on each side
Installation of sand layer or non-woven geotextile 10. Construction of Cover Layer as per HWM Rules 2008
Installation of a barrier layer with HDPE liner system.
Installation of a drainage layer
Installation of Vegetative Soil layer
Establishing of a grass blanket 11. Construction of a drainage system
Excavation of Ditches
Installation of Drains
Installation of Discharge pipes
Excavation and partially revetment of Surface Water Drainage channels draining all surface waters to nearby surface water
Revetment of the containment cell bund along stagnant water pond 2 12. Installation of a sand cover on top of the bottom of Lake NMK
Installation of the sand layer 13. Monitoring and after care of cover layers, sediments, surface water and groundwater to
control contaminant exposure.
2 Description of the Site
The NMK/KIE site is located south west of Hyderabad as shown on Drawing Nol. IND50-1/01:
Regional Map showing site location of KIE/NMK (Refer Section VI). The complete project area is
elaborated in the Scope of Work (Refer Section V). The description of the site presented in this
section to be read in conjunction with the Scope of work as defined in Section V.
The various break ups of the project areas have been elaborated in details in this section;
which needs to be addressed by the bidder/contractor during the remediation works on site.
The existing situation of the NMK/KIE site is presented in the following Topographical Survey
Maps (as of March 2012):
Open hillock area: IND50-1/02 (Refer Section VI)
Swamp 4: IND50-1-4-1 (Refer Section VI)
Swamp 3: IND50-1-3-1 (Refer Section VI)
Stagnant water ponds 1 and 2:IND50-1-1 (Refer Section VI)
Lake NMK: IND50-1/03 (Refer Section VI)
Works 4: Remediation works of NMK-KIE Page 188
Drains in KIE: IND50-1-6-6 (Refer Section VI)
Discharge channel: IND50-1-7-1 (Refer Section VI)
Variation from the topography shall be expected as dumping activities and sediment
accumulation have been continuing on site since the topographical survey was conducted.
2.1 Project Area
The total project area is about 191,000 m2 out of which Lake NMK is 68,000 m2 and the open
hillock area about 74,000 m2. Theperimeter of the lake is of approx. 1,140 m and the perimeter
of the open hillock area is approx. 1,710m.
Drawing No, IND50-1/04 enclosed in Section VI presents the Layout showing Contractors Area
(showing the complete Project area) to be utilized during the remediation works. The following
areas are available for the Contractor:
Swamps 3 and 4: areas within the pink borders
Stagnant water ponds 1 and 2: areas within the purple borders
Open hillock area KIE: area within the green border
Drains: drains as indicated with the light blue lines and on average a 4 m width strip directly alongside those drains
Discharge channel in the plains: stream as indicated with the dark blue line and on average a 4 meter width strip directly along one side of the channel
Lake NMK, office and work space and containment cells: area within the orange border.
With regard to above borders reference is made towards Drawing No. IND50-1/04.
The open hillock area, swamps 3 and 4, stagnant water ponds 1 and 2 and the major part of
Lake NMK perimeters are already fenced off before the start of the remediation works. A
temporary site fence (approximately 230 m) has to be constructed along the backside
periphery of the Contractors office and work space behind the STP as depicted in Drawing no
IND50-1/04.
It is anticipated that a mobile fence will be sufficient, to effectively separate the works on the
drains and channel from the surrounding area.
2.2 Distribution of Project Area
The project area consists of:
- Lake NMK. (Refer Drawing No. IND50-1/04 enclosed in Section VI)
Works 4: Remediation works of NMK-KIE Page 189
Surface area of Lake NMK is 68,000 m2, the lake has about 60,000 m2 of free water, the remaining 8,000 m2 is covered with floating vegetation in front of the various shore lines
The perimeter of the lake is approximately 1,140 m
The existing floating vegetation shall be collected and removed from the lake. The plant material shall be crushed before it will be composted at authorized compost facilities in the vicinity of the project site. The compost shall be later used in the vegetative layers of the containment cells and the leveled surfaces of the open hillock area in KIE.
A temporary fence shall be constructed along the south side of the office and work space of the Contractor in the barren land behind the STP; demarcating the actual project working area during remediation works.
- The temporary office and workspace. (Refer Drawing No. IND50-1/04 enclosed in Section VI)
Located towards the south of Lake NMK in the back of the STP.
Size is approximately 13,200 m2 + 14,136 m2 brining it to a toal size of 27,336 m2.
The area has to be cleared of all shrubs, bushes and waste. After the vegetation is cleaned from soil and waste, it shall be crushed with a shredder and put forward for composting.
The waste shall be segregated and recycled/disposed of according to Indian regulations.
The area shall be leveled so that no large differences in height (> 5 cm) will remain.
An office building of about 300 m2 shall be constructed in this area.
The remaining area shall remain open and shall be provided with parking, garden, temporary sanitary waste disposal arrangements etc. A temporary road of 5 m wide in between the Temporary office and work space area and having an approach from the main road NH7 shall be constructed for easy access of trucks and vehicles during the remediation works. The total length of road will be approximately 450 m length.
2.3 - The containment cells along the bunds of Lake NMK (Refer Drawings Nos. IND50-1-5-4, IND50-
1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-5-112-3 enclosed in Section VI).
Located along the western, northern and southeastern bunds of Lake NMK.
Size is approximately 1,000, 2,000, 2,000 and 6,500 m2 respectively
The areas have to be cleared of all shrubs, bushes and waste. After the vegetation is cleaned from soil, it shall be crushed with a shredder and put forward for composting.
The area shall be leveled so that no large differences in height (> 5 cm) will remain. The lowest areas shall be heightened with soil (fill) to provide a level basis for the construction of the containment cell. Soil for fill material has to be free of particles large then 0.1 m.
2.4 - Stagnant water pond 1 (Refer Drawing No. IND50-1/04 enclosed in Section VI)
Located towards the northeast of Lake NMK.
Size is approximately 5,810 m2.
The area has to be cleared of all shrubs, bushes and other type of vegetation. After the vegetation is cleaned from soil, it shall be crushed with a shredder and put forward for composting.
- Stagnant water pond 2 and the containment cell (Refer Drawing No. IND50-1/04 enclosed in Section VI)
Located towards the northeast of Lake NMK.
Size is approximately 8,350 m2.
Works 4: Remediation works of NMK-KIE Page 190
The area has to be cleared of all shrubs, bushes and other type of vegetation. After the vegetation is cleaned from soil and waste, it shall be crushed with a shredder and put forward for composting. Once the area is cleared the actual remediation and construction of the containment cell can commence.
The waste shall be segregated and recycled/disposed of according to Indian regulations.
Once the sediment and polluted soil have been removed at the projected footprint of the containment cell the area shall be leveled so that no large differences in height (> 5 cm) will remain. The lowest areas shall be heightened with soil (fill) to provide a level basis for the construction of the containment cell. Soil for fill material has to be free of particles large then 0.1 m.
- Swamp 3 (Refer Drawing No. IND50-1/04 enclosed in Section VI).
Located towards the east of Lake NMK in the central part of KIE
Size is an approximately 1,290 m2
The area has to be cleared of all shrubs, bushes and other type of vegetation. After the vegetation is cleaned from soil, it shall be crushed with a shredder and put forward for composting. Once the area is cleared the actual remediation can commence.
2.5 - Swamp 4 (Refer Drawing No. IND50-1/04 enclosed in section VI).
Located towards the southeast of Lake NMK in the western part of KIE
Size is an approximately 990 m2
The area has to be cleared of all shrubs, bushes and other type of vegetation. After the vegetation is cleaned from soil and waste, it shall be crushed with a shredder and put forward for composting. Once the area is cleared the actual remediation can commence.
The waste shall be segregated and recycled/disposed of according to Indian regulations.
2.6 - Drains in KIE (Refer Drawing No. IND50-1/04 enclosed in section VI).
Located throughout the entire KIE
Total length of the drains is approximately 3,000 m.
Unlined sections of the drains shall be cleared of all shrubs, bushes and other types of vegetation. After the vegetation is cleaned from soil, it shall be crushed with a shredder and put forward for composting. Once the area is cleared the actual remediation can commence for the unlined sections.
2.7 - Discharge channel in the plains (Refer Drawing No. IND50-1/04 enclosed in section VI).
Located towards the northwest of Lake NMK
Total length of the discharge channel is approximately 740 m.
The channel has to be cleared of all shrubs, bushes and other types of vegetation to the extent that it does not longer obstructs an efficient remediation of the channel bottom. After the vegetation is cleaned from soil and waste, it shall be crushed with a shredder and put forward for composting. Once the area is cleared the actual remediation of the channel can commence
The waste shall be segregated and recycled/disposed of according to Indian regulations.
2.8 - Open hillock area KIE (Refer No. IND50-1/04 enclosed in section VI).
Located towards the southeast of Lake NMK in the central part of KIE.
Size is approximately 74,000 m2
Works 4: Remediation works of NMK-KIE Page 191
The area has to be cleared of all shrubs, bushes and waste to the extent that is necessary for the efficient removal of waste or the partial usage of this area as additional work space for the Contractor. After the vegetation is cleaned from soil, it shall be crushed with a shredder and put forward for composting.
The whole area will be leveled so that no abrupt unnatural depressions will remain. Parts of the area which will be temporarily used as work space will be leveled so that no large differences in height (> 5 cm) will remain.
2.9 The topographical map and current cross sectional elevations for Lake NMK are presented in
Drawing Nos. IND50-1/03 and IND5-1-5-1 – refer Section VI:
› Lake NMK with location of 3 cross sections: 1. Cross section Profile 1 - Northwest to Southeast 2. Cross section Profile 2 - Northwest to Southeast 3. Cross section Profile 3 - Northwest to Southeast
› The current situation is based on topographical survey carried out in March 2012. Some
changes in height might have taken place since the survey due to on-going illegal waste
dumping in the open hill lock area and the accumulation of sediments in the swamps, stagnant
water ponds, drains, the lake and the discharge channel.
This part of the document provides detailed specifications to be followed for different items of
works for remediation activities. All work shall be strictly in accordance with the Technical
Specifications, unless otherwise approved /desired by the Engineer in Charge in writing.
3 Contractors Obligation
3.1 Site Preparation and General Work Conditions
Prior to commencing with the remediation works, the Contractor / bidder shall prepare the
site by:
› Protecting existing structures; › Providing Temporary Fencing, were required. Caution tape and similar (plastic chains
etc.) are not acceptable as Temporary Fencing. › Providing site security; › Preparation of areas for temporary storage, depots and office as highlighted above. › Contractor is responsible for Site accommodation, setting up mixing plant, access road,
water supply, electricity and general site arrangements, › Office furniture, equipment and communications › Contractor to provide the following and expenditure to be made for the same: a) Corporate office of contractor.
Works 4: Remediation works of NMK-KIE Page 192
b) Technical agents for site supervision. (Reimbursement to the technical agents provision is dispensed with where ‘over heads and contractor’s profit’ provision is included in the data rates)
c) Documentation and “as built” drawings.
d) Mobilization/ de-mobilization of resources. (Payment of mobilization advances shall be dispensed with where ‘over heads and contractor’s profit’ provision is included in the data rates)
e) Labour camps with minimum amenities and transportation to work sites.
f) Two (2nos) Light vehicles 4 x 4, suitable for 4 persons for site supervision including administrative and managerial requirements.
g) Laboratory equipment and quality control including field and laboratory testing. (Contractors have to establish Quality Control laboratory in accordance with Indian legislations and standards or best international practices)
h) Minor T & P and survey instruments and setting outworks, including verification of line, dimensions, etc. X- and Y-coordinates have to be surveyed with a precision of +0.02 m and Z-coordinates with a precision of 0.005 m.
i) Continuos (24/7) Watch and Ward – Guarding of the Site, with three shifts
j) Traffic management/ Safety management during construction.
k) Expenditure on safeguarding environment, amongst others including the cleaning of access and regress roads.
l) Sundries.
m) Taxes and Duties – Contractor to specify the taxes and duties applicable under the contract and mention them separately under the items of BOQ. Other inherent costs are to be borne by the contractor which are not specified in the Cost Estimates.
n) Work Insurance/ compensation to be arranged by contractor / bidder.
3.2 Building Facilities
The building facilities shall include, but not be limited to the following buildings required for
the comprehensive operations. The Contractor shall provide any other buildings and facilities
required for the proposed work/operations.
Office (AC equipped)
Toilets/Wash Room
Works 4: Remediation works of NMK-KIE Page 193
Three-chamber undressing/showering/dressing (black/white) compartments for workers working in contaminated areas or in direct contact with lake sediments.
Workshop and Warehouse
Heavy Equipment Storage
Guardhouse
3.3 Survey and Setting out Work
(1) Data for Setting out Work
The Contractor shall be deemed to have ascertained before the Tender Date the extent and
probable accuracy of the information and reference points likely to be available to him and
shall carry out all additional survey works necessary for setting out the Works.
Elevations shown for the various parts of the works refer to the LAND SURVEY Datum. The
Contractor shall obtain from the Survey of India / Other Govt. Departments the location and
level of a bench mark and then establish the necessary lines at the surface of the ground and
at convenient locations for the construction of works. From the established base lines and
bench marks, the Contractor shall extend the necessary lines and levels for construction of the
works and shall preserve all stakes set out for lines, bench marks, or measurement of the work
in their proper places. Any expense incurred in replacing the said stakes, which the Contractor
may have failed to preserve, shall be borne by the Contractor.
(2) Existing Utility Lines – Power, Water Supply, Electrical & Instrument cables, overhead lines etc
Prior to any construction activity, the Contractor shall locate and identify all possible existing
utility lines. These shall be marked on the ground and also on relevant drawings prior to
commencement of construction activities. These shall be adequately protected against
damage by construction works.
(3) Geological Data
The Contractor shall obtain all geological information pertaining to the site, including the
physical and chemical characteristics of sub-surface soils. Indicative results of soil
investigations carried out in the NMK-KIE area are available for reference in the earlier reports
made as enclosed along with these tender documents. However, the Contractor shall be
responsible for verifying the adequacy/accuracy of this data prior to commencement of the
Works.
The Contractor shall bear the costs of all necessary additional site investigations, e.g. soil
investigation work and survey work etc. required for the implementation of the Work. The
results of Geotechnical Investigations undertaken by the Contractor will be compared with the
results presented as part of the ESMP Report and the investigations indicating inferior
geotechnical properties of soil will be considered for the design purpose.
(4) Access to the Site
Works 4: Remediation works of NMK-KIE Page 194
The Contractor shall submit temporary access plans that shall be carried out prior to
constructing, documenting the original condition, maintaining and afterwards removing and
reinstating any access required for or in connection with, the execution of the Works. All
temporary access for construction purposes shall be reinstated to its original condition, and to
a satisfactory degree of safety and stability.
(5) Site Preparation and clearance
The site preparation of the temporary areas for storage, depot and office includes removal of
scrubs, waste and other surface material and levelling of the area within.
The contractor shall carry out the Site preparation and dressing, cleaning and grubbing within
the entire project area to be utilized by the contractor with levelling, excavation, clearing and
cleaning of site, removal of scrubs and other wastes (to be documented and disposed of
according to Indian ledislation), vegetation and other surface material and levelling within less
than 5 cm of depth including all tools and plants, machinery and equipments, manpower and
labours etc complete, utilizing the excavated materials for low area filling work, disposing the
waste materials onto an off-site TSDF facility as directed by engineer in charge and to the
satisfaction of engineer in charge.
3.4 Permits and Licenses
Unless otherwise explicitly stipulated in these specifications, all permits and licenses necessary
for the proper execution of the Works shall be secured by the Contractor at its own expense
and in time.
3.5 Protection of Property
(1) Protection of Existing Structures
The Contractor will be responsible for construction such that these activities are planned for in
the construction schedule and do not delay the completion of the overall project. These
activities include demarcation and protection of existing on site and off site structures and the
project area prior to construction such as:
› Vegetation in the surrounding area › Utility lines › Demarcation of areas by means of temporary fencing. › (2) Protection of Adjacent Property
The Contractor shall conduct its operations in such a manner as to avoid any damage to
adjacent properties, improvements or facilities, buildings, trees, ground cover, electric lines,
fences, guide posts, culverts, property and other markers, signs, structures, conduits, cables,
pipelines and other facilities within or adjacent to the street or right-of-way.
Works 4: Remediation works of NMK-KIE Page 195
The Contractor shall provide and install suitable safeguards to protect such items from injury
or damage, and should such item be damaged by reason of the Contractor operations, these
items shall be replaced or restored to a condition as good as they were in when the Works
commenced, or as required by the specifications.
The Contractor shall not disturb any monuments, boundary stones or survey markers without
permission of client, and it shall bear the expense of resetting any monuments, boundary
stones or survey markers, which may be disturbed.
The Contractor shall be responsible for all damage to streets, utilities, roads, highways, ditches,
embankments, bridges, culverts or other public or private property, which may be caused by
transporting equipment’s, materials, or men to or from the works. In the event of damage, the
Contractor shall make satisfactory and acceptable arrangements with the property owner over
the damaged property concerning its repair or replacement.
(3) Protection of Utilities and Substructures
The Contractor will be responsible for protecting all utilities. The Contractor will arrange for
the location and marking of underground utility lines which might include water, sanitary
sewer, storm water sewer, electrical, natural gas, telephone, and cable etc. The Contractor will
take necessary precautions to prevent disrupting and damaging the utility lines during
remediation. For any utilities identified in the waste or polluted sediments, the Contractor will
consult with the project Engineer in Charge regarding procedures to preserve or excavate and
restore the utility backfill. The presently identified utilities are:
› Sewage lines between the pumping station and the STP. › Several sewage lines along the road separating stagnant water pond 1 and stagnant
water pond 2. › Several above ground Power and Communication lines throughout KIE. › A diligent search of known utility records has been made in an endeavour to indicate on the drawings
accompanying these Tender Documents, the nature and location of all utilities which exist within the
limits of the work. However, the accuracy or completeness of the utilities indicated on the drawings is not
guaranteed. Utility structures and/or service connections to adjacent property may or may not be shown
on the drawings. The Contractor shall acknowledge its responsibility as set forth hereinafter
(4) Contact with Utility Owners
It shall be the responsibility of the Contractor, before commencing any excavation, to contact
all possible owners of utilities within the works area and to ascertain from records or
otherwise, the existence, position and ownership of all utilities, utility structures and service
connections. No error or omission regarding the said utilities shall be construed to relieve the
Contractor from its responsibility in protecting all such facilities.
(5) Maintenance and Repair
Unless otherwise indicated on the drawings or in the specifications, all water lines, lighting,
power, telephone, or radio cables and conduits; sewer lines; house connection lines and other
subsurface structures of any nature encountered as the work progresses shall be maintained
Works 4: Remediation works of NMK-KIE Page 196
by the Contractor at its own expense and shall not be disturbed, disconnected, or damaged by
him during the progress of the work. Should the Contractor in the performance of the work
disturb, disconnect, or damage any of the above, all expenses of whatever nature arising from
such disturbance or the replacement or repair thereof, shall be borne by him.
(6) Temporary Works
Within a reasonable time (and in any case not less than 21 days) before the Contractor intends
to commence construction of any of the Temporary Works, it shall submit the working plan,
including drawings, of the same for the approval of the Engineer in Charge. An approval from
the Engineer in Charge shall mean that the Contractor can proceed with the Works; however
this shall not relieve the Contractor of responsibility for the sufficiency of the Temporary
Works or of its other duties and responsibilities under the Contract. The Contractor shall make
safe and reinstate all areas affected by Temporary Works
3.6 Temporary Drainage
The Contractor shall keep the site well drained to facilitate both remediation and site
operations. All works are to be carried out in a dry condition. Excavated areas shall be kept
well drained and free from standing water.
The Contractor shall construct, operate and maintain all temporary dykes, water courses, and
other works including pumping and well-point dewatering that may be necessary, to exclude
water from the site while remediation is in progress. Such temporary works shall not be
removed without the approval of the Engineer in Charge. The Contractor shall take all
necessary precautions to avoid flotation of any partially completed structure.
3.7 Temporary Facilities for Construction Use
(1) Water Supply
The Contractor shall arrange for and provide suitable supplies of water at the site for drinking,
washing, sanitation, and general cleaning in addition to that required for the Works. Any water
for construction purposes shall not be sourced from private houses or other consumers’
premises. The Contractor shall make its own arrangements with concerned authorities to
ensure the required availability of water during the construction period.
(2) Electrical Supplies
The Contractor shall arrange for reliable power supplies to be provided to the remediation
sites until all remediation works have been completed.
The contractor shall obtain the necessary approvals, make the necessary arrangements and
also bear the expenses for permanent power supply provisions to the working sites.
(3) Sanitation
Works 4: Remediation works of NMK-KIE Page 197
The Contractor shall provide all necessary sanitary facilities required within the sites, and shall
maintain the sites in a sanitary condition at all times. All matters concerning with health and
sanitation shall comply with the requirements of the municipalities / concerned authorities.
(4) Telephone
The Contractor shall apply for telecommunication facilities in connection with the Works.
(6) Temporary Yards
The Contractor shall be responsible for the temporary storage of all equipment and materials
until they are incorporated in the Works. All equipment and materials at the site shall be
adequately stored or housed and protected against deterioration, damage and loss.
(7) Contractor Offices
The Contractor shall construct, maintain and subsequently remove all temporary offices,
sanitary conveniences, stores, workshops, staff quarters, compounds, parking areas and the
like necessary for the satisfactory completion and maintenance of the site development, and
the setting and layout of these shall be made with the approval of the Engineer in Charge. The
Contractor shall pay all fees required by law to the relevant authorities in this respect.
(8) Contractor Temporary Site Services
The Contractor shall also provide, maintain and subsequently remove temporary services for
water supply, drainage, lighting and ventilation, roads, paths, parking places and be
responsible for disposal of waste of its staff, the TSPCB or the TSPCB’s Representatives, and for
the employees of its subcontractors, if any. Details and layout of services shall be approved by
the Engineer in Charge. The Contractor shall also obtain any necessary approvals or permits
from any Government Agencies and Local Authorities to establish such services within the Site.
This facility shall be designed to withstand local climatic conditions and shall be provided with
sufficient office furniture, appliances, etc. The site office shall be provided with windows of
appropriate opening, suitable lighting etc. A firm path shall be maintained in all-weather
condition between the nearest access road and the office. The Contractor shall maintain, clean
daily and, when necessary, light the office throughout the period of this Contract.
The Contractor shall pay all deposits and charges, comply with all by-laws, maintain all services
and pay all bills for electricity, water, telephones, etc. for the full duration of the Contract.
The Contractor shall keep the office accessible at all times and in every way habitable for
working purposes throughout the duration of the Contract. It shall also provide such labour
and cleaning materials as are required to maintain the site office in a thoroughly clean and
sanitary condition.
The Contractor shall provide twenty-four (24) hours security services.
(9) Provisions and Services for TSPCB Site Work
Works 4: Remediation works of NMK-KIE Page 198
The Contractor shall provide and maintain in good condition all the necessary temporary
facilities and services for TSPCB’s site work during the duration of the works, to include, but
not limited to, the following:-
a) Safety helmets, boots (S3 or S5 as required) and other safety equipment b) First aid kit c) Survey instruments d) Water and lighting e) Provision of Laboratory and testing services f) Temporary accommodation for workers g) Remediation equipment and machineries whenever necessary
3.8 Provide Site Security
3.8.1. Guarding of the site The Contractor shall be required to provide watchmen during and after normal working hours
to guard all utilities, plants, equipment, material, etc. delivered on site and to ensure that all
signs, lights, fences, etc. are in their proper place. The contractor / watchmen provided by him
shall be responsible to guard all work carried out under this contract, including part of the
works that may have been taken over by the Employer, as well as to guard any goods or
materials provided by the Employer for use in the works falling under this contract. The
provision of watchmen shall continue until all the works have been taken over by the
Employer.
The Employer will not take responsibility for any acts of vandalism, theft, etc.
Outside lighting, around the office buildings and on the parking area, shall be installed to the
satisfaction of the Engineer in Charge. Temporary power facility has to be provided by the
Contractor on his own costs.
3.9 Groundwater Monitoring Wells
Existing and newly installed groundwater monitoring wells will be maintained during
remediation and will be used to monitor groundwater quality after remediation. The
Contractor will be responsible for protecting the remaining wells during remediation and for
repairing any damage to the wells caused during remediation. The Contractor shall in the field
and based on the Final Site Assessment Report and his own monitoring plan identify possible
groundwater monitoring wells or drinking water wells and agree with the Engineer in Charge
on the wells to be preserved. In case some groundwater wells will need to be abandoned this
must only be done after agreement with the Engineer in Charge and following national or
international standards for abandoning wells in order to ensure against leachate of surface
water entering into groundwater source. Drinking water wells will have to be replaced by the
Contractor at his own cost.
Works 4: Remediation works of NMK-KIE Page 199
The groundwater monitoring shall follow the requirements of the Environmental and Social
Management Plan and the further details as included in Section VII.
3.10 Un-Impacted Areas
The Contractor will install barriers to prevent uncontrolled entry of equipment into areas
outside the excavation limit (i.e., un-impacted areas).
3.11 Above ground (Power) Lines
The work in KIE includes activities near and under (power) lines. The contractor shall make
sure that the owner of the (power) lines is informed and shall obtain all necessary approval for
work close to or underneath the (power) lines.
3.12 Fencing of the Site
3.12.1. Closing of the existing gate The existing gates shall be closed, during the remediation works, in a way that no additional
waste can be disposed off at the different project areas and in a way that prevent
unauthorised access to the site.
3.12.2. Fencing of the Site The Contractor is to provide, install and maintain suitable barriers and fences to protect the
work, construction camp, storage yard, existing facilities and construction and installation
operations and to remove same when no longer required by the Employer, or at completion of
work.
The open hillock, swamps 3 and 4, stagnant water ponds 1 and 2 are already completely
fenced at the commencement of the works under this Contract. Apart from the south side of
the perimeter of the office and work space for the Contractor the whole of the NMK area is
already completely fenced at the commencement of the remediation works. At the south side
of the office and work space first a temporary fences has to be erected. This fence has to be
replaced by a final fence after the remediation works have been implemented.
With regard to the works on the drains in KIE and the discharge channel in the plains, a mobile
barrier has to be applied which separates the ongoing works in a particular section from the
surrounding areas.
Barriers and fences shall comply fully with local laws and regulations.
All fences shall be structurally adequate for the required purposes and shall be maintained
during the entire remediation period. Only temporarily barriers and fences installed under this
Contract shall be completely removed on completion of the work. The Contractor is to clean
the site and repair any damage that may have been caused by him.
Works 4: Remediation works of NMK-KIE Page 200
The fencing at the south side of the office and work space shall consist of a temporary fence
during the construction period and a permanent fence to be used after the remediation works
have been implemented.
Site entry gate houses shall be established at the office and work space at Lake NMK, at the
entrance to stagnant water pond 2 and at the entrance to the open hillock area in KIE to
provide shelter from sun and rain for the watchmen. The entry gate houses shall be minimum
5 m2.
3.12.3. Temporary Site Fence - Barbed Wire Fences and MS Gate The drawing for the temporary fence shall be referred to as Drawing No. IND50-1-5-7 in
Section VI. This specification / requirements of fence and associated gate work including
foundation, RCC Pre-cast Posts and Tying of barbed wires to the RCC posts etc thereof as
elaborated under:
EARTHWORK FOR CIVIL WORKS
The excavation for the RCC post shall be 0.45m x 0.45m x 0.45m depth below GL.
PLAIN CEMENT CONCRETE FOR FOUNDATION
The PCC of grade 1:3:6 shall be placed on a clean bed at the designed level. Concrete in no case
shall be dropped from a height of more than 1m. Stone aggregates for concrete shall be of
approved quality and size. All concrete work shall strictly be carried out as per IS: 456.
CONCRETE IN PRECAST RCC POSTS
Concrete shall be of M20 grade with 20mm and down size crushed stone aggregates
conforming to IS: 383. The work shall be carried out as per IS: 456 in all respects. Necessary
moulds shall be provided for casting the concrete posts and the same shall be smooth finished
with 1:2 cement sand mortar as directed by the Engineer in Charge. The concrete shall be
cured for a minimum period of 14 days. The Precast posts will be further rooted in the
excavated holes of 0.45m x 0.45m x 0.45m depth.
RCC posts shall be 2.2mt in height and size 100mm x 100mm. 0.2 m of RCC posts shall be
embedded in the excavated hole of 0.45 x 0.45 x 0.45 m depth.
REINFORCEMENT
The steel for reinforcing bars shall be in the form of MS round bars conforming to IS: 432 grade
1 or high yield deformed bars conforming to IS: 1786. All reinforcement shall be free from
loose rust or scales oil, grease, and any other harmful matter. The steel reinforcement shall be
secured to one another with 16: SWG black annealed binding wire.
BARBED WIRE FENCING
Materials
Barbed wire shall conform as per IS: 278. The weight of the completed barbed wire shall be
136 gm/m. The coating on the wire shall be smooth and relatively free of lumps, globes or
points. Wire with excessive roughness blisters, salammoniac spots shall be rejected. Barbed
Works 4: Remediation works of NMK-KIE Page 201
wire shall be made from two strands of galvanized, twisted 2.5mm (12 gauges) steel wire with
4 points of barbs. Each barb shall have two turns, tightening around one or both line wires
making altogether four complete turns. The barb shall be so finished that four points are set
and locked at right angles to each other.
Erection of Barbed wire Fencing:
Erection of Posts
RCC posts shall be spaced at regular intervals not exceeding 3m. Every 30m interval extra
double RCC post shall be provided.
Fixing Barbed wire fencing:
There shall be six evenly spaced rows of line wire. The bottom wire shall be close to the ground
unless otherwise noted in the drawings. Each line wire shall be secured to each intermediate
post by a wire stirrup passed through a hole in the posts and secured to the line wire by three
complete turns on each side of the post.
There shall be 6 Nos. of Barbed wire horizontal and 2 Nos. of barbed wire inclined between
two posts.
3.13 Rent of Land and Storage Buildings
Apart from the access roads at the premises of the Agricultural University, along certain
stretches of the drains in KIE and a certain portion of the access road towards the office and
works space south of Lake NMK, the Contractor is not obliged to rent additional temporary
land. Costs for renting aforementioned stretches and roads has to be included in the budget of
the Contractor.
3.14 Access Route, Signboard and Traffic Precautions
3.17.1 Access route The contractor shall ensure construction of WBM access road from public road to office and
work space area. The approximate location of the road is shown on Drawing No IND50-1/04 in
Section VI. The road is temporary and shall be removed on completion. It is the responsibility
of the Contractor to ensure that the access road has a quality sufficient for the trucks used
during the work. It is considered that 5 m wide and approximately 450 m length of temporary
road shall be constructed. The exact length of the road is to be decided by the Contractor
based on site operations.
From above working area the contractor can access the entire Lake NMK, by boats or
pontoons. If the Contractors prefers to construct temporarily access roads between this
working area and the projected containment cells in Lake NMK, he is free to do so as long as
any polluted sediments present at the projected alignment of such roads have been removed
prior to their construction. The road is temporary and shall be removed on completion. It is the
responsibility of the Contractor to ensure that the access road has a quality sufficient for the
Works 4: Remediation works of NMK-KIE Page 202
trucks used during the work. The exact length and width of the road is to be decided by the
Contractor based on site operations.
3.17.2 Traffic precautions The Contractor shall observe all rules and regulations regarding the use of public access roads.
The cost of maintaining all necessary safety measures and temporary structures and making
any necessary repairs, replacements or similar operations and all or any other costs required
by reason of this use of such roads shall be borne by the Contractor and the Contractor shall
save harmless and indemnify the Employer in respect of all claims, demands, proceedings,
damages, costs, charges and expenses whatsoever arising out of or in relation to any such
operation or interference. Public roads affected by soil and mud from the works should be
cleaned daily.
3.17.3. Signboard Soonest possible after the Contractor has been given access to site, the Contractor shall on site
provide, erect and maintain 4 separate signboards bearing:
› Project Title; › The Financier's name; › The Borrower's name; › The Employer's name; › The Engineer in Charge's name; › The Contractor's (and Subcontractors’) name(s); › Address of location; and › Such other information as the Engineer in Charge may direct to be inserted upon it.
The signboard shall be not less than 2.5 m x 2.5 m lettered in , Telugu and English.
The Contractor shall remove the signboard from the site on completion of the works.
4 Quality Control & Testing Procedures
4.1 References
The following guidelines and reference shall be referred / followed to by the Contractor for
execution of the project:
› MSW Rules 2000.
› HWM Rules 2008.
› Biomedical waste rules 1998.
Works 4: Remediation works of NMK-KIE Page 203
› Indian Standard (I.S) References List: Applicable for Remediation Works:
› IS 1200 (Part 22) - 1988 Method of Measurement of Building and Civil Engineering works - Part 22 - Materials
› IS 269 Specification for 33 grade ordinary Portland Cement
› IS 12269 Specification for 53 grade ordinary Portland Cement
› IS 383 Specification for coarse and fine aggregate from Natural Source for Concrete
› IS 456 Code of practice for plain and reinforced concrete
› IS 516 Method of test for strength of concrete
› IS 1199 Method of sampling and analysis of concrete
› IS 1200 (Part II) Method of Measurement of Building and Civil Engineering work (concrete work)
› IS 1791 Specification for batch type concrete mixers
› IS 226 Structural Steel
› IS 456 - 2000 Aggregate and Admixtures concreting
› IS 516 Method of test for strength of concrete
› IS: 1200 (Part V) Method of measurement of building and civil engineering work - concrete work (Part 5 - Form work)
› IS: 10262 Recommended guidelines for concrete mix design
› IS 226-1975 Structural steel (Standard quality) (5th Revision) superseded by IS: 2062:1992
› IS 800-1984 Code of practice for use of structural steel in general in steel construction
› IS 1200-1976 Method of Measurement
› IS 5640-1970 Method of test for determining aggregate impact value of soft coarse aggregates (Reaffirmed 1993)
› List of IRC Standard Codes
Works 4: Remediation works of NMK-KIE Page 204
› 6241-1971 Testing Road Materials / Method of Test for determination of stripping value of road aggregates
› 4919-1981 Glossary of terms Applicable to Landscape of Horticulture works
› 11272-1985 Glossary of terms relating to Horticulture Equipment
› 4984-1987 Specification for high density polyethylene pipes for potable water supplies, sewage and industrial effluents (3rd revision)
› IS 4984 and IS 14333: HDPE Pipes Code
4.2 Applicable Environmental Performance Standards
(C) Applicable Environmental Standards during the remediation works.
No polluted water from the site should flow outside the site boundary without treatment.
No MSW, HWM or biomedical waste constituents or polluted soil and sediment should be blown by wind outside the site boundary.
No surface run-off from the site should flow out outside the site boundaries
No fire incidence or smoke emission from the side should occur.
No MSW, HWM or biomedical waste should be observed floating/deposited outside the project area that can be attributed to site operations after completion of mobilization period.
At no stage of remediation operations from the date of mobilization the night time noise levels at the boundary (except for the side of the main road and up to distance of 50 m on branch roads) should exceed the noise standards for residential area.
The air pollution level should not exceed the ambient air quality standard after completion of remediation works.
(D) Applicable Environmental Standards during the maintenance operations.
Ground water quality in the monitoring wells with respect to heavy metals and organics must not exceed 25% of the baseline value in any of the ground water monitoring wells. The Contractor shall analyse the baseline concentrations at the commencement of the Work.
There should not be any perceptible change (statistically significant) over the mean value of baseline conditions with respect to colour and TDS/electrical conductivity in ground water monitoring wells and surface water sampling points. The Contractor shall analyse the baseline values at the commencement of the Work.
Works 4: Remediation works of NMK-KIE Page 205
Odour - No foul odour should be discernable at the boundary of the site towards the inhabitations.
The air pollution level at the site should not exceed the ambient air quality standard. The air quality during the Work shall be monitored by the Contractor.
Surface Water Flow - No uncontrolled surface water flow should take place from the site into the surroundings onto the ground.
No uncontrolled run-off from the site should occur outside the boundary.
Measures as per the Environmental Management Plan - In addition to (A) and (B) above the
contractor will be required to comply with the environmental management plan and
environmental monitoring plans.
4.3 Applicable Testing
4.3.1. Setting Of Field Laboratory by the Contractor The Contractor shall set up a field laboratory of his own at the work site which should be open
for use and inspection by Employer’s representative at any time. Alternatively the Contractor
is allowed to transfer samples to an accredited local off-site laboratory for testing and have the
sample analysed within 24 hours or sooner if the nature of the particular work requires this.
For all sampling and testing the Contractor has to prepare and implement a QA/QC plan,
including procedures for calibration of the testing equipment.
Engineer in Charge shall inspect the field laboratory upon setting up (and periodically
thereafter) and verify the adequacy and accuracy of all equipment thereof.
All the pressure gauges and other measuring equipment of the laboratory shall be checked and
calibrated regularly as directed by the Engineer in Charge by an agency and the Test
certificates shall be furnished to the Engineer in Charge.
The Contractor shall render all reasonable assistance and help in making such checks and tests.
The cost of all checks and calibrations shall be borne by the Contractor. The cost of all tests for
materials shall also be borne by the Contractor.
4.3.2. Testing If Engineer in Charge requires tests, the Contractor shall carry out such tests in accordance
with the specifications, BOQ and conditions of the contract. The Contractor shall provide all
documents and other information necessary for testing and such assistance, labour, materials,
electricity, fuel, stores, apparatus and instruments as are necessary to carry out such tests
efficiently. The Contractor shall provide such engineering support and technical know-how as
Engineer in charge shall reasonably request for the purpose of the tests.
If the tests required are elaborate and require prior setting up of equipment or instruments,
the Contractor shall agree, with Engineer in Charge and Engineer’s Representative, the time
Works 4: Remediation works of NMK-KIE Page 206
and place for the testing. Engineer in Charge shall give the Contractor not less than 24hours'
notice of his intention to attend such tests. The Contractor shall provide sufficient suitably
qualified and experienced (certified) staff to carry out such tests, including sampling.
The Contractor shall promptly forward to Engineer in charge duly certified reports of the tests.
When the specified tests have been passed, Engineer in Charge shall endorse the Contractor's
test certificate, or issue a confirmation to him / her, to that effect.
Employer is entitled to insist for the Contractor to carry out any tests of any type, as it deems
fit or alternatively insist to have tests verified in an independent laboratory, at the expense of
the Contractor. If such test is in accordance with specifications or Prudent Utility Practices,
then Employer shall bear the cost of such tests. Except that if the Materials or Works fail such
tests, the cost of the test shall be borne by the Contractor, and the Contractor shall also rectify
the Materials or Works at his cost. The tests shall include checking of construction records,
documents and drawings ,trial runs, checks of profiles and levels, borings and cores or any
other tests that maybe reasonably necessary to confirm that the works meet the
specifications.
The contractor shall provide sufficient suitably qualified and experience (certified) staff to carry
out such tests, including sampling.
Employer is entitled to insist for the contractor to carry out any tests of any type, as it deems
fit or alternatively insist to have tests verified in an independent laboratory, at the expense of
the contractor.
4.3.3. Measurements Any provisions of measurement referred to in this Contract will be applicable for the
assessment of quantity of work done for payment of works executed. All such assessments
shall be based on measurements duly entered in a measurement books. All items of work shall
be entered in a measurement book, level book, etc., as prescribed by Engineer in Charge so
that a complete record of the entire Works under this Contract can be established.
Measurements shall be signed and dated by both Parties on the Site on completion of
measurement forthwith. The original measurement books shall be kept in the custody of
Engineer in Charge. All payments under this Contract shall require to be supported by
measurements for assessing quantum of work, adherence to specifications, and achievement
of Project milestones.
Measurements shall be taken jointly by Engineer in Charge or his assistant and by the
Contractor or his authorised representative. Before taking measurements of any work the
Engineer in Charge or his assistant shall give reasonable notice of the date of measurement to
the Contractor.
If the Contractor fails to attend or send an authorised representative for measurement on the
notified date, or being present fails to countersign, Engineer in Charge shall record such
absence or failure to countersign, and take measurements ex-parte.
Works 4: Remediation works of NMK-KIE Page 207
The Contractor can inspect the measurement books available with Engineer in Charge, and if
the Contractor fails to countersign or record the objection within a week from the date of
measurement, then in any such event, measurements taken by Engineer in Charge or his
assistant shall be taken to be correct measurements of the work and shall be binding and
conclusive on the Contractor.
The Contractor shall, without any extra charge, provide assistance with every appliance,
instruments and supporting tests and any other things necessary for measurements and
certification.
4.4 Test Certificates
All manufacturers certificates of tests, proof sheets, mill sheets etc. showing that the materials
have been tested in accordance with the requirements of the appropriate Indian Standard,
other relevant Standard Specification these specifications shall be supplied free of charge on
request to the Engineer in Charge or his representatives. Such details shall be submitted with
every new batch of materials used at site.
Samples of all the materials used in the Remediation Works shall be submitted to the Engineer
in Charge or his representatives free of charge for testing and approval.
4.5 Personnel Protective Equipment (PPE):
The Contractors at his own expense has to supply all personnel working in the contaminated
zone at least with the following set of PPE:
disposable single use coveralls type CE catogories 4, 5 and 6
nitril gloves
safety shoes (S3 type) or safety boots (S5)
disposable polypropylene safety socks, with bow ties and eleastic top closure
safety glasses
full face mask with P3 and A type filters
all other safety equipment as deemed appropriate by the Contractor
5 Removal of Vegetation, including Crushing of Composting
Under the current Contract no demolishing works are required. Only vegetation has to be
removed.
5.1 General
Vegetation has to be removed from the following objects:
Works 4: Remediation works of NMK-KIE Page 208
Dense vegetation present within the water line of Lake NMK, which covers an area of about 8,000 m2
Medium to dense vegetation present in the work and office space, which covers an area of about 13,200 m2
Medium to dense vegetation present near the projected containment cell in the south-eastern corner of Lake NMK, which covers an area of about 14,140 m2
Medium to dense vegetation from swamps 3 and 4, stagnant water ponds 1 and 2, which covers an total area of 16,436 m2
Sparse to medium vegetation from the unlined sections of the drains in KIE to such an extent that is required for an efficient and complete remediation of those sections
Vegetation from the discharge channel in the plains to such an extent that is required for an efficient and complete remediation of this channel
Vegetation from the open hillock area in KIE to such an extent that is required for an efficient and complete removal of the waste or the application of certain sections of this area for temporarily work space. The open hillock covers an area of 74,000 m2
The total tonnage of the vegetation that has to be removed is estimated to be about 650 tonnes of fresh vegetation. Were required for efficient composting, the vegetation has to be crushed in chips smaller than 0.05 m, before it is transported to a authorized compost facility in the vicinity of the project area. The contractor shall take care that applicable permits are obtained and rules and/or
regulations concerning removal of vegetation and composting are followed. Produced compost
has to apply with the quality standards as per MSW2008 rules and the standards for city
compost as per rules of the Agricultural Department.
There are no existing utilities that should be removed at the remediation sites. When utility
lines are encountered, that are not indicated on the drawings, the Engineer in Charge shall be
notified prior to further work in that area. Uncovered utilities by work should be terminated in
a manner conforming to the nationally recognized code covering the specific utility and
approved by the Engineer in Charge.
5.2 Methodology of work
The Contractor shall report to the Engineer in Charge details of any underground chambers,
vaults, wells, etc discovered during the removal of vegetation and deal with as instructed. The
Contractor shall provide, maintain, alter and adapt temporary supports of adequate strength
to maintain integrity/stability of adjoining buildings, nearby services and thoroughfares. The
contactor shall take necessary precautions to prevent fire or explosion caused by gas or vapour
present.
Works 4: Remediation works of NMK-KIE Page 209
1. No vegetation shall be removed from the premises as a whole, or in a substantially whole condition, but all vegetation shall be crushed on the premises.
2. No vegetation shall be removed from the premises which still contain soil or sediment onto its root system.
3. If a Permit is required for removal of vegetation or cutting of trees, this shall be procured by the Contractor from the appropriate authorities before commencement of the works.
4. Excavations from root holes shall be filled with soil from the surrounding area.
5. When the removal of vegetation is substantially complete, the Contractor shall notify the Engineer in Charge that the work will be ready for final inspection.
6. The Contractor shall comply with applicable laws and ordinances governing the storage and composting of plant material; and shall commit no trespass on any private property in the processing of the plant materials without permission of the property owners involved.
5.3 Removal procedure for vegetative material
1. Perform removal of vegetation in such manner as to eliminate hazards to persons and property; to minimize interference with use of adjacent areas, utilities and structures or interruption of use of such utilities; and to provide free passage to and from such adjacent areas of structures.
2. Provide safeguards, including warning signs, barricades, temporary fences, warning lights, and other similar items that are required for protection of all personnel during removal operations.
3. Before beginning of any harvest or cutting work, the Contractor shall survey the site and examine the drawings and specifications to determine the extent of the work. The Contractor shall take necessary precautions to avoid damages to existing items to remain in place, to be reused, or to remain the property.
4. The Contractor shall coordinate the work of this section with all other work at the remediation sites.
5. When Utility lines are encountered that are not indicated on the drawings, the Engineer in Charge shall be notified prior to further work in that area.
6. The Contractor shall provide dust control in case of excess dust generation during the harvesting and cutting of the vegetation and the crushing of the vegetative material
Works 4: Remediation works of NMK-KIE Page 210
5.4 Crushing and composting procedure
The crushing of vegetative material and trees shall take place as close as possible to the place
of origin. The (crushed) material shall be transported to the authorized compost facilities by
regular combination of a tractor and a dumper.
The crusher shall be of a size sufficiently for the type of vegetation that has to be removed..
To facilitate an efficient and controlled composting process the Contractor has to contract an
authorized composting facility.
The composted material shall be reused e.g. for the vegetative layer of the containment cells
or on the surface of the landscaped central hillock area.
6 Excavation, Loading and Transport of Waste Material from the open hillock area in KIE
6.1 General
In the open hillock area of KIE traditionally all kinds of waste have been illegally dumped, as is
the case in other parts of this industrial estate. Since March 2012, APPIIC has been collecting
the illegally dumped waste in the other public areas of KIE and has transported this waste to
the open hillock area for temporary storage, awaiting the final removal of the wastes under
this remediation project.
Illegal waste dumping was unorganized and happened at random all over the open hillock
area. Mixing of waste from different sources of origin was common practice. From time to time
waste volumes present in the area were reduced by burning of the dumped wastes. APPIIC has
made an attempt to separate the waste and soil collected by them in the following four
categories for temporary storage:
Solid waste (hazardous and municipal)
Slags and ashes
Soil
Mixed soil and inert rubble
Under this project the following categories of waste have to be removed from the site:
Hazardous waste, amongst others asbestos
Municipal solid waste
Biomedical waste
Works 4: Remediation works of NMK-KIE Page 211
Slags, ashes and/or (sewage) sludges
Given the high dynamics of waste dumping in the open hillock a waste inventory has to be
carried out before the actual excavation and removal of the wastes can commence. The waste
inventory has to be carried out in such an extent that all sources of waste present in the open
hillock area of KIE will be identified, delineated and characterised according to above 4
categories and the volumes of every individual sources have been established.
The waste inventory has to be carried out through either the excavation of trial trenches or the
use of drilling equipment. A senior waste expert of the Contractor has to permanently
supervise the waste inventory in the field and has to document the results with the help of
logbooks, photo evidence, sample material contained in transparent closed containers and
maps representing the results of the measurements in the field. This expert has to categorize
the waste into the 4 categories as mentioned above.
Trial trenches or drill cores shall remain available for inspection by the Engineer in Charge for
at least 10 working days.
Based on oral information provided by the estate manager of APPIIC the total quantity of
waste present in the open hillock of KIE is currently estimated to be 3,500 m3. Of which is
about 100 m3 biomedical waste and the remaining volume more or less evenly distributed
between hazardous waste (1,100 m3), municipal solid waste (1,200 m3) and slacks, ashes
and/or (sewage) sludge’s (1,100 m3). In addition APPIIC has temporarily stored about 500 m3
soil and 750 m3 soil mixed with inert rubble in this open area.
Given the mixed character of the waste present in the open hillock area of KIE, the whole
waste inventory has to be carried out under the most strict health and safety precautions,
including the use of suitable boots, gloves, coveralls, masks and filters which meet the
international requirements for asbestos conditions and a three step decontamination and
wash unit between the polluted zone and the surrounding area.
Once the different source of waste have been identified, delineated and characterized, the
waste has to be removed by means of excavation and directly loaded on trucks which are
water tight and can be closed at the top. Waste removal has to be done in the following work
order: biomedical waste, hazardous waste, slags/ashes/(sewage)sludge’s and municipal solid
waste.
Biomedical waste, hazardous waste and slags/ashes/(sewage)sludge’s have to be transported
to an officially recognized TSDF near Hyderabad for further treatment and/or disposal. The
municipal waste has to be transported to one of the officially operated Municipal Solid Waste
Dumps in Hyderabad for final disposal. The distance between those facilities and the open
hillock sites are about 60 km on average.
Once all wastes sources at the open hillock area of KIE have been removed the available soil
(with inert rubble) shall be used to fill up the depressions were waste has been removed or for
general levelling and landscaping of the area. Inert rubble should not be applied in the upper
Works 4: Remediation works of NMK-KIE Page 212
1.0 m of the profiled soil strata. No soil from outside sources will be applied for fill, levelling or
landscaping.
Once (portions of) the open hillock area in KIE is free from waste and has been levelled in
accordance with the required specifications it can be used as additional working space for the
contractor.
6.2 Methodology
The method of excavation and transport can be freely chosen by the Contractor under the
conditions that the below described principles are followed.
1. In case unexpected hospital waste is observed during excavation, the Contractor shall stop the excavation of the particular area and inform the Engineer in Charge. The Contractor shall follow the instructions from the Engineer in Charge. Hospital waste shall be separately excavated and directly transported to a TSDF for further treatment or disposal.
2. In case the waste shows indication of asbestos during excavation, the Contractor shall stop the excavation of the particular area and inform the Engineer in Charge. The Contractor shall follow the instructions from the Engineer in Charge. Asbestos shall be sorted and packed onsite in double plastic (container) bags by contractor’s staff using the proper Personal Protective Equipment. When repacked the asbestos waste will be transported to a TSDF for final disposal .
3. In case the waste shows indications of unexpected chemical contamination from smell, odour or colour or presence of drums with unknown content, the Contractor shall stop the excavation of the particular area and inform the Engineer in Charge. The Contractor shall follow the instruction from the Engineer in Charge. Unexpected chemical contaminated waste will be onsite packed in adequate packaging material by contractor’s staff using the proper Personal Protective Equipment (PPE) as specified in Section 4.5 under particular specification. When repacked, the Chemical contaminated waste will be transported to a TSDF for final treatment or disposal.
4. All vehicles leaving the site shall be cleaned from soil and waste adhering to the vehicles tyres and body. Cleaning shall be performed in the transition zone between the open hillock area and the surrounding areas.
7 Installation of the bottom structure of the containment cells
After the vegetation, stumps, shrubs, debris waste, sediment and/or polluted soil have been
removed from the projected footprint of the containment cells at the bunds, hillock and
southeastern corner of Lake NMK and in stagnant water pond 2 and the remaining surface has
been levelled, the actual installation of the bottom construction of these containment cells can
commence.
Works 4: Remediation works of NMK-KIE Page 213
The bottom construction of the containment cell in stagnant water pond 2 consist of the
following separate layers:
- fill layer (variable thickness)
- foundation layer (0,5 m thick)
- HDPE layer of 2 mm
- drainage layer (0.5 m thick)
The fill layer has also to provide for the core of the ring dyke around the containment cells.
The bottom construction of the containment cells in Lake NMK consist of the following
separate layers:
- fill layer (variable thickness)
- sand layer (minimum thickness 0,15 m) with drains
- HDPE layer of 2 mm
- drainage layer (0.35 m thick) with drains and active carbon
On the surrounding slopes of the bottom construction the sand layers on both sides of the
HDPE liner are (partially) replaced by non-woven geo-textiles 250 g/sq.m (GSE250 or
equivalent). A total of 4,553 m2 of geo-textile is required for this replacement. With regard to
the specifications of the geo-textile reference is made towards chapter 12, were full
specifications for the geo-textile have been provided.
Newly installed gabions or existing bund slopes isolate the bottom construction from the
surrounding areas. A 1.5 mm thick HDPE liner in combination with clay prevent the direct
inflow of surface water through the open structure of the gabions.
7.1 General
Conceptual design of the bottom construction of the containment cells are shown on Drawings
Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11 and
in stagnant water pond 2 as presented on Drawing Nos. IND50-1-2-1, IND50-1-2-2 and IND50-
1-2-3 in Section VI. The Contractor shall make sure that the construction of the bottom of the
containment cells is in accordance with the Indian Standard HWM 2008.
Total area of the bottom construction of the containment cells in Lake NMK shall be
approximately 1,000 (100x10 meters), 2,000 (200 x 10 meters), 2,000 (200 x 10 meters) and
6,500 (average 65 x 100 meters) m2 respectively. Total area of the bottom structure of the
containment cell in stagnant water pond 2 shall be approximately 5,400 m2, which is equal to
an projected footprint of about 90 by 60 m (exclusive the future drain around the cell).
Works 4: Remediation works of NMK-KIE Page 214
After completion of the bottom construction of the containment cell a construction has to be
established which is designed to minimize infiltration losses of process water and provide a
stabile compartment for the application of the tubes of geotextile.
7.2 Methodology
7.2.1. Fill layer for containment cell in stagnant water pond 2 After the original sediment, polluted soil or other material has been removed and the
remaining surface has been leveled, the fill layer has to be installed. A fill layer of ordinary
earth with a thickness between 2.0 till 2.5 m has to be applied, depending on the actual height
of the original surface.
The fill layer has to provide for a flat working platform. The top of this platform has to be equal
or higher than the FTL of Lake NMK. The fill material is also applied to install the core of the
ring dyke around the outside of the containment cell.
In stagnant water pond 2 about 7,860 m3 of soil is required for the fill layer. The contractor has
to deliver the fill material. The contractor is allowed to use topsoil from the remaining parts of
stagnant water ponds 1 and 2 (light grey areas as presented on Drawing Nos. IND50-1-1-1, IND
50-1-1-2 and IND50-1-1-3 as a partial source for the required fill volume, as long at the
required specifications for the fill layer can be met. The Contractor shall report to the Engineer
the properties and testing results of the materials he intend to use for the approval of the
Engineer before the first delivery to the site is effectuated.
The fill layer shall be compacted with a tractor with a 2T roller for each layer of 0,5 m thick. If
the fill layer is thicker than 0.5 meter, the layer has to be installed in separate layers of which
none is thicker than 0.5 m. Each layer should at least be compacted into 2 directions, with a
minimum of 2 passes in each direction, with perpendicular orientation.
As fill material has sometimes to be applied on waterlogged and soft soils, the Contractor has
to assess after the installation of each individual layer when water pressure and the on-going
settlement of the subsoil allow for the installation of an additional layer of fill material, as high
water pressure and substantial settlement rates can be signs of instability of the subsoil. The
same assessment has also to be made during the entire construction of the bottom structure,
the filling of the tubes of geotextile and the closure of the containment cells!
The fill layer should result in a stable and flat working area, on which the bottom construction
of the containment cell can be further installed. The inner slope of the core of the ring dyke
has to obtain slopes 1:1, and the outer slope of the same has to be 1:3. After leveling no large
differences in height (> 3 cm) on the surface of the fill layer shall remain.
Soil materials used for the fill layer shall be free of any material with particular seize above 10
centimeter. The content of organic material shall be less than 4%.
Requirements, tolerances and check
Tolerance, requirements and check for fill layers:
Works 4: Remediation works of NMK-KIE Page 215
Parameter Requirement Tests
Value Tolerance Nos.
Vertical alignment:
- Level at slopes (1:3) Designed
alignment
+/- 0.03 m 25 per 10,000 m2
- Level at top (1:>30) +/- 0.03 m 25 per 10,000 m2
- Top of fill layer Equal or
above FTL
No single values
below FTL
25 per 10,000 m2
Maximum grain size and
organic matter content
See text
above
See table 1 per 1,000 m3
7.2.1. Gabions and fill layer for cells in Lake NMK After the original sediment has been removed from the projected foot prints of the
containment cells in Lake NMK and the remaining surface has been leveled, the actual
construction of those cells can start. After leveling no large differences in height (> 3 cm) on
the surface shall remain.
The construction of the containment cells in Lake NMK shall start with the installation of the
combined gabion, clay, HDPE 1,5 mm barriers. The HDPE 1.5 mm shall be installed between
the gabion structure and the clay. The clay shall be placed against the wall of the gabions with
a slope of 1:1 and covers the entire height of the gabions.
The Contractor shall apply reinforced gabions with a maximum width of 2 meter and a
maximum height of 3.95 m (average about 2.5). The total volume of those gabions is about
4050 m³. In addition about 2,755 m2 of HDPE 1,5 mm liner is required and 2,920 m3 clay. With
regard to the specifications of the HDPE liner reference is made towards chapter 12, were full
specifications and requirements have been provided for handling and laying of HDPE liners.
0.9 Cum of coarse aggregates per Cum of reinforced gabion are to be applied with a blending
ratio of 50:40 for the fraction 120-80 mm and 80-40 mm respectively. Only approved, clean,
hard, graded aggregates for gabion filling are to be be applied.
Providing, fabricating and placing in position of reinforcement steel bars (12 and 8 mm rods)
and chain like mesh (size: 30 mm x 30 mm x 8 G) for the construction of the gabion support
structures, including cleaning, straightening, cutting, bending, hooking, lapping, welding
wherever required, tying with 2.50 mm diameter soft annealed steel wire. A minimum of 25 kg
of reinforced steel and 3.5 m2 of chain like mesh per 1 m³ of gabion volume has to be applied.
The Contractor has to submit a final design for the reinforcement for approval to the Engineer
in Charge.
At the cells on the western and northern bund those gabion, clay, HDPE barriers shall only be
installed at the Lake side of the containment cells. Apart from the clay barrier placed against
Works 4: Remediation works of NMK-KIE Page 216
the inner wall of the gabions no fill material is required for the construction of the cells along
the western and northern bunds of Lake NMK.
In the southeastern corner the gabion, clay, HDPE barrier shall be installed all around the
containment cell. To guarantee the stability of the gabion structure on the lake side of this
particular cell a support berm (slope 1:3) of clay shall be installed on the outside perimeter of
this gabion. Fir this a total volume of 1,406 m3 of clay is required.
The applied clay shall have a minimum plasticity index of 12 as tested by Atterberg Limit tests
(ASTM D4318). Clay materials shall contain no sod, brush, roots, frozen soil, or other
perishable materials. Rock particles larger than 0.075 mshall be removed prior to compaction
of the clay.
For the installation of the gabions along the western, southern and eastern border of this
containment cell in the south-eastern corner of the Lake a trench has to be excavated of about
2,5 meter deep and 2,5 meter width and with a total volume of about 1.400 m3. The excavated
soil can later be applied as fill material during the closure of the containment cells.
As the top of the foundation layer in the south-eastern containment cell is projected at +96.80
meters and requires a minimal thickness of 0.15 meter, this implies that the original soil of the
entire cell has to be leveled to a maximum height of +96.65 meter. It is expected that about
1,000 m3 of soil has to be redistributed within the perimeter of the cell to obtain the required
degree of leveling. It is anticipated that no off-site disposal of soil is required for this particular
cell.
Only after the foundation layer has been installed to a level of +96.8 meter, dewatering of the
containment cells in Lake NMK is allowed. During the construction of the containment cells the
integrity of the natural clay layer underneath the Lake has to be maintained at all means.
As the containment cells shall be installed on waterlogged and soft soils, the Contractor has to
assess after the installation of each individual layer when water pressure and the on-going
settlement of the subsoil allow for the installation of an additional layer, as high water
pressure and substantial settlement rates can be signs of instability of the subsoil. This
assessment has to be made during the entire construction of the bottom structure, the filling
of the tubes of geotextile and the closure of the containment cells!
7.2.2. Foundation layer Once the fill layer and the subsoil are sufficiently stable the foundation layer has to be applied
in one work course. A foundation layer of 0.5 m thick consisting of sand has to be applied in
the containment cell projected in stagnant water pond 2. A foundation layer of 0.15 m thick
consisting of sand has to be applied in the containment cells projected in Lake NMK.
At stagnant water pond 2, sand should be supplied and distributed from areas already covered
by the foundation layer. Where required ramps have to be applied on the supply routes to
guarantee stability of the foundation layers. Equipment distributing the soil should be provided
with tracks.
Works 4: Remediation works of NMK-KIE Page 217
In Lake NMK the sand has to be applied with a rain bow or equivalent technique in the
containment cells, as those cells can only be dewatered after this foundation layer has been
applied. To support the dewatering of those cells 110 mm HDPE drains have to be installed at 5
meter intervals in the foundation layer of the cells in Lake NMK.
Underneath the containment cells in Lake NMK about 1,725 m3 of sand is required for the
foundation layer. In stagnant water pond 2 about 1,380 m3 of sand is required for the
foundation layer. The contractor has to deliver the foundation material. The Contractor shall
report to the Engineer the properties and testing results of the materials he intend to use for
the approval of the Engineer before the first delivery to the site is effectuated.
The foundation layer shall be compacted with a tractor with 2 T rollerin the containment cell of
stagnant water pond 2. The Contractor shall ensure that the foundation layer shall be
compacted into 2 directions, with a minimum of 2 passes in each direction, with perpendicular
orientation.
The foundation layer should result in a stable and flat working area, on which the bottom
construction of the containment cells can be further installed.
The inner slope of the core of the ring dyke in stagnant water pond 2 has to obtain slopes 1:1,
and the outer slope of the same has to be 1:3. The slopes of the bunds in Lake NMK are about
1:3.
The 1:1 slope of the clay behind the gabion shall not be covered with a sand layer. Here a non-
woven geo-textile of 250 g/sq.m (GSE 250 or equivalent) shall be applied as a protective layer
for the HDPE liner (about 2,940 m2).
Just before the installation of the HDPE liner the top of the foundation layer shall be leveled.
After leveling no large differences in height (> 2 cm) on the surface of the foundation layer
shall remain and the surface should be free of any debris that could damage the liner or
prevent an even/smooth deployment of the liners.
The content of organic material shall be less than 2%. The coefficient of permeability of the
drainage material shall be k > 10-4 m/s.
Grain size distribution:
Sieve size (mm) Quantity of particles (%)
passed through sieves
20 100
10 30 - 100
5 15 - 60
2 5-35
Works 4: Remediation works of NMK-KIE Page 218
Sieve size (mm) Quantity of particles (%)
passed through sieves
1 0-20
0,5 0-10
Maximum grain size is 20 mm.
Requirements, tolerances and check
Tolerance, requirements and check for foundation layer:
Parameter Requirement Tests
Value Tolerance Nos.
Vertical alignment:
- Level at slopes (1:3) Designed
alignment
+/- 0.02 m 25 per 10,000 m2
- Level at top (1:>30) +/- 0.02 m 25 per 10,000 m2
- Thickness of foundation
layer
Min. 0.50 m No single values
less than 0.5 m
25 per 10,000 m2
Grain size distribution of
drainage layer
See table See table 1 per 500 m3
7.2.3. Barrier Layer with HDPE liner After the foundation layer has been applied and leveled a barrier layer of HDPE shall be
installed.
The final bottom construction shall have a barrier layer with a permeability coefficient less that
1 x 10-7 cm/sec or less. This can be achieved with provision a liner of 2.0 mm HDPE (as per
standard specifications of HWM 2008). It is assumed that the naturally occurring clay which is
currently situated underneath the sediments provides for the required second barrier system.
The liner system reduces the infiltration of rain and process waters in the subsoil. Net demand
of HDPE liner in the bottom structure of the containment cell in Lake NMK is 11,500 m2. In
stagnant water pond 2 the net demand is about 3,055 m2 HDPE liner.
The construction of the liner is as such that the different bands are welded providing a
completely closed membrane preventing (process) water to enter the subsoil.
Works 4: Remediation works of NMK-KIE Page 219
The installation procedure must be planned in such a way, that the total installation - i.e. from
installing the first strip of HDPE liner until the start to the installation of the drainage layer is
performed as a continuous operation, ensuring that at no time an installed area of HDPE liner
is left open/uncovered for longer time than absolutely necessary.
Description of Liner System
The liner system consists of one 2.0 mm textured (both sites) HDPE liner (to enhance the slope
stability).
Requirements and specification of HDPE liner
The material for the polymer liner shall be High Density Poly Ethylene (HDPE) with the
following specifications:
Parameter Requirement Toleranc
e
Check method
Appearance No visible flaws or
defects
Textured on both sites
Visual inspection
Thickness 2.0 mm - 10 % ISO 4648:1991 or
similar standard
Density min. 0.94 g/cm3 Non ASTM D 1505
Melt Flow Index (190/5) 0.6 - 2.0 g/10min Non ASTM D1238
Carbon Black Content min. 2.0 % Non ASTM D4218
Tensile characteristics:
ASTM D792, Type IV
Machine and cross-machine
direction:
- Tensile strength at break min. 15 N/mm Non
- Tensile strength at yield Min. 20 N/mm Non
- Elongation at break Min. 100% Non
- Elongation at yield Min. 10% Non
Tear resistance Min. 150 N Non ASTM D 1004
Puncture Resistance Force min. 300 N Non ASTM D 4833
Works 4: Remediation works of NMK-KIE Page 220
Parameter Requirement Toleranc
e
Check method
Strength of welded seams
ISO 527-3:1993
ISO 37:1994 or similar
standard
- Shear
Min. 90% of tensile
strength at point of
yield
Non
- Peel
Min. 75% of tensile
strength at point of
yield
Non
Oxidative Induction Time Min. 100 min non ASTM D 3895
Environmental stress-cracking Min. 200 hours
non ASTM D 5397-99,
Appendix
Delivery and Storage Requirements for HDPE Liners The liner material shall be delivered at the site with a datasheet from the producer certifying
the characteristics of the material according to the above specifications. Further the delivery
shall be accompanied by a protocol with the results of the producers quality check for the
specific batch delivered to the site
The membrane shall be protected against physical damages during transport to the site and
during storage at the site.
The manufactures guidelines for storage, handling and installation of the HDPE liner shall be
followed.
Conformance Testing for HDPE liners
General
The installer shall elaborate an installation plan showing the position of the individual rolls of
material and deliver the plan to the Engineer for approval before installation works
commence.
Installation may only be done by technical staff approved by the producer of the liner material
(the manufacturer) and with equipment approved by the same.
Welding
All welding-seams shall be double-seam welds with the possibility of testing with pressurised
air, or extrusion welds with a spark-leader welded into the seam, enabling full testing of the
tightness of the seams with high-voltage spark methods.
Works 4: Remediation works of NMK-KIE Page 221
At the beginning and end of each day of installation a welding test shall be performed by each
combination of welding equipment and welder in work to ensure the correct adjustments of
welding temperature, pressure and -speed according to the prevailing weather conditions. The
welding shall be tested for seam strength (peel and shear) and the results are reported to the
Engineer.
The welding test shall be repeated after any interruption of the installation works during the
day, caused by e g. changes in weather conditions or equivalent.
The tests have to be performed by the Contractor himself or a recognised laboratory with
suitable testing equipment and experience.
Before welding each lane of material shall be laid out without wrinkles, but with sufficient
material and overlapping to ensure, that no significant problems arise during the welding due
to temperature variations.
All edges of the liner material shall be protected against soiling until the time of welding. The
Contractor decides the method for protection and submits the description to the Engineer for
approval.
Overlapping shall be done with overlaps in the direction of the slope of the liner, i.e. roof-tile
like.
The seam between the membrane at any near-horizontal areas and the membrane at a slope
shall be positioned at the near-horizontal plane and no closer to the top of the slope than 1.0
m.
No machinery of any kind is allowed to operate directly on top of the installed liner. At all
times sufficient protection of the liner shall be ensured before any machinery is allowed to
enter. Sufficient protection can be e.g. min. 1.0 m of soil for wheel operated equipment or 0.5
m of soil for track operated equipment.
Covering
Until the membrane has been checked and approved the liner material shall be anchored using
sandbags or any other equivalent system ensuring, that the installed liner material is not
moved by wind or down slope by gravity.
The Contractor shall cover the installed liner with a soil layer immediately upon check and
approval by the Engineer. At slopes the cover material shall be installed starting from the toe
of the slope taking any slack in the liner material to the top of the slope. The liner shall be
anchored at all beams.
Check of liner material and installation
The check of the installation works shall be based on a check plan elaborated by the Contractor
and approved by the Engineer. The check plan shall describe who has the responsibility for
performing each check, the extent of the check and when the check shall be performed.
Works 4: Remediation works of NMK-KIE Page 222
Further the plan shall indicate whether the works may proceed or shall wait pending the
results of the tests and checks.
Stage Item Subje
ct to
chec
k
Method Extent Acceptance
Delivery Liner material Datas
heet
quality
check
1 nos. per
roll
Delivered
Reception Liner material Appe
aranc
e
Visual 1 nos. per
2,000 m2
No flaws or
defects
Thick
ness
Measure
ment
1 nos. per
2,000 m2
Less than
10% negative
deviation
from
specification
Mech
anica
l
prop
erties
Stress
and
strain at
break 1 nos. per
2,000 m2
Less than
10% negative
deviation
from
specification
Stress
and
strain at
yield
Start of
welding Welding seams
Tight
ness
(in-
situ)
Vacuum
bell,
pressuri
sed
double
seam,
spark-
testing
1 nos. per
welder per.
welding
machine per.
day
cut sample
min. 36 cm x
60 cm
No leaks
Stren
gth
(cut
Shear
and peel
Sheer: Min.
90% of
tensile
Works 4: Remediation works of NMK-KIE Page 223
Stage Item Subje
ct to
chec
k
Method Extent Acceptance
samp
le)
strength at
point of yield
Peel: Min.
75% of
tensile
strength at
point of yield
During
installatio
n
Liner material
Appe
aranc
e
Visual 100% No flaws or
defects
Welding seams
Tight
ness
(in-
situ)
Vacuum
bell,
pressuri
sed
double
seam,
spark-
testing
100% No leaks
Mech
anica
l
prop
erties
(cut
samp
le)
Stress
and
strain at
break 1 nos. per
5,000 m2
Less than
10% negative
deviation on
shear
Less than
25% negative
deviation on
peel
Stress
and
strain at
yield
Works 4: Remediation works of NMK-KIE Page 224
Drainage Layer After the Engineer in Charge has approved the installed HDPE liner, a drainage layer of 0,5 m
thick, consisting of sand shall be installed in the containment cell situated in stagnant water
pond 2. In the containment cell in Lake NMK a drainage layer of 0,35 m thick, consisting of
sand shall be installed.
At the bottom floor of the containment cell drains of 110 mm HDPE have to be applied in the
drainage layer. One drain per 5 meter width. Before sand is applied on the HDPE liner, HDPE
drains 110 mm with filter material wrapped around it shall be installed on the HDPE liner at
intervals of 5 meter between them. Drains have to be lain by hand and fixated with small
heaps of sand. Drains have to be blind at a distance of 1.5 meter from the toe of the inner
slopes towards the perimeter of the containment cells. This allows for vacuum drainage of the
(process) water from the containment cell.
Sand of the drainage layer should be supplied and distributed from areas already covered by
the drainage layer. Where required ramps have to be applied on the supply routes to
guarantee stability of the drainage and HDPE layers. Equipment distributing the soil should be
provided with tracks. Sand of the drainage layer has to be applied in two work courses
consisting of one layer of 25 cm and a second layer of 25 or 10 m cm. Before the second top
layer is applied the top 10 centimeter of the first layer shall be mixed with active carbon at a
dose of 5 kg per sqm.
The powder activated carbon (PAC) has to meet the following criteria:
Iodine number : min. 650
Molasses number (EUR) : max. 700
When the drainage material has been installed, excavations for e.g. installation of drainage
pipes and filter material around the pipes may only be done manually, and all excavated
trenches shall be visually inspected and approved by the Engineer in Charge before drain pipes
are installed.
In the containment cells in lake NMK about 4,025 m3 sand is required for the drainage layer in
the bottom construction. In stagnant water pond 2 about 1,600 sand is required for the
drainage layer. The contractor has to deliver the drainage material. The Contractor shall report
to the Engineer the properties and testing results of the materials he intend to use for the
approval of the Engineer before the first delivery to the site is effectuated.
The drainage layer shall be compacted with 5 T power rollers. The Contractor shall ensure that
the foundation layer shall be compacted into 2 directions with perpendicular orientation.
The inner slope of the core of the ring dyke at stagnant water pond 2 has to obtain slopes 1:1,
and the outer slope of the same has to be 1:3.
On the inner slopes of the containment cells in Lake NMK no sand shall be applied. On those
slopes a non-woven geotextile of 250 g/sq.m (GSE 250 or equivalent) shall be installed. In total
Works 4: Remediation works of NMK-KIE Page 225
about 2,363 m2 geo-textile is required for the coverage of those slopes. With regard to the
specifications of the geo-textile reference is made towards chapter 12, were full specifications
for the geo-textile have been provided.
The content of organic material shall be less than 2%. The coefficient of permeability of the
drainage material shall be k > 10-4 m/s in order to have easy access to the rainfall runoffs and
process waters. The drainage layer shall be clean of any dirt and any contamination.
Grain size distribution:
Sieve size (mm) Quantity of particles (%)
passed through sieves
20 100
10 30 - 100
5 15 - 60
2 5-35
1 0-20
0,5 0-10
Maximum grain size is 20 mm.
Requirements, tolerances and check
Tolerance, requirements and check for foundation layer:
Parameter Requirement Tests
Value Tolerance Nos.
Vertical alignment:
- Level at slopes (1:3) Designed
alignment
+/- 0.03 m 25 per 10,000 m2
- Level at the bottom
(1:>30)
+/- 0.03 m 25 per 10,000 m2
- Thickness of foundation
layer
Min. 0.50 m No single values
less than 0.5 m
25 per 10,000 m2
Grain size distribution of
drainage layer
See table See table 1 per 500 m3
Works 4: Remediation works of NMK-KIE Page 226
7.3 Transport of Clean Material
The Contractor is free to decide the method for transport of clean material e.g. clay, soil or
sand required for the construction of the containment cells. However, the Contractor shall
follow all Indian rules and regulations including all traffic rules. This also apply to transport of
clean material required for other work components.
8 Remediation and clean-up of the drains and swamps 3 and 4 in KIE as well as the discharge channel in the plains
8.1 General
The drains, swamps and stagnant water ponds in KIE as well as the discharge channel in the
plains are all elements of the water management infrastructure of the area. Due to industrial
discharge, surface water erosion and uncontrolled dumping of waste, polluted sediments and
some quantities of waste have accumulated in the drains, swamps, stagnant water ponds and
channel. With regard to the swamps, stagnant water ponds and channel also small volumes of
soil have been polluted.
The objective of this task is to remove waste, sediments and polluted soil from the drains,
swamps, stagnant water ponds and channel. This should result in cleaner drains, swamps,
stagnant water ponds and channel which shall obtain through this remedial action better self
cleaning and sediment trapping capacities and as such shall also attract less waste.
Based on previous investigation results the following volumes of sediments and polluted soil
are expected to be removed:
drains: 300 m3 of sediments
swamps 3 and 4: 200 m3 of sediments and 350 m3 of polluted topsoil
discharge channel: 500 m3 of sediments (part of the sediments consists of more clayey material)
Where waste is present in the drains, swamps, stagnant water ponds and discharge channel
the waste has to be collected separately and transported to the open hill lock area for
temporary storage. It is estimated that about 100 m3 of waste have to be collected from those
areas. The collected waste has to be transported in combination with the waste of the open
hill lock area to the TSDF or municipal waste disposal site. After the waste has been collected
the sediments and soil have to be excavated.
Works 4: Remediation works of NMK-KIE Page 227
The positions of the drains to be cleaned in KIE are presented on Drawing No. IND50-1-6-6
(Refer to Section VI). In a cross section on this drawing a particular example of an drain is
presented.
The topographic situation of swamp 3 is presented on Drawing No. IND50-1-3-1 (Refer to
Section VI). The excavation plan for swamp 3 is presented on Drawing No. IND50-1-3-2 (Refer
to Section VI). A cross section of swamp 3 is presented on Drawing No. IND50-1-3-3 (Refer to
Section VI).
The topographic situation of swamp 4 is presented on Drawing No. IND50-1-4-1 (Refer to
Section VI). The excavation plan for swamp 4 is presented on Drawing No. IND50-1-4-2 (Refer
to Section VI). A cross section of swamp 4 is presented in Drawing No.IND50-1-4-3 (Refer to
Section VI).
The positions of the discharge channel to be cleaned in the plains is presented on Drawing No.
IND50-1-7-1 (Refer to Section VI). In a cross section on this drawing a profile of the channel is
presented.
Given the observed concentrations of contaminants and the mixed character of the waste
water all works under this task have to be carried out under the most strict health and safety
precautions, including the use of suitable boots, gloves, coveralls and masks and a
decontamination and wash unit.
Swamps 3 and 4 are already fenced off from the surrounding area. As it is practically
impossible to fence off the drains in KIE and the channel in the plains it is proposed that the
actual works are separated from the surrounding areas with mobile barriers, bearing clear
instructions not to enter the area of the remediation works.
The sediments and soil have to be removed by means of excavation and directly loaded on
trucks which are water tight and have to be closed at the top. The sediments and soil have to
be transported to stagnant water pond 2 for further processing and dewatering.
Arrived at stagnant water pond 2 the sediments have to be disposed off in a dedicated
compartment from which they have to be pumped with a underwater pump towards the tubes
of geotextile for dewatering and containment. The dedicated compartment has to be
constructed in the deeper part of stagnant water pond 2 with a vertical curtain of geotextile.
The vertical curtain has to be fixated at the bottom with weights and at the top has to be
fixated to closed pipes which floats on the water. If handled with care and appropriate
adjustment between rate of disposal and further forward pumping such a simple construction
is sufficient to control the environmental impact of these operations.
The soil and more clayey material shall be directly disposed in the containment cell were it
shall serve as infill material around the geotubes.
Works 4: Remediation works of NMK-KIE Page 228
8.2 Methodology
The method of excavation and transport can be freely chosen by the Contractor under the
conditions that the below described principles are followed.
Planning of the work has to be coordinated in close operations with staff of TSIIC, the Agricultural University and the adjacent owners of the industrial premises. Works can only commence after the consent of those stakeholders. Any costs related to getting access have to be borne by the Contractor.
Transport routes have to be returned in their original conditions after the works at the drains and channel have been completed.
During transport sediments, soil and adhering water should not be spilled. On regular intervals (around 2 hours in between) the road surface of the transport routes have to be inspected on the presence of evidence of such spills. If such signs are encountered the road surface has to be cleaned immediately.
Excavation of soil and sediments should not lead to an increased design profile of the unlined drains and discharge channel. If additional pollution is observed outside the initial design profile of the unlined drains and discharge channel during excavation, the Contractor shall stop the excavation of the particular area and inform the Engineer in Charge. The Contractor shall follow the instructions from the Engineer in Charge.
Excavations within the original profile of unlined drains or the discharge channel as well as the excavations of swamps 3 and 4 do not require any backfilling. Although the excavation surface has to be levelled in such a way that the surface appears as a smooth surface.
In case the excavations shows indications of unexpected chemical contamination from smell, odour or colour or presence of drums with unknown content, etc.. the Contractor shall stop the excavation of the particular area and inform the Engineer in Charge. The Contractor shall following the instruction from the Engineer in Charge.
The transport zone and working area along the drains and discharge channel should not occupy more than 4 meters in width on one side of the drains or channel. A section of not more than 20 meter in total length along the drains or channel is allowed to be demarcated as “black zone” were no trespassers are allowed.
All vehicles leaving the “black zones” shall be cleaned from soil and waste adhering to the vehicles’ tyres and body. Cleaning shall be performed in the transition zone between the “black zone” and the surrounding areas.
Personnel leaving the ” black zones” have to be decontaminated in a specially demarcated area between the “black zone” and the surrounding area. This area has to
Works 4: Remediation works of NMK-KIE Page 229
be split in a polluted zone, a zone for washing ad a clean zone (“white zone”). A simple but effective mobile setup shall be supplied by the Contractor.
Before the “black zone” can be moved, this zone has to be freed of any signs of contamination.
9 Remediation and clean-up of stagnant water ponds 1 and 2 in KIE
9.1 General
Stagnant water ponds 1 and 2 are elements of the water management infrastructure of the
area. Due to industrial discharge, surface water erosion and uncontrolled dumping of waste,
polluted sediments and some quantities of waste have accumulated in the 2 stagnant water
ponds. With regard to the 2 stagnant water ponds also a considerable amount of original
topsoil has been polluted.
The objective of this task is to remove waste, sediments and polluted soil from the 2 stagnant
water ponds. This should result in cleaner (stagnant water) ponds which shall obtain through
this remedial action better self cleaning and sediment trapping and water buffering capacities
and as such shall also attract less waste.
Based on previous investigation results the following volumes of sediments and polluted soil
are expected to be removed:
Stagnant water pond 2: 5,160 m3 of sediments and 1,720 m3 of polluted topsoil (clay)
Stagnant water pond 1: 1,084 m3 of sediments and 216 m3 of polluted topsoil (clay)
Where waste is present in the stagnant water ponds, the waste has to be collected separately
and transported to the open hill lock area for temporary storage. It is estimated that about 100
m3 of waste has to be collected in total from both stagnant water ponds in total. The collected
waste has to be transported in combination with the waste of the open hill lock area to the
TSDF or municipal waste disposal site. After the waste has been collected the sediments and
soil have to be excavated.
The topographic situation of stagnant water ponds 1 and 2 is presented on Drawing Nol.
IND50-1-1-1 (Refer to Section VI). The excavation plan for stagnant water ponds 1 and 2 is
presented on Drawing No. IND50-1-1-2 (Refer to Section VI). A cross section of stagnant water
ponds 1 and 2 is presented on Drawing No. IND50-1-3-3 (Refer to Section VI).
Given the observed concentrations of contaminants and the mixed character of the waste
water all works under this task have to be carried out under the most strict health and safety
precautions, including the use of suitable boots, gloves, coveralls and masks (reference is made
to section 4.5 of the particular specifications) and a decontamination and wash unit.
Stagnant water ponds 1 and 2 are already fenced off from the surrounding area.
Works 4: Remediation works of NMK-KIE Page 230
The sediments from stagnant water ponds 1 and 2 have to be removed by means of dredging.
A small pontoon equipped with a underwater pump mounted at a portable beam of sufficient
length is already suitable for the job. Sediments have to be directly pumped towards the
containment cells for further processing and dewatering in the tubes of geotextile. Were
required intermediate booster pumps have to be applied to guarantee enough capacity and
sufficient working pressure in the pipe systems through which the slurry of sediments and
water is pumped towards the containment cells.
Stagnant water Ponds 1 and 2 have during the dredging works to be separated from the
surrounding surface water courses. This has to be done with simple temporary dams of earth.
If temporary loss of process water results in a drop of water during dredging this has to be
compensated by the inflow of surface water from the surrounding area.
After the sediments have been removed, the polluted soil has to be removed by means of
excavation. Preferably this shall be done under dry conditions, for which the water level in the
stagnant water ponds shall temporarily be lowered with approximately 1 meter. The soil has to
be transported to stagnant water pond 2 for final disposal in the containment cell as infill and
cover material.
As the containment cell in stagnant water pond 2 can only be constructed after the sediments
and polluted soil have been removed from the footprint of the bottom construction of this cell,
the Contractor is either allowed:
to temporarily store the sediments and polluted topsoil from this part of stagnant water pond 2, in the remaining part of stagnant water pond 2 and stagnant water pond 1. The area of the containment cells has in this case to be isolated from the remaining part of stagnant water pond 2 by an earth dam.
to pump the sediments of stagnant water pond 2 towards the containment cell situated in Lake NMK and temporarily store the polluted topsoil in the remaining part of stagnant water pond 2. To cope with the capacity of the 2 containment cells this implies that a similar volume of sediments from Lake NMK later on has to be pumped towards the containment cell of stagnant water pond 2.
9.2 Methodology
The method of excavation and transport can be freely chosen by the Contractor under the
conditions that the below described principles are followed.
Planning of the work has to be coordinated in close operations with staff operating the pump house and STP.
The soil from stagnant water pond 2 has to be transported within the perimeters of this stagnant water pond by utilizing excavators with an extended arm or by means of a combination of regular excavators and dozers. Soil from stagnant water pond 1 requires intermediate transport with a tractor/dumper combination. The soil from stagnant water pond 1 has either be stockpiled within the perimeter of stagnant water
Works 4: Remediation works of NMK-KIE Page 231
pond 2 (awaiting further transport and application) or has directly to be applied as infill or cover material in the containment cell.
During transport, soil and water should not be spilled. On regular intervals (around 2 hours in between) the road surface of the most direct transport route between stagnant water ponds 1 and 2 has to be inspected on the presence of evidence of such spills. If such signs are encountered the surface of the transport route has to be cleaned immediately.
Excavation of soil and sediments should not go beyond the excavations profiles as presented on the Drawing Nos. IND50-1-1-2 and IND50-1-1-3 (Refer to Section VI). If during excavation and dredging additional pollution or sediments are observed outside the initial excavation profile, the Contractor shall stop the dredging or excavation activities in the particular area and inform the Engineer in Charge. The Contractor shall follow the instructions from the Engineer in Charge.
Excavations within the original excavation profiles do not require any backfilling. Although the excavation surface has to be levelled in such a way that the surface appears as a smooth surface.
In case the excavations shows indications of unexpected chemical contamination from smell, odour or colour or presence of drums with unknown content, etc.. the Contractor shall stop the excavation of the particular area and inform the Engineer in Charge. The Contractor shall follow the instructions of the Engineer in Charge.
All vehicles leaving the premises of stagnant water ponds 1 or 2 shall be cleaned from soil and waste adhering to the vehicles tyres and body. Cleaning shall be performed in the transition zone between the stagnant water ponds perimeters and the surrounding areas.
Personnel leaving the perimeters of the stagnant water ponds has to be decontaminated in a specially demarcated area between the stagnant water ponds and the surrounding area. This area has to be split in a polluted zone, a zone for washing and a clean zone. With appropriate care a simple mobile setup shall be sufficient.
9.3 Methodology for construction of check dam
After the sediment and soil have been removed from stagnant water ponds 1 and 2, 4 concrete
check dams have to be constructed at the edges of stagnant water pond 1. The position of the
check dams and a principal cross section of the check dams are presented on Drawing Nos.
IND50-1-1-1, IND50-1-1-2,IND50-1-1-3 and IND40-1-1-4 (Refer to Section VI). The check damss
shall facilitate the required future sediment trapping in stagnant water ponds 1 and 2.
Works 4: Remediation works of NMK-KIE Page 232
The wall of the check dams has to have an overall thickness of 0.3 meter. The top of the
concrete dam should consists of a 0.1 m thick wearing coat. This dam has to be, along the
entire cross sectional length of the stagnant water pond plus 1.5 meter, placed on top of a
foot plate of 0.3 meter thick and 1.5 m width, which is positioned on top of the stiff clay layers
as present in the subsoil of stagnant water pond 1. The whole structure has to be made of
steel reinforced concrete cement.
Each check dam has to contain a steel pipe in the middle section of the check dam. The top of
the pipe has to be 0.2 m below the top of the check dam. The pipe has to have a diameter of
0.3 m and a wall thickness of 0.01 m. The pipes in check dam numbers 1, 2 and 3 have to
include on the side of stagnant water pond 1 a check valve. The pipe in dam number 4 has to
have such a check valve on the side of stagnant water pond 2. Thickness of the cover of the
check valve and the required flense to connect it to the pipe should be 0.01m. The pipes and
check valves in the 4 check dams shall facilitate the inflow of surface water from Lake NMK as
this is required for the appropriate water management of the 2 stagnant water ponds.
The check dams have to be constructed in a drained construction pit, which is free of water.
The length and the surface height of the 4 check dams is as follows:
Check dam 1: length 7.5, surface top height 0.02 m above FTL
Check dam 2: length 22.5 m, surface top height 0.03 m above FTL
Check dam 3: length 17.5 m, surface top height 0.03 m above FTL
Check dam 4: length 10.5 m, surface top height 0.04 m above FTL
10 Remediation of the sediments in Lake NMK
10.1 General
Previous site investigations have shown that the sediments in Lake NMK are severely
contaminated with among others TPH and heavy metals such among others lead. Removal of
all the polluted sediments from Lake NMK is an essential prerequisite for restoring the water
quality of the Lake towards irrigation standards.
A total of about 32,317 m3 of polluted sediments have been identified to be present in Lake
NMK. The thickness of the sediment layer varies between only a few centimetre till almost 1.5
m. On average the sediment layer is about 0.47 m thick.
The topographic situation of Lake NMK in 2012 is presented on Drawing No. IND50-1/03
(Refer to Section VI). On Drawing No. IND50-1-5-8 (Refer to Section VI) the distribution of the
lead concentration in the sediments of Lake NMK are presented for informative reasons only.
Before the commencement of the works under this Contract, fences and a weir shall be
constructed at Lake NMK under 2 separate Contracts. For informative reasons only the design
Works 4: Remediation works of NMK-KIE Page 233
of the weir is presented on Drawing No. IND50-1-5-12 (Refer to Section VI). The alignment of
the fences is presented on Drawing No,IND50-1-5-7 (Refer to Section VI).
Three cross sections of the Lake, showing the estimated thickness of the sediment layer and a
top view of the distribution of the sediments in 2012 are presented on Drawing No. IND50-1-
5-1 (Refer to Section VI). Drawing No. IND50-1-5-2 (Refer to Section VI) presents the same
cross sections and top view, but now without the previous presented sediments. As such this
drawing gives an impression of the extent of the required dredging volumes in 2012.
10.2 Procedures
Although the thin clay layer underneath the sediments has proven to be contaminated as well,
the integrity of this clay layer has to be maintained at all means as it is an important
prerequisite for the mere existence of the lake. Neither dredging nor unacceptable lowering of
the water level in the lake should result in any damage of the integrity of this clay layer.
Damage to the integrity of the thin clay layer by dredging has to be avoided by selection of
appropriate equipment (for example an dredger equipped with an auger head) and an
accurate and actual 3D model of the sediment layer and the top of the clay layer.
Earlier stability assessments have shown that the stability of the clay layer is at stake when the
water level in the Lake drops below 1.25 m below FTL. As actual stability depends on the water
pressure of the groundwater and the water level in the Lake, daily assessment of the actual
allowed drop in water level has to be assessed by the Contractor on the basis of actual
monitoring results, taking some margin of safety into account.
Given the limited volume of the water balance of Lake NMK loss of process water has to be
avoided at all means. However some temporarily and permanent loss of process water cannot
be avoided. To maintain an optimal water level in the Lake the Contractor has to balance the
rate of dredging, the amount of required process water, the inflow towards the Lake and the
discharge from the Lake in such a manner that under normal conditions the water level in the
Lake is maintained around the FTL level. Discharge from the Lake should be such that the
interests of stakeholders downstream are not harmed and the discharge channel in the plains
shall not fall dry.
As the Lake is a dynamic environment the Contractor has, before the dredging works can
commence, to conduct a continuous survey of the lake with an appropriate technique of his
choice. Survey results have to be supported by additional hand measurements with for
example an auger drill, hand probe or comparable devices. The top of the sediment has to be
measured with an accuracy of + 0.03 m. The top of the clay layer has to be measured with an
accuracy of + 0.02 m. On the basis of the survey results the final volume of sediments in Lake
NMK shall be fixed.
The survey results have to be incorporated in a continuous 3D model of the sediments and the
top of the clay layer. The actual operation and movement of the dredging equipment should
be computer guided on the basis of this 3D model and a high accuracy dGPS positioning
Works 4: Remediation works of NMK-KIE Page 234
system. The combination of the 3D model guidance and dGPS positioning has to allow for a
total dredging accuracy of + 0.03 m.
Given the observed concentrations of contaminants in the sediment all works under this task
have to be carried out under the most strict health and safety precautions, including the use of
suitable boots, gloves, coveralls and masks and a decontamination and wash unit as specified
in section 4.5 under particular specifications.
Lake NMK has already been fenced off from the surrounding area.
The sediments from Lake NMK have to be removed by means of dredging. Before dredging can
commence the Contractor has to establish a baseline investigation of the surface water quality
in the Lake. During the implementation of the dredging works, no water shall be discharged
from the Lake which show visible evidence of pollution or which contain concentrations of
more than 25% above the baseline concentrations. Baseline concentrations have to be
established for the parameters as mentioned in the monitoring requirements for the surface
water in Lake NMK as included in Section V (General Items).
During dredging the Contractor should monitor the water quality near the dredging operations
carefully. For protection of the overall quality of the surface water in Lake NMK he has to
select the appropriate dredging equipment (e.g. a dredger equipped with an auger head) and
apply a full range of protective measures (e.g. vertical screens of geotextile or air bubble
screens to form close compartments). In addition he requires to have a full array of mitigation
measures available for direct action (e.g. surfactants, oil skimmers, etc..).
A relatively small dredging unit equipped with appropriate underwater equipment and
dynamic position guidance is already suitable for the job. Sediments have to be, via a floating
pipeline,directly pumped towards the containment cells for further processing and dewatering
in the tubes of geotextile. Were required intermediate booster pumps have to be applied to
guarantee enough capacity and sufficient working pressure in the pipe systems through which
the slurry of sediments and water is pumped towards the containment cells. The transport
pipes should not leak any sediment/water slurry during the transport.
10.3 Methodology
The method of dredging and transport can be freely chosen by the Contractor under the
conditions that the below described principles are followed.
Planning of the work has to be coordinated in close operations with staff operating the pump house and STP
During transport, sediment and water should not be spilled. On regular intervals (around 2 hours in between) the transport system has to be inspected on the presence of evidence of such spills. If such signs are encountered the system should be repaired to its original functioning.
Works 4: Remediation works of NMK-KIE Page 235
Dredging of sediments should not go beyond the final dredging profiles as established in the basis of the approved 3D model of the Contractor. If during excavation and dredging additional pollution or sediments are observed outside the initial dredging profile, the Contractor shall stop the dredging or excavation activities in the particular area and inform the Engineer in Charge. The Contractor shall follow the instructions from the Engineer in Charge.
In case the excavations shows indications of unexpected chemical contamination from smell, odour or colour or presence of drums with unknown content, etc.. the Contractor shall stop the excavation of the particular area and inform the Engineer in Charge. The Contractor shall follow the instruction from the Engineer in Charge.
All equipment leaving Lake NMK has to be cleaned from sediment and waste adhering to the equipment. Cleaning shall be performed in the transition zone between the lake perimeter and the surrounding areas.
Personnel leaving the perimeters of the Lake has to be decontaminated in a specially demarcated area between the Lake and the surrounding area. This area has to be split in a polluted zone, a zone for washing and a clean zone.
11 Dewatering of the sediments and application of tubes of geotextile
11.1 General
Previous site investigations have shown that the sediments in the drains, swamps and stagnant
water ponds of KIE, Lake NMK and the discharge channel in the plains are severely
contaminated with among others TPH and heavy metals such as lead. Removal of all the
polluted sediments from the drains, swamps, stagnant water ponds, lake and discharge
channel is an essential prerequisite for restoring the water quality of the Lake towards
irrigation standards.
A total of about 32,317 m3 of polluted sediments have been identified to be present in Lake
NMK. And in addition 7,244 m3 of sediments are present in the drains, swamps and stagnant
water ponds in KIE and the discharge channel in the plains.
Based on feasibility testing and assessment of available remediation options on-site
dewatering and containment was selected as the preferred remediation option for the
sediments. De-watering has to be obtained through the use of tubes of geotextile in
combination with the application of flocculants and/or electrolytes into the slurry of sediment
and process water, while containment is obtained through the tubes of geotextile in
combination with the superstructure of the containment cell liner.
Feasibility testing has shown that de-watering of the geotubes shall result at least in a volume
reduction of about 57.5%. This implies that the volume of sediments from NMK has to be
reduced to 13,752 m3 and the volume of the sediments from the drains, swamps, stagnant
Works 4: Remediation works of NMK-KIE Page 236
water ponds and discharge to about 3,080 m3. As such a total storage volume of about 16,832
m3 of sediment is required.
Based on the total storage volume of 16,832 m3 for sediments it is expected that about 147
tubes of geotextile with a circumference of 9 meter and a length of 27.5 meter are required for
the containment of the sediments. The design of the containment cells in Lake NMK are
presented on D Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and
IND50-1-5-11 (Refer to Section VI). This drawing presents a top view and a cross section of the
design of the containment cell with tubes of geotextile.
The design of the containment cell situated at stagnant water pond 2 is presented on Drawings
Nos. IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3 (Refer to Section VI). This drawing presents a
top view and a cross section of the design of the containment cell with tubes of geotextile.
Initial feasibility tests showed that for the sediments in KIE a mixture with the following ratios
gave the best results for de-watering and volume reduction: 3,000 ml of in-situ sediment:
9,000 ml of surface water: 960 ml 0.1 % flocculant solution. The following results were
obtained:
Initial volume of in-situ sediment was after dewatering reduced till a volume of only 42.5% of this initial volume;
Pink dyes were completely contained within the test tube
The process water draining from the test tube was colourless without oil film and dye
The analysed effluent from the hanging bag test shows low concentrations of heavy metals and TPH.
Heavy metals and TPH retained well in the sludge after dewatering in the test tubes.
The indicative leaching test (shake test) with the dewatered sludge shows that there is almost no release of heavy metals and TPH
The dewatered sludge released very well from the geotextile of the test tube
The obtained rate of dewatering was meeting the overall time requirements of the entire project.
Typical analytical results in µg/l for the process water draining from the test tube were in the
following range:
Sample As [µg/l]
Cd [µg/l]
Cr [µg/l]
Cu [µg/l]
Hg [µg/l]
Ni [µg/l]
Pb [µg/l]
Zn [µg/l]
TPH (sum C10-C40) [µg/l]
Water sample 1 1.5 < 0.4 < 5.0 5.3 < 0.10 5.2 16 30 1,100 Water sample 2 1.8 < 0.4 8.1 14 0.12 8.2 45 65 110 Water sample 3 2.0 < 0.4 < 5 < 5 < 0.1 < 5.0 5.3 16 1,000
Works 4: Remediation works of NMK-KIE Page 237
The results of a leaching test simulating a leaching period of at least 20 years showed the
following leaching result in mg/kg dm:
Sample As mg/kg
Cd mg/kg
Cr mg/kg
Cu mg/kg
Hg mg/kg
Ni mg/kg
Pb mg/kg
Zn mg/kg
TPH (sum C10-C40) mg/kg
Sludge after dewatering
< 0.1 < 0.002
0.053 < 0.1 < 0.0008
< 0.1 < 0.2 < 0.6
4.4
Based on aforementioned test about 12,660 kg of pure flocculent is required for the
dewatering of all sediments from Lake NMK, the drains of KIE, swamp 3 and 4, stagnant water
pond 1 and 2 and the channel in the plains. With raw water from Lake NMK and an mixing unit
the Contractor has to prepare a 0.1% flocculent solution on-site.
11.2 Procedures
The selected final type and concentration of flocculents/electrolytes and their application
ratio’s are subject to prior approval by The Client and it’s supervising Consultant.
The contractor has to supply, prepare and apply a suitable flocculants/electrolytes in order to
have sufficient coagulation and flocculation to achieve the following:
• The process water draining from the geo tube should be colourless without oil film and dye
• The analyzed process water should show low concentrations of heavy metals and TPH.
• Heavy metals, dyes and TPH shall be retained in the sludge after dewatering in the Geo
tubes.
• The indicative leaching test (shake test) with the dewatered sludge shall demonstrate no
release of heavy metals and TPH
• Clear separation of sludge after addition of flocculant should be obtained,
The volume of sediments shall be reduced to 40% after dewatering.
Any flocculent and/or electrolyte solution proposed by the Contractor shall at least meet all of
the aforementioned results of the initial feasibility test.
The time taken for selection of a suitable flocculant / electrolyte and its approval from the
engineer in charge shall be a part of the timeline given for the completion of the particular
milestone. No additional time shall be given for this activity.
Works 4: Remediation works of NMK-KIE Page 238
As the type and concentration of flocculant/electrolyte and its application ratio’s proved to be
very critical the Contractor has to reassess the required type, concentration and application
rates of the flocculants and/or electrolytes before the de-watering commences. The
Contractor is responsible for taking representative and sufficient sludge samples to analyse the
sediments, perform in situ tests, to determine dosages and types of polymers if necessary, and
control their injection to obtain good flocculation.
Dewatering operations have to include all costs, charges tools and plants, materials, labour
and manpower, dredgers, pumps, control units, mixing units, valves, transport lines,
excavators, loader backhoes, front end loaders, tractor trailors, etc complete as directed by
engineer in charge and to the satisfaction of engineer in charge
In the presence of the Engineer in Charge the Contractor has to discuss his plan for the
complete dewatering procedures and layouts with the tube manufacturer. During this meeting
also the results of the tests performed on the sludge have to be discussed. Those test have to
be conducted in accordance with protocols developed by the manufacturer of the tubes.
Those protocols have to be submitted to the Engineer in Charge before any test shall
commence or decisions on the sizing the tubes shall be made.
The tube manufacturer has to be certificated and a copy of this certificate has to be provided
to the Engineer in Charge. In this context, a traceability procedure has to be in place to be able
to determine possible causes in the event of a failure of a tube based on stored reference
samples at the factory.
The manufacturer of woven tubes has to control the quality of all stages of production, the
production of the yarns, the weaving and the final tube manufacturing.
The yarns have to be specifically designed for dewatering and solids containment. Similarly the
woven tubes should be designed specifically for dewatering and solids containment.
The Contractor has to be able to submit protocols for testing the sediments, the polymer
selection and safety and best practice during the dewatering. The Contractor should be able to
submit evidence that his protocols are valid and that those protocols are fully supported by the
manufacturer of the tubes.
Works 4: Remediation works of NMK-KIE Page 239
The Contractor has to provide evidence to the Engineer in Charge that the design of the
facilities (platform - polymer station, waste management, etc.) has been discussed with the
tube manufacturer and that the comments forwarded by the last have been included in the
final design.
Textiles used in the manufacturing of the tubes have to meet the following filtration
characteristics:
- The tube must be made from a woven monofilament polypropylene,
manufactured so that the yarns retain their respective positions in whatever direction force
is exerted. Textiles must be stable vis-à-vis biological degradation and resistant to naturally
occurring chemicals such as alkalis and acids and naturally occurring UV conditions .
- Tensile strength MD according to EN-ISO 10319 ≥ 70 kN / m
- CD according to EN-ISO 10319 ≥ 95 kN / m
- Permeability according to EN ISO 11058 ≥ 1,800 liters / m². min
- Characteristic opening O90 according to EN ISO 12956 250mμ
- UV Resistance after exposure to 200 KLY 12224 and EN ISO 12226 60%
- Minimum strength of circumferential seams according to EN ISO 10321
≥ 65 kN / m
On demand of the Chief Engineer in Charge the Contractor has to submit the results of control
tests on seam strength at the delivery of the tubes on site.
Only a single longitudinal seam will be permitted on each tube.
Each tube has to be produced with one or more filling points. These filling points have to be
located on the centre line of the tube surface. The filling points have to be constructed with
flanges to maintain fabric stability during filling.
The tubes have to be delivered to the site, wound on a core of steel and protected by a
package provided with a label for traceability. The packaging shall be removed at the last
moment and labels retrieved and delivered to the Engineer in Charge.
Final Size (length and perimeter) of the tubes has to be defined following the results of the
aforementioned qualification tests as conducted by the Contractor, in terms of volume in situ
process, and depending on the space available for storage of tubes.
Works 4: Remediation works of NMK-KIE Page 240
Given the observed concentrations of contaminants in the sediment, all works under this task
have to be carried out under the most strict health and safety precautions, including the use of
suitable boots, gloves, coveralls and masks and a decontamination and wash unit as specified
in section 4.5 under particular specifications).
The containment cells near Lake NMK and in stagnant water pond 2 have already been fenced
off from the surrounding area (in earlier stages of the project).
During the implementation of the de-watering works, no water shall be discharged into the
Lake which show visible evidence of pollution or which contain concentrations of more than
25% above the baseline concentrations. Baseline concentrations have to be established for the
parameters as mentioned in the monitoring requirements for the surface water in Lake NMK
as included in Section V (General Items). In addition no traces of electrolytes and/or
flocculants should be traceable at the discharge point of the Lake near the new weir.
During de-watering the Contractor should monitor the water quality near the discharge points
of the process water carefully on the basis of daily visual observations.
The Contractor has to assure that the water sediment slurry is at all times arriving at the
platform, mixing unit and/or geotubes at the required working pressure and the appropriate
sediment:surface water ratio, in accordance with the specifications of his final design. These
working pressures and ratios have to be monitored and recorded continuously. The same
applies for all of the required working conditions of the mixing and dosing unit for the
flocculants/electrolytes and their injection rates. If deviations from the specifications of the
final design of the Contractor occur, the Contractor has to take all necessary corrective actions
immediately.
Given the vulnerability of the water balances it is important that free process water is
recharging Lake NMK and the stagnant water ponds as soon as possible. For this reason the
Contractor has to guarantee optimal drainage of the containment cell at all times with an
appropriate number of pumps. A free water layer thickness of more than 0.1 meter is not
allowed to be present in the containment cell at any time. Were required drainage of process
water has to be supported by vacuum pumps which are connected to the drainage pipes which
are situated in the drainage layer of the containment cells.
11.3 Methodology
Exact details of dewatering with tubes of geotextile and flocculants/electrolytes depent on
final work plan that the Contractor has to elaborate. Small deviations from the design,
specifications, scope of work, etc.. as presented in the bidding documents can be accepted
under the conditions that the below described principles are followed.
Planning of the work has to be coordinated in close operations with staff operating the pump house and STP.
Works 4: Remediation works of NMK-KIE Page 241
During dewatering, sediment and water should not be spilled. On regular intervals (around 2 hours in between) the dewatering system has to be inspected on the presence of evidence of such spills. If such signs are encountered the system should be repaired to its original functioning.
Application of tubes of geotextile should not go beyond the final design profiles as approved by the Engineer in Charge. If during dewatering additional storage volumes are required, the Contractor shall stop the dewatering and inform the Engineer in Charge. The Contractor shall follow the instructions from the Engineer in Charge.
All equipment leaving the containment cells has to be cleaned from sediment and waste adhering to the equipment. Cleaning shall be performed in the transition zone between the lake perimeter and the surrounding areas.
Personnel leaving the perimeters of the Lake has to be decontaminated in a specially demarcated area between the Lake and the surrounding area. This area has to be split in a polluted zone, a zone for washing and a clean zone.
12 Design of Cover Layer Containment Cell
After dewatering of the sediments has been completed , the filled tubes with sediments have
been stabilized sufficiently and the drainage layer at the bottom of the containment cell is dry,
the cover layer (capping of the tubes filled with sediments in the containment cells) shall be
laid.
The final cover of the containment cell in stagnant water pond 2 shall be designed to minimize
infiltration and erosion. The final cover shall meet the following specifications, namely:
A fill layer of clay or stiff soil of at least 30 cm thick covering the tubes of geotextile filled with sediment completely. Extra fill material has to be applied at the projected slopes of the containment cells to guarantee smooth 1:3 slopes.
A sand layer (20 cm thick)
HDPE layer of 2 mm
Drainage layer (20 cm thick)
On top of the Drainage layer a protective cover of non woven Geotextile (GSM 250) shall be laid for separating the drainage & vegetative layer.
On top of the non woven Geotextile (GSM 150) layer there shall be a vegetative layer (ordinary earth) of 80 cm to support natural plant growth and to minimize erosion.
Revetment has to be installed at one of the slopes of the containment cell in stagnant water pond 2
Works 4: Remediation works of NMK-KIE Page 242
The final cover of the containment cells in Lake NMK shall be designed to minimize infiltration
and erosion. The final cover shall meet the following specifications, namely:
A fill layer of clay or stiff soil has to be applied at the projected sides of the containment cells to guarantee that the projected volume of the cells is filled up completely. ›
A protective layer of non-woven geo-textile 250 g/sq. m (GSE 250 or equivalent) ›
HDPE layer of 2 mm
Drainage layer consisting of a sandwich construction of two geo-textiles and an artificial drainage element in between with a high water flow capacity
On top of the drainage layer there shall be a vegetative layer (ordinary earth) of 50 cm to support natural plant growth and to minimize erosion.
12.1 General
Conceptual design of the top liner construction of the containment cells are shown on
Drawings Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10, IND50-1-5-
11, IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3 in Section VI. The Contractor shall make sure
that the construction of the top liner of the containment cells is in accordance with the Indian
Standard HWM 2008.
Total area of the top liner construction of the containment cells in Lake NMK shall be
approximately 11,500 m2 in total. Total area of the top structure of the containment cell in
stagnant water pond 2 shall be approximately 4,625 m2, which is equal to an projected
footprint of about 90 by 60 m (exclusive the future drain around the cell).
After completion of the top liner construction of the containment cell a construction shall be
established which is designed to minimize infiltration of rain water and provide a stabile
compartment for the containment of the contaminated sediments.
12.2 Methodology
12.2.1. Fill layer After dewatering of the sediments has been completed , the filled tubes with sediments have
been stabilized sufficiently and the drainage layer at the bottom of the containment cell is dry,
the fill layer has to be installed. A fill layer of clay or stiff native soil with a thickness of at least
30 cm has to be applied in the containment cell in stagnant water pond 2.
The applied clay shall have a minimum plasticity index of 12 as tested by Atterberg Limit tests
(ASTM D4318). Clay materials shall contain no sod, brush, roots, frozen soil, or other
Works 4: Remediation works of NMK-KIE Page 243
perishable materials. Rock particles larger than 3 inches shall be removed prior to compaction
of the clay
The fill layer has to provide for a flat working platform. Additional fill material at the sides of
the tubes filled with sediments has to guarantee smooth 1:3 slopes.
In the containment cells in Lake NMK no minimum thickness is required. Here the fill material
has to fill up the remaining volume of the containment cell.
In stagnant water pond 2 about 1,351 m3 of soil is required for the fill layer. In the
containment cells at the western and northern bunds of Lake NMK about 1.500 m3 of soil is
required to fill the remaining volume of the containment cell. In the containment cells at the
south eastern corner of Lake NMK about 1,125 m3 of soil is required to fill the remaining
volume of the containment cell and to provide for the final slopes of 1:100. Clay and soil (4,176
m3) excavated during the remediation and construction activities has to be utilized for the
construction of the fill layer.
The fill layer shall be compacted with hand operated power rollers for each layer of 0,5 m
thick. If the fill layer is thicker than 0.5 meter, the layer has to be installed in separate layers of
which none is thicker than 0.5 m. Each layer should at least be compacted into 2 directions,
with a minimum of 2 passes in each direction, with perpendicular orientation.
The fill layer should result in a stable and flat working area, on which the remaining top liner
construction of the containment cell has to be further installed. The outer slope has to be 1:3.
After leveling no large differences in height (> 3 cm) on the surface of the fill layer shall remain.
Soil materials used for the fill layer shall be free of any material with particular seize above 5
centimeter. The content of organic material shall be less than 4%.
Requirements, tolerances and check
Tolerance, requirements and check for drainage layers:
Parameter Requirement Tests
Value Tolerance Nos.
Vertical alignment:
- Level at slopes (1:3) Designed
alignment
+/- 0.03 m 25 per 10,000 m2
- Level at top (1:>30) +/- 0.03 m 25 per 10,000 m2
- Top of fill layer Designed
alignment
+/- 0.03 m 25 per 10,000 m2
Maximum grain size and
organic matter content
See text
above
See text above 1 per 1,000 m3
Works 4: Remediation works of NMK-KIE Page 244
12.2.2. Foundation layer in stagnant water pond 2 Once the fill layer has been installed the foundation layer has to be applied in one work course.
A foundation layer of 0,2 m thick consisting of sand has to be applied. Sand should be supplied
and distributed from areas already covered by the foundation layer. Where required ramps
have to be applied on the supply routes to guarantee stability of the foundation layers.
Equipment distributing the soil should be provided with tracks.
In stagnant water pond 2 about 525 m3 of sand is required for the foundation layer. The
contractor has to deliver the foundation material. The Contractor shall report to the Engineer
the properties and testing results of the materials he intend to use for the approval of the
Engineer before the first delivery to the site is effectuated.
The foundation layer shall be compacted with hand operated power rollers. The Contractor
shall ensure that the foundation layer shall be compacted into 2 directions, with a minimum of
2 passes in each direction, with perpendicular orientation.
The foundation layer should result in a stable and flat working area, on which the HDPE liner of
the containment cell has to be further installed. The outer slopes of the same has to be 1:3.
Just before the installation of the HDPE liner the top of the foundation layer shall be leveled.
After leveling no large differences in height (> 2 cm) on the surface of the foundation layer
shall remain and the surface should be free of any debris that could damage the liner or
prevent an even/smooth deployment of the liners.
The content of organic material shall be less than 2%. The coefficient of permeability of the
drainage material shall be k > 10-4 m/s.
Grain size distribution:
Sieve size (mm) Quantity of particles (%)
passed through sieves
20 100
10 30 - 100
5 15 - 60
2 5-35
1 0-20
0,5 0-10
Maximum grain size is 20 mm.
Requirements, tolerances and check
Works 4: Remediation works of NMK-KIE Page 245
Tolerance, requirements and check for foundation layer:
Parameter Requirement Tests
Value Tolerance Nos.
Vertical alignment:
- Level at slopes (1:3) Designed
alignment
+/- 0.02 m 25 per 10,000 m2
- Level at top (1:>30) +/- 0.02 m 25 per 10,000 m2
- Thickness of foundation
layer
Min. 0.20 m No single values
less than 0.2 m
25 per 10,000 m2
Grain size distribution of
drainage layer
See table See table 1 per 500 m3
12.2.2. Foundation layer in containment cells of Lake NMK Once the fill layer has been installed a geo-textile layer has to be installed for the protection of
the HDPE liner above.
Requirements of Geotextiles The Geotextile shall be a non-woven Geotextile of UV-stable polypropylene, polyethylene or
polyester capable of resisting exposure to the sun for minimum two years.
A protective layer with GSM 250 or equivalent qualities has to be installed to protect the HDPE
liner.
Net demand of geotextile in the top structure of the containment cell in Lake NMK is 11,500
m2.
The Geotextile shall be installed with the HDPE liner on top and below by the fill layer or tubes
of geotextile. Thus after installation the Geotextile shall be protected against UV-radiation.
Simple overlapping with a width of min. 0.5 m shall connect lanes of installed Geotextile.
Alternatively sewn connections may be used. Sewn connections shall have tensile strength
equal to the tensile strength of the Geotextile.
Delivery, Unloading, Site Handling and Storage Requirements for Geotextiles The Geotextile shall be stored and handled during the construction works in such a way, that
the product after installation has no sign of damages or reduction in performance due to UV-
radiation. The manufactures guidelines for storage, handling and installation of Geotextile shall
be followed.
Material Delivery:
a) Upon arrival on site, QA personnel shall take an inventory of all materials on-site.
Works 4: Remediation works of NMK-KIE Page 246
b) Roll numbers of the non- woven Geotextile shall be logged on the inventory Check List and cross referenced with the Bill of Loading.
c) Copies of Inventory Check List and signed Bill of Loading should be sent to supplier headquarters while the on-site QA personnel retain the original copies.
d) Any visible damage to roll materials should be noted on the roll and Inventory Check List.
Site Unloading Procedures:
a) A forklift or front end loader fitted with a tapered pole is recommended for loading & unloading no woven Geotextile rolls.
b) The pole should be long enough to extend at least 2/3 (10 feet) of the way in to the non woven Geotextile roll core to avoid the possibility of buckling or breaking the core.
c) Non-woven Geotextile rolls may be lifted from flatbed trailers using straps hoisted by a crane of loader.
d) No more than three rolls should be lifted at the same time. For special length rolls, 1,000 feet or longer, each roll should be handled one at a time.
Site Handling & Storage Procedures:
a) Non – woven Geotextile rolls should be lifted off of the ground when moving.
b) Non- woven Geotextile should be deployed as closely as possible to the designated location minimizing dragging against the ground surface.
c) Operations of heavy construction equipment directly on the non- woven Geotextile should be avoided.
d) Non – woven geotextiles should be stored in a flat, dry and well drained area. All sources of contamination, such as oil, grease, soil and aggregate should be separated from the materials.
e) During on-site storage, non-woven geotextiles rolls should be protected from moisture, sunlight, theft and vandalism.
f) The protective wrapping should not be removed until the non- woven geotextiles is ready to be installed.
g) If stored outdoors for long durations, the non woven Geotextile should be elevated from the ground surface and covered with a tarpaulin or other opaque plastics.
Ultraviolet Light Exposure:
When left exposed to ultraviolet light, all non woven geotextiles slowly degrade, losing
strength in the process. It is highly recommended not to expose non woven geotextiles to
sunlight prior to installation. Once installed, geotextiles should be covered with designated
Works 4: Remediation works of NMK-KIE Page 247
overlaying material. The non – woven Geotextile should not be left exposed to sunlight for
more than 30 days.
Installation Procedure for Geotextiles Non-woven Geotextile should be installed only after the underlying material or sub grade has
been properly inspected and approved. The non – woven geotextiles should be installed to the
grade and location specified in project specifications. The project construction quality
assurance and construction quality control (CQA/CQC) guidelines must be followed during the
installation.
Care should be taken not to entrap stones or excessive moisture in the non woven Geotextile
during placement. In the presence of Wind, all geotextiles should be weighed with temporary
ballasting such as sandbags. On slopes, the non- woven Geotextile should be securely
anchored and then rolled down the slope in such a manner as indicated by good construction
practices and safety considerations.
Prior to the placement of overlying materials, a Certificate of Acceptance must be signed by a
responsible party and an installer’s representative. All overlying materials on the non woven
Geotextile should be placed such that:
The non - woven Geotextile and the underling material are not damaged.
Any movement on the non – woven Geotextile is kept to a minimum.
Excess stresses in the non- woven Geotextile are kept to a minimum.
12.2.3. Barrier Layer with HDPE liner After the foundation layer has been applied and leveled a barrier layer of HDPE shall be
installed.
The final top liner construction shall have a barrier layer with a permeability coefficient less
that 1 x 10-7 cm/sec or less. This has to be achieved with provision a liner of 2.0 mm HDPE (as
per standard specifications of HWM 2008 rules).
The liner system reduces the infiltration of rain water. Net demand of HDPE liner in the top
structure of the containment cell in Lake NMK is 11,500 m2. In stagnant water pond 2 the net
demand is about 3,140 m2 HDPE liner.
The construction of the liner is as such that the different bands are welded providing a
completely closed membrane preventing rain water to enter the contained sediments.
The installation procedure must be planned in such a way, that the total installation - i.e. from
installing the first strip of HDPE liner until the start to the installation of the drainage layer is
performed as a continuous operation, ensuring that at no time an installed area of HDPE liner
is left open/uncovered for longer time than absolutely necessary.
Works 4: Remediation works of NMK-KIE Page 248
Description of Liner System The liner system consists of one 2.0 mm textured (both sites) HDPE liner (to enhance the slope
stability).
Requirements and specification of HDPE liner
The material for the polymer liner shall be High Density Poly Ethylene (HDPE) with the
following specifications:
Parameter Requirement Tolerance Check method
Appearance No visible flaws or defects
Textured on both sites
Visual inspection
Thickness 2.0 mm - 10 % ISO 4648:1991 or
similar standard
Density min. 0.94 g/cm3 Non ASTM D 1505
Melt Flow Index (190/5) 0,6 - 2.0 g/10min Non ASTM D1238
Carbon Black Content min. 2.0 % Non ASTM D4218
Tensile characteristics:
ASTM D792, Type
IV
Machine and cross-machine
direction:
- Tensile strength at break min. 15 N/mm Non
- Tensile strength at yield Min. 20 N/mm Non
- Elongation at break Min. 100% Non
- Elongation at yield Min. 10% Non
Tear resistance Min. 150 N Non ASTM D 1004
Puncture Resistance Force min. 300 N Non ASTM D 4833
Strength of welded seams
ISO 527-3:1993
ISO 37:1994 or
similar standard
- Shear Min. 90% of tensile
strength at point of yield Non
- Peel Min. 75% of tensile
strength at point of yield Non
Works 4: Remediation works of NMK-KIE Page 249
Parameter Requirement Tolerance Check method
Oxidative Induction Time Min. 100 min non ASTM D 3895
Environmental stress-cracking Min. 200 hours
non ASTM D 5397-99,
Appendix
Delivery and Storage Requirements for HDPE Liners The liner material shall be delivered at the site with a datasheet from the producer certifying
the characteristics of the material according to the above specifications. Further the delivery
shall be accompanied by a protocol with the results of the producers quality check for the
specific batch delivered to the site
The membrane shall be protected against physical damages during transport to the site and
during storage at the site.
The manufactures guidelines for storage, handling and installation of the HDPE liner shall be
followed.
Conformance Testing for HDPE liners
General
The installer shall elaborate an installation plan showing the position of the individual rolls of
material and deliver the plan to the Engineer for approval before installation works
commence.
Installation may only be done by technical staff approved by the producer of the liner material
(the manufacturer) and with equipment approved by the same.
Welding
All welding-seams shall be double-seam welds with the possibility of testing with pressurised
air, or extrusion welds with a spark-leader welded into the seam, enabling full testing of the
tightness of the seams with high-voltage spark methods.
At the beginning and end of each day of installation a welding test shall be performed by each
combination of welding equipment and welder in work to ensure the correct adjustments of
welding temperature, pressure and -speed according to the prevailing weather conditions. The
welding shall be tested for seam strength (peel and shear) and the results are reported to the
Engineer.
The welding test shall be repeated after any interruption of the installation works during the
day, caused by e g. changes in weather conditions or equivalent.
The tests have to be performed by the Contractor himself or a recognised laboratory with
suitable testing equipment and experience.
Works 4: Remediation works of NMK-KIE Page 250
Before welding each lane of material shall be laid out without wrinkles, but with sufficient
material and overlapping to ensure, that no significant problems arise during the welding due
to temperature variations.
All edges of the liner material shall be protected against soiling until the time of welding. The
Contractor decides the method for protection and submits the description to the Engineer for
approval.
Overlapping shall be done with overlaps in the direction of the slope of the liner, i.e. roof-tile
like.
The seam between the membrane at any near-horizontal areas and the membrane at a slope
shall be positioned at the near-horizontal plane and no closer to the top of the slope than 1.0
m.
No machinery of any kind is allowed to operate directly on top of the installed liner. At all
times sufficient protection of the liner shall be ensured before any machinery is allowed to
enter. Sufficient protection has to be e.g. min. 1.0 m of soil for wheel operated equipment or
0.5 m of soil for track operated equipment.
Covering
Until the membrane has been checked and approved the liner material shall be anchored using
sandbags or any other equivalent system ensuring, that the installed liner material is not
moved by wind or down slope by gravity.
The Contractor shall cover the installed liner with a soil layer immediately upon check and
approval by the Engineer. At slopes the cover material shall be installed starting from the toe
of the slope taking any slack in the liner material to the top of the slope. The liner shall be
anchored at all beams.
Check of liner material and installation
The check of the installation works shall be based on a check plan elaborated by the Contractor
and approved by the Engineer. The check plan shall describe who has the responsibility for
performing each check, the extent of the check and when the check shall be performed.
Further the plan shall indicate whether the works may proceed or shall wait pending the
results of the tests and checks.
Stage Item Subject
to check
Method Extent Acceptance
Delivery Liner
material
Datashee
t
quality check 1 nos. per
roll
Delivered
Reception Liner Appearan Visual 1 nos. per No flaws or defects
Works 4: Remediation works of NMK-KIE Page 251
Stage Item Subject
to check
Method Extent Acceptance
material ce 2,000 m2
Thickness Measurement 1 nos. per
2,000 m2
Less than 10%
negative deviation
from specification
Mechanic
al
propertie
s
Stress and strain at
break 1 nos. per
2,000 m2
Less than 10%
negative deviation
from specification Stress and strain at
yield
Start of
welding
Welding
seams
Tightness
(in-situ)
Vacuum bell,
pressurised double
seam, spark-testing
1 nos. per
welder per.
welding
machine
per. day
cut sample
min.36 cm
x 60 cm
No leaks
Strength
(cut
sample) Shear and peel
Sheer: Min. 90% of
tensile strength at
point of yield
Peel: Min. 75% of
tensile strength at
point of yield
During
installation
Liner
material
Appearan
ce Visual 100% No flaws or defects
Welding
seams
Tightness
(in-situ)
Vacuum bell,
pressurised double
seam, spark-testing
100% No leaks
Mechanic
al
propertie
s
(cut
sample)
Stress and strain at
break
1 nos. per
5,000 m2
Less than 10%
negative deviation on
shear
Less than 25%
negative deviation on
peel
Stress and strain at
yield
Works 4: Remediation works of NMK-KIE Page 252
12.2.4. Drainage Layer in stagnant water pond 2 After the Engineer in Charge has approved the installed HDPE liner, a drainage layer of 0,2 m
thick, consisting of sand shall be installed.
At the top of the slope, at the intermediate terrace and the toe of the slope drains of 110 mm
HDPE have to be applied in the drainage layer. These drains have to be connected to 110 mm
blind pipes which shall convey the drainage water along the outer slope of the drainage layer
towards the toe ditches of the storm water runoff system. Blind pipes have to be laid with an
interval of 30 meter.
Before sand is applied on the HDPE liner, the HDPE drains 110 mm with filter material wrapped
around it have to be installed on the HDPE liner. Drains have to be lain by hand and fixated
with small heaps of sand.
Sand of the drainage layer should be supplied and distributed from areas already covered by
the drainage layer. Where required ramps have to be applied on the supply routes to
guarantee stability of the drainage and HDPE layers. Equipment distributing the soil should be
provided with tracks. Sand of the drainage layer has to be applied in one work course
consisting of one layer of 20 cm.
When the drainage material has been installed, excavations for e.g. installation of drainage
pipes and filter material around the pipes may only be done manually, and all excavated
trenches shall be visually inspected and approved by the Engineer in Charge before drain pipes
are installed.
At the cell in stagnant water pond 2 about 925 m3 sand is required for the drainage layer. The
contractor has to deliver the drainage material. The Contractor shall report to the Engineer the
properties and testing results of the materials he intend to use for the approval of the Engineer
before the first delivery to the site is effectuated.
The outer slope of the same has to be 1:3.
The content of organic material shall be less than 2%. The coefficient of permeability of the
drainage material shall be k > 10-4 m/s in order to have easy access to the rainfall runoffs and
process waters. The drainage layer shall be clean of any dirt and any contamination.
Grain size distribution:
Sieve size (mm) Quantity of particles (%)
passed through sieves
20 100
10 30 - 100
5 15 - 60
2 5-35
Works 4: Remediation works of NMK-KIE Page 253
Sieve size (mm) Quantity of particles (%)
passed through sieves
1 0-20
0,5 0-10
Maximum grain size is 20 mm.
Requirements, tolerances and check
Tolerance, requirements and check for drainage layer:
Parameter Requirement Tests
Value Tolerance Nos.
Vertical alignment:
- Level at slopes (1:3) Designed
alignment
+/- 0.02 m 25 per 10,000 m2
- Level at the bottom
(1:>30)
+/- 0.02 m 25 per 10,000 m2
- Thickness of foundation
layer
Min. 0.20 m No single values
less than 0.2 m
25 per 10,000 m2
Grain size distribution of
drainage layer
See table See table 1 per 500 m3
12.2.5. Protective layer with non woven geo-textile Requirements of Geotextiles Geotextile are used for protection of the drainage layer against penetration of dirt and fines
from the vegetative layer.
The Geotextile shall be a non-woven Geotextile of UV-stable polypropylene, polyethylene or
polyester capable of resisting exposure to the sun for minimum two years.
A protective layer with GSM 150 or equivalent qualities has to be installed to protect the
drainage layer.
In stagnant water pond 2 the net demand is about 4625 m2 geotextile.
The Geotextile shall be installed with the vegetative layer on top and below by the drainage
layer. Thus after installation the Geotextile shall be protected against UV-radiation.
Simple overlapping with a width of min. 0.5 m shall connect lanes of installed Geotextile.
Alternatively sewn connections may be used. Sewn connections shall have tensile strength
equal to the tensile strength of the Geotextile.
Works 4: Remediation works of NMK-KIE Page 254
Delivery, Unloading, Site Handling and Storage Requirements for Geotextiles The Geotextile shall be stored and handled during the construction works in such a way, that
the product after installation has no sign of damages or reduction in performance due to UV-
radiation. The manufactures guidelines for storage, handling and installation of Geotextile shall
be followed.
Material Delivery:
e) Upon arrival on site, QA personnel shall inventory all materials on-site.
f) Roll numbers of the non- woven Geotextile shall be logged on the inventory Check List and cross referenced with the Bill of Loading.
g) Copies of Inventory Check List and signed Bill of Loading should be sent to supplier headquarters while the on-site QA personnel retain the original copies.
h) Any visible damage to roll materials should be noted on the roll and Inventory Check List.
Site Unloading Procedures:
e) A forklift of front end loader fitted with a tapered pole is recommended for loading & unloading no woven Geotextile rolls.
f) The pole should be long enough to extend at least 2/3 (10 feet) of the way in to the non woven Geotextile roll core to avoid the possibility of buckling or breaking the core.
g) Non-woven Geotextile rolls may be lifted from flatbed trailers using straps hoisted by a crane of loader.
h) No more than three rolls should be lifted at the same time. For special length rolls, 1000 feet or longer, each roll should be handled one at a time.
Site Handling & Storage Procedures:
h) Non – woven Geotextile rolls should be lifted off of the ground when moving.
i) Non- woven Geotextile should be deployed as closely as possible to the designated location minimizing dragging against the ground surface.
j) Operations of heavy construction equipment directly on the non- woven Geotextile should be avoided.
k) Non – woven geotextiles should be stored in a flat, dry and well drained area. All sources of contamination, such as oil, grease, soil and aggregate should be separated from the materials.
l) During on-site storage, non-woven geotextiles rolls should be protected from moisture, sunlight, theft and vandalism.
Works 4: Remediation works of NMK-KIE Page 255
m) The protective wrapping should not be removed until the non- woven geotextiles is ready to be installed.
n) If stored outdoors for long durations, the non woven Geotextile should be elevated from the ground surface and covered with a tarpaulin or other opaque plastics.
Ultraviolet Light Exposure:
When left exposed to ultraviolet light, all non woven geotextiles slowly degrade, losing
strength in the process. It is highly recommended not to expose non woven geotextiles to
sunlight prior to installation. Once installed, geotextiles should be covered with designated
overlaying material. The non – woven Geotextile should not be left exposed to sunlight for
more than 30 days.
Installation Procedure for Geotextiles Non-woven Geotextile should be installed only after the underlying material or sub grade has
been properly inspected and approved. The non – woven geotextiles should be installed to the
grade and location specified in project specifications. The project construction quality
assurance and construction quality control (CQA/CQC) guidelines must be followed during the
installation.
Care should be taken not to entrap stones or excessive moisture in the non woven Geotextile
during placement. In the presence of Wind, all geotextiles should be weighed with temporary
ballasting such as sandbags. On slopes, the non- woven Geotextile should be securely
anchored and then rolled down the slope in such a manner as indicated by good construction
practices and safety considerations.
Prior to the placement of overlying materials, a Certificate of Acceptance must be signed by a
responsible party and an installer’s representative. All overlying materials on the non woven
Geotextile should be placed such that:
The non - woven Geotextile and the underling material are not damaged.
Any movement on the non – woven Geotextile is kept to a minimum.
Excess stresses in the non- woven Geotextile are kept to a minimum.
12.2.4. Drainage Layer in containment cells at Lake NMK After the Engineer in Charge has approved the installed HDPE liner, a drainage layer of a
sandwich construction of two geo-textiles and an artificial drainage element in between with a
high water flow capacity has to be installed.
At the edge of the gabions drains of 110 mm HDPE have to be applied in the drainage layer.
These drains have to be connected to 110 mm blind pipes which shall convey the drainage
water towards Lake NMK. Blind pipes have to be laid with an interval of 30 meter.
Works 4: Remediation works of NMK-KIE Page 256
Before sand is applied on the HDPE liner, the HDPE drains 110 mm with filter material wrapped
around it have to be installed on the HDPE liner. Drains have to be lain by hand and fixated
with small heaps of sand.
The drainage mat should be supplied and distributed from areas already covered by the
drainage layer and vegetative layer. Where required ramps have to be applied on the supply
routes to guarantee stability of the drainage and HDPE layers. Equipment should be provided
with tracks.
When the drainage material has been installed, excavations for e.g. installation of drainage
pipes and filter material around the pipes may only be done manually, and all excavated
trenches shall be visually inspected and approved by the Engineer in Charge before drain pipes
are installed.
At the cells in Lake NMK about 11,500 m2 of drainage mat is required for the drainage layer.
The contractor has to deliver the drainage material. The Contractor shall report to the Engineer
the properties and testing results of the materials he intend to use for the approval of the
Engineer before the first delivery to the site is effectuated.
1) Geocomposite (Drainage mat)
The drainage mat is a sandwich construction of two geotextiles and an artificial drainage
element in between with a high water flow capacity.
The drainage mats shall comply with the following standards:
Parameter Requirement Tolerance Check method
Appearance No visible flaws or defects Visual inspection
Structure Sandwich construction Visual inspection
Polymer type (filter
element)
PP or PE -
Polymer type (Geotextile) PP or PE -
Flow capacity
(20 KPa and I = 0.1))
0.20 l/s/m Min. ISO 12958 or
similar relevant
standard
Flow capacity
(50 KPa and I = 0.1))
0.15 l/s/m Min. ISO 12958 or
similar relevant
standard
Weight (filter element) 600 g/m² Min. -
Weight (Geotextile) 100 g/m2 Min. -
Works 4: Remediation works of NMK-KIE Page 257
Parameter Requirement Tolerance Check method
Thickness (filter element) 3.0 mm Min. -
Thickness (Geotextile) 0.4 mm (each) Min. -
Strength (filter element) 1 kN/m Min. -
Strength (Geotextile) 7.0 kN/m Min. -
Permeability (Geotextile) 50 mm/s
Delivery and Storage Requirements for Geocomposite The Geocomposite material shall be delivered at the site with a datasheet from the producer
certifying the characteristics of the material according to the above specifications. Further the
delivery shall be accompanied by a protocol with the results of the producers quality check for
the specific batch delivered to the site
The membrane shall be protected against physical damages during transport to the site and
during storage at the site. Geocomposite roles on stock shall be protected for UV radiation by
covering with tarpaulins.
Installation of Geo composite (ii) General
The installer shall elaborate an installation plan showing the position of the individual rolls of
material and deliver the plan to the Engineer for approval before installation works
commence.
Geocomposite on slopes (in slope direction) shall be in one piece and connection of two roles
in slope direction shall only take place in berms or in areas with slope less steep than 1:3.
Installation may only be done by technical staff approved by the producer of the liner material
(the manufacturer) and with equipment approved by the same. The manufactures guidelines
for storage, handling and installation of Geocomposite shall be followed.
(iii) Jointing of Geocomposite
In flow direction Geocomposite shall be joined by opening of Geotextile for connection of the
two filter elements, as shown in figure below. The overlap shall be minimum 0.15 m.
Works 4: Remediation works of NMK-KIE Page 258
Drainage mats have to be connected by simple overlapping in perpendicular direction to the
slope direction. Overlapping shall be minimum 0.10 m.
(iv) Covering
Until the Geocomposite has been checked and approved the Geocomposite material shall be
anchored using sandbags or any other equivalent system ensuring, that the installed material
is not moved by wind or down slope by gravity.
The Contractor shall cover the installed liner with a vegetation soil layer immediately upon
check and approval by the Engineer. At slopes the cover material shall be installed starting
from the toe of the slope taking any slack in the liner material to the top of the slope.
The Geocomposite shall be covered with soil not less than 2 weeks after installation.
(v) Connections to structures
Geocomposite are cut in shape as required and with maximum distance between the
penetrating structure and the Geocomposite at 0.25 m.
At the toe of the slopes it is important that there are a good connection between the
Geocomposite and the erosion stone layer. The Geocomposite shall at minimum have a 0.5 m
overlap in directly connection with the stone layer.
(vi) Check of liner material and installation
The check of the installation works shall be based on a check plan elaborated by the Contractor
and approved by the Engineer. The check plan shall describe who has the responsibility for
performing each check, the extent of the check and when the check shall be performed.
Further the plan shall indicate whether the works may proceed or shall wait pending the
results of the tests and checks.
Stage Item Subject to
check
Method Extent Acceptance
Delivery Liner material Datasheet quality check 1 nos.
per roll
Delivered
Reception Liner material Appearance Visual 1 nos.
per 1,000
m2
No flaws or defects
Thickness Measuremen
t
1 nos.
per 1,000
m2
Less than 10%
negative deviation
from specification
During
installatio
n
Liner material Appearance Visual 100% No flaws or defects
Overlaps
Works 4: Remediation works of NMK-KIE Page 259
12.2.6. Vegetation Layer A vegetation layer of 80 cm shall be placed above the Geotextile layer at the containment cell
in stagnant water pond 2. A vegetation layer of 50 cm shall be placed above the geocomposite
(drainage mat) layer at the containment cells in Lake NMK. . The vegetation layer has to be
brought into the area by the Contractor. The Contractor shall ensure that the vegetation soil is
uncontaminated. The vegetation layer should have an organic percentage of around 3 %. The
compost made from the cleared vegetation has to be used to elevate the organic content,
making the soil suitable for a healthy vegetation cover in the future.
At stagnant water pond 2 a total of 3.700 m3 of soil is required. For the containment cells in
Lake NMK a total volume of clay/soil of 5,750 m3 is required.
General Contractor shall procure and deliver all topsoil for final covering of the dumpsite.
Specification for ordinary earth for vegetative layer:
› Vegetative layer to support natural plant growth › Humus content minimum 5% and nutrient content levels which are normally
associated with fertile soil › Density maximum 1.6 tons/m³ (wet condition) › Water content 20-40% (under installation)
Installation Only light compaction shall be introduced (maximum e.g. by a bulldozer or other belt
machines).
Control Requirements, tolerances and check
Tolerance, requirements and check for soil layers:
Parameter Requirement Tests
Value Tolerance Nos.
- Level of surface As designed +0.05m / -
0.05m
25 per 10,000 m2
- Thickness of vegetative
layer
0.80 m +0.05m / -
0.05m
25 per 10,000 m2
Composition of
vegetative layer (Humus,
nitrogen and water
content)
See text
above
See text above 1 per 2,000 m3
Works 4: Remediation works of NMK-KIE Page 260
Average density Max. 1.6
tons/m³
+100 kg / - 50 kg On request by the
Engineer
The Contractor shall report to the Engineer the properties and testing results of the materials
he intend to use for the approval of the Engineer before the first delivery to the site is
effectuated.
12.3 Vegetation
12.3.1. General Vegetation:
Grass (To minimise erosion) over an total area of 16,125 m2. Local adopted plants that are resistant to drought and extreme temperatures shall be used.
The containment cells shall be planted with local species of grass. To prevent the top surface
from erosion, the total surface shall be covered with grass. Short-rooted, self-spreading plants
shall be selected from among local species to provide a vegetation cover.
Grass shall be of the species proposed by the Contractor and approved by the Engineer and
shall be of the best quality and free from disease.
The Contractor shall present a plantation plan for all the grass for the Engineers approval.
Making of Lawns
Making of lawns may be if two types:-
(a) Rough grassing
(b) Fine grassing.
In case of rough grassing, grass roots are planted at 6 inch (15 cm.) apart and in case of fine
grassing; roots are at interval of 4 inch (10 cm.). In the latter type, seeds of the good "doob"
grass may be used instead of roots when the contract for planting and maintenance of the
lawn for one year is with one agency.
Method. Proper ploughing should be done first of all, which should be followed by breaking of
clods removal of rubbish, spreading and mixing of well-decayed manure, dragging with
"swahga" and then levelling the entire lawn. The grassing shall be done by planting good
"doob" grass at specified intervals or planting seed which shall be followed by watering.
Rate. Rate in addition to the above items includes the supply of doob grass.
Works 4: Remediation works of NMK-KIE Page 261
Maintenance. Maintenance shall be for a period of one year. When handed over at the end of
the period of maintenance, the lawn shall be free from bare patches, with the edges neatly
trimmed. The contractor shall be responsible that the grass grows properly and in the event of
its not doing so he shall grass or regrass, such parts, as have not grown. No area which does
not show a good healthy growth shall be paid for. Rate of maintenance of lawns includes
watering, deweeding, mowing, rolling at intervals, and replanting where necessary.
12.3.2 Installation Seeding of grass shall take place immediately after installation and approval of the vegetative
layer irrespectively of time of year. It is of highest importance that a well-established and
robust grass cover is in place as fast as possible to reduce extension of surface erosion.
Irrigation and maintenance of the vegetative layer and vegetation shall be performed from the
very beginning.
12.3.3. Control The Contractor shall submit documentation of type of grass seed used (name and distribution).
12.4 Revetment along stagnant water pond 2
The north slope of the containment cell in stagnant water pond 2 dips in te water of this
stagnant water pond. To protect the integrity of the slope, a revetment shall be installed
around FTL. The revetment of the bund consist of the following elements
Non-woven Geotextile (GSM 250 or comparable, 0.5 mm thick)
layer of closely placed revetment stones (0.23 m thick)
The revetment shall be installed at the slope along stagnant water pond 2 over an length of
about 90 m. The revetment shall be applied under a slope of 1:3. Along the slope the
revetment is about 2 meters width. The revetment is presented on Drawing Nos. IND50-1-2-1,
IND50-1-2-2 and IND50-1-2-3.
12.4.1. Protective layer with non woven geo-textile Requirements of Geotextiles Geotextile are used as filter material behind the revetment stones.
The Geotextile shall be a non-woven Geotextile of UV-stable polypropylene, polyethylene or
polyester capable of resisting exposure to the sun for minimum two years.
A protective layer with GSM 250 or equivalent qualities has to be installed to protect the slope.
Net demand of geotextile is 405 m2.
The Geotextile shall be installed between the core of the slope below and the revetment
stones on top. Thus after installation the Geotextile shall be protected against UV-radiation.
Works 4: Remediation works of NMK-KIE Page 262
Simple overlapping with a width of min. 0.5 m shall connect lanes of installed Geotextile.
Alternatively sewn connections may be used. Sewn connections shall have tensile strength
equal to the tensile strength of the Geotextile.
Before the geotextile can be installed the slope should be leveled, resulting in a smooth slope.
12.4.2. Delivery, Unloading, Site Handling and Storage Requirements for Geotextiles Reference is made towards section 12.2.5.2 of the particular specifications.
Installation Procedure for Geotextiles Reference is made towards section 12.2.5.3 of the particular specifications.
12.4.3. Revetment Stones applied for the revetment should be of the same type as applied along the shoreline of
the STP premises. The granite stones required for the revetment have to be of regular form.
The regular form has to guarantee a uniform appearance of the revetment. Total thickness of
the layer should be at least 0.23 m.
The Contractor shall report to the Engineer the properties and testing results of the materials
he intend to use for the approval of the Engineer before the first delivery to the site is
effectuated.
Revetment should be installed and constructed in conformity with the manuals, handbooks
and guidelines of the Irrigation Department. The Irrigation Department has to approve the
work plan for the revetment of the Contractor.
A total volume of 95 m3 of stones is required for the work.
12.5 Transport of Clean Material
The Contractor is free to decide the method for transport of clean material e.g. clay, soil or
sand required for the construction of the containment cells. However, the Contractor shall
follow all Indian rules and regulations including all traffic rules. This also apply to transport of
clean material required for other work components.
13 Cover layer in Lake NMK
13.1 General
Previous site investigations have shown that the clay layer underneath the sediments in Lake
NMK is severely contaminated with among others TPH and heavy metals such as lead. Removal
of the clay layer is not feasible because this layer is an important prerequisite of the mere
existence of the lake. Its impervious characteristic prevents that the surface water infiltrates to
the subsoil in such a rate that Lake NMK shall fall dry. The same character has prevented till
now that pollution present in the sediments of the Lake were entering the subsoil to a
Works 4: Remediation works of NMK-KIE Page 263
significant extent. For this reason it was decided not to remove the clay layer and to protects
its integrity by all means.
Although the clay layer shall remain in place, some precautions have to be taken to prevent
that pollutions and nutrient loads can enter the water column of the Lake by diffusion or other
release processes such as desorption. The application of a cover layer of 0.3 meter sand is an
effective measure to limit the impact of such release processes on the impact of the surface
water quality.
A total of about 20.625 m3 of sand is required to provide for aforementioned cover layer of 0.3
m thick all over Lake NMK. This sand layer has to be installed after the sediments have been
removed (in a section of the lake).
The sand layer has to be implemented with an rain bow technique (or comparable technique.
The total sand layer has to be applied with an overall accuracy of + 2 centimetre. The position
of the top of the clay layer which has to be covered is presented on Drawing No. IND50-1-5-2.
On Drawing Nol. IND50-1-5-3 (refer to Section VI) the cover layer of sand is presented in a top
view drawing and in 3 cross sections.
13.2 Cover layer
The sand layer has to be implemented with a rain bow technique (or comparable technique.
The total sand layer has to be applied with an overall accuracy of + 2 centimetres.
Given the observed concentrations of contaminants in the sediment all works under this task
have to be carried out under the most strict health and safety precautions, including the use of
suitable boots, gloves, coveralls and masks and a decontamination and wash unit.
Lake NMK has already been fenced off from the surrounding area (in earlier stages of the
project).
During the implementation of the sand cover, no water shall be discharged into the Lake which
show visible evidence of pollution or which contain concentrations of more than 25% above
the baseline concentrations. Baseline concentrations have to be established for the
parameters as mentioned in the monitoring requirements for the surface water in Lake NMK
as included in Section V (General Items).
The Contractor has to assure that the water sand slurry is at all times arriving at the spraying
platform at the required working pressure and the appropriate sand/surface water ratio, in
accordance with the specifications of his final design. These working pressures and ratios have
to be monitored and recorded continuously. The same applies for the movements of the
spraying platform. If deviations from the specifications of the final design of the Contractor
occur, the Contractor has to take all necessary corrective actions immediately.
Given the vulnerability of the water balances it is important that the process water applied has
a closed cycle with NMK Lake.
Works 4: Remediation works of NMK-KIE Page 264
Sand for the cover layer has to be applied with a wet technique (rainbow method or
comparable) in individual layers of approximately 0.05 m maximum thickness. The thickness of
each layer has to be monitored with a footplate before and after installing the specific layer in
(a section of) the Lake.
It is not allowed to implement the sand layer in bulk. The clay layer has to have the chance to
adjust to new top loads of the cover layer in such a way that stability of the clay layer is never
at risks with regard to geotechnical phenomena as well as with regard to release processes of
contaminants or nutrients.
In case during the works indications are observed of unexpected chemical contamination from
smell or odour or colour the Contractor shall stop the works in the particular area and inform
the Engineer in Charge. The Contractor shall following the instruction from the Engineer in
Charge.
All equipment leaving Lake NMK has to be cleaned from sediment and waste adhering to the
equipment. Cleaning shall be performed in the transition zone between the lake perimeter and
the surrounding areas.
Personnel leaving the perimeters of the Lake has to be decontaminated in a specially
demarcated area between the Lake and the surrounding area. This area has to be split in a
polluted zone, a zone for washing and a clean zone.
The content of organic material in the sand shall be less than 2%. The sand layer shall be clean
of any dirt and any contamination.
Grain size distribution:
Sieve size (mm) Quantity of particles (%)
passed through sieves
20 100
10 30 - 100
5 15 - 60
2 5-35
1 0-20
0.5 0-10
Maximum grain size is 20 mm.
Requirements, tolerances and check
Tolerance, requirements and check for foundation layer:
Works 4: Remediation works of NMK-KIE Page 265
Parameter Requirement Tests
Value Tolerance Nos.
- Level at the bottom + 0.02 m 25 per 10,000 m2
- Thickness of cover layer Min. 0.30 m No single values
less than 0.3 m
25 per 10,000 m2
Grain size distribution of
drainage layer
See table See table 1 per 500 m3
›
14 Development for Future Use
Developments for Future Use include the following items::
Installation of an Irrigation System on the 5 containment cells to support the development of a sustainable grass layer.
On the containment cell in stagnant water pond 2 Storm Water Drainage Channels for effective drainage of surface runoffs shall be installed. This drainage system consists of the following elements:
- drainage ditch around the flat top surface of the containment cell
- drainage ditch on the intermediate berms of the containment cell
- ditch around the toe of the containment cell
- system of discharge drain pipe which connect the
aforementioned ditches
On the containment cell in the south-eastern corner of Lake NMK Storm Water Drainage Channels for effective drainage of surface runoffs shall be installed. This drainage system consists of the following elements:
- drainage ditch around the flat top surface of the containment cell
- ditch at the southern and eastern border of the containment cell
- system of discharge drain pipe which connect the
aforementioned ditches
On the containment cell at the western bund of Lake NMK a Storm Water Drainage Channel for effective drainage of surface runoffs shall be installed. This drainage system consists of the following elements:
Works 4: Remediation works of NMK-KIE Page 266
- drainage ditch between original bund and new containment cell
- system of discharge drain pipe which connects the
aforementioned ditch with Lake NMK
On the containment cell at the Northern bund of Laae NMK no Storm Water Drainage channels are required
Installation of ground water monitoring wells in the NMK-KIE area.
The top of the containment cell in stagnant water pond 2 shall have a maximum height of 6-8
meters. This cell has a near flat top surfaces.. The containment cell in stagnant water pond 2
has a flat top surface of about 19 x 52 = 988 m2.
The containment cell to the south-eastern corner of Lake NMK has a flat top surface which
covers about 6,500 m2
The containment cell in stagnant water pond 2 has a uniform 1:3 slopes in all directions. About
halfway the slopes of this cell have a small intermediate berm.
Te containment cells in Lake NMK have a near flat surface and are bordered by the walls of the
gabions.
A schematic layout plan showing the future layout of the containment cells is presented on
Drawing Nos. Drawings Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-
10, IND50-1-5-11, IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3 (refer to Section VI).
14.1 Installation of Irrigation System & Horticulture
The irrigation requirement of water for the containment cells in stagnant water pond 2 and the
south-eastern corner of Lake NMK is around 50 KLD each. A similar requirement has been
assessed for the combined cells on the western and northern bunds of Lake NMK. This amount
of water has to be pumped from Lake NMK. The water shall be sprinkled in the area by means
of Hose pipe connections of 25 mm diameter pipes.
The irrigation fixed pipes of 50 mm diameter and the HDPE feeding pipe of about 800 meter
long of 75 mm (including valve arrangements of 2 inches at regular intervals) shall be buried in
the vegetative cover layer without disturbing the drainage layer or the HDPE liner system. The
intervals and provision of the valves shall be done on site by the contractor with approval of
the Engineer in Charge.
Water has to be pumped by means of electrical pumps of capacity 10 m3/hr – 40m head, to the
Sprinkler System via the feeder pipe. Pumps have to be installed in NMK Lake (2). The pumps
have to be connected to the electricity system of the STP. The on/off switch of the pumps has
to be located at the premises of the STP.
After complete capping of the containment cells, proper Horticulture and Landscaping shall be
done on the entire containment cell areas with grass.
Works 4: Remediation works of NMK-KIE Page 267
14.2 Surface water collection and storm water drainage
14.2.1. Construction of Storm Water Drains There are 4 different surface water drain system:
› At the Top of the containment cells in stagnant water pond 2 (type 1); size of grass lined drainage channel proposed to be provided at top most berm is 0.5 m width x 0.5 m depth
› Around the top of the containment cell in the south eastern corner of Lake NMK and at the western bund of the same lake (type 2); size of grass lined drainage channel proposed to be provided is 0.3 m width x 0.3 m depth.
› Intermediate Drain (type 3); size of grass lined drainage channel proposed to be provided at intermediate berm is 0.3 m width and 0.3 m depth
› Along the periphery of the containment cell in stagnant water pond 2 (type 4) ; size of grass lined drainage channel proposed to be provided is maximal 6.0 m width and 1.0 m depth with 1:3 side slopes
› Along the periphery of containment cell in the south-eastern corner of Lake NMK (type 5) ; size of reveted drainage channel proposed to be provided is maximal 7.0 m width and 1.0 m depth with 1:3 side slopes and 1.0 m width bottom.
› Stones applied for the revetment of channel type 4 should be of the same type as applied along the shoreline of the STP premises. The granite stones required for the revetment have to be of regular form. The regular form has to guarantee a uniform appearance of the revetment. Total thickness of the layer should be at least 0.3 m.
› The Contractor shall report to the Engineer the properties and testing results of the materials he intend to use for the approval of the Engineer before the first delivery to the site is effectuated.
› Revetment should be installed and constructed in conformity with the manuals, handbooks and guidelines of the Irrigation Department. The Irrigation Department has to approve the work plan for the revetment of the Contractor.
› A total volume of 440 m3 of stones is required for the work.
The design of the surface water drains are presented on Drawing Nos. IND50-1-5-4, IND50-1-5-
5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10, IND50-1-5-11, IND50-1-2-1, IND50-1-2-2 and
IND50-1-2-3 (refer to Section VI).
If subsoil of low strength is observed the Contractor shall consult the Engineer for possible
enhancement of the subsoil.
Works 4: Remediation works of NMK-KIE Page 268
1) Design of Surface Water Drains
The containment cells surface water drainage systems are designed based on the peak rainfall
intensity.
Surface Water Runoff Drain:
For surface water drainage the design is based on the peak rainfall intensity of 25 mm / hr. The
table of estimation of sizing of storm water drainage is presented below for the largest of the 2
containment cells:
Works 4: Remediation works of NMK-KIE Page 269
DESIGN OF STORM WATER DRAIN FOR THE CONTAINMENT CELL IN STAGNANT WATER POND 2
Sr.
No. Area Area Runoff
Maximum
Rainfall Quantity of Velocity
Area of
Drain
Drain
Size
Served (sq. m) Co.eff. intensity Runoff Q = AIR of flow Q/v
Area
I R
mm/hr
R
m/hr cu.m/hr. cu.m/sec m/sec Sq.mt. mt.
(sq. m)
1 3000 3000 0.9 25 0.025 67,500 0.019 0.6 0.0313 0.19
2 5625 5625 0.9 25 0.025 126,663 0.035 0.6 0.0586 0.25
3 11000 11000 0.9 25 0.025 247,500 0.069 0.6 0.115 0.37
14.2.2. Surface Run off Drainage Layer and surrounding Drainage Channel The drainage layer in the cover of the cell in stagnant water pond 2, consisting 0.20 m thick
sand layer shall terminate in a drain coffer. In the drain coffer a 110 mm drain shall collect the
access drain water. At intervals of average 30 m distance closed pipes shall convey the
collected drain water into type 4 drain channels.
Top berm pipe shall be laid up to intermediate berm at every 30mt intervals of 110 OD HDPE
pipe and from intermediate berm to bottom pipe shall be laid at interval of 30mt of 200 OD
HDPE pipe.
The drainage layer in the cover of the cell in the south-eastern corner of Lake NMK, consisting
of a 5 mm thick geo-composite drainage layer shall terminate in a drain coffer. In the drain
coffer a 110 mm drain shall collect the access drain water. At intervals of average 30 m
distance closed pipes shall convey the collected drain water into type 5 drain channels or
directly into Lake NMK.
Storm water drainage pipes of 110 mm OD HDPE have to be connected to the surface water
drainage at every 30mt intervals.
The drainage layer in the cover of the cell at the western and northern bund of Lake NMK,
consisting of a 5 mm thick geo-composite drainage layer shall terminate in a drain coffer. In
the drain coffer a 110 mm drain shall collect the access drain water. At intervals of average 30
m distance closed pipes shall convey the collected drain water directly into Lake NMK.
Underneath the type 2 drain at the western bund of Lake NMK a drain 110 mm OD HDPE shall
be installed for catchment of drain and surface water run-off. This drain shall at average
Works 4: Remediation works of NMK-KIE Page 270
intervals 0f 30 meter be connected to a 200 mm OD HDPE discharge pipe, which shall convey
the drainage water to Lake NMK.
14.3 Installation of Monitoring Wells & Bore wells
The requirements for the supervision and monitoring have been highlighted in Section V
General Items. Based on the tables presented in section V General Items a total of 74 ground
water monitoring wells have to be installed by the Contractor.
Twenty one monitoring wells shall have a depth of 5 m each.
Eight monitoring wells shall have a depth of 10 m each.
Five monitoring wells shall have a depth of 15 m each.
Five monitoring wells shall have a depth of 20 m each.
Fifteen monitoring wells shall have a depth of 25 m each.
Five monitoring wells shall have a depth of 45 m each.
Ten monitoring wells shall have a depth of 60 m each.
Five monitoring wells shall have a depth of 70 m each.
On Drawing No. IND50-1/05 details are presented about the way the monitoring wells have to
be constructed. The position of the required monitoring points is presented in Figure 1 of
Section V General Items and more detailed information on position and depth is presented in
the following table.
In an additional table the required number and type of analysis for groundwater, sediment and
soil have been presented. In addition to these analysis also air samples have to be taken and
analysed as described in the General Items of section V.
Zone MW ID
Symbol
Symb. No.
Lattitude Longitude Filter ID Depth [m]
Plains 1
4 17.316408 78.424883
1a 5-10
2
5 17.318326 78.426027
2a 5-10
3
6 17.319089 78.427384
3a 5-10
NMK Lake
1
L 17.315649 78.426753
1a 2-4 (below FTL)
Works 4: Remediation works of NMK-KIE Page 271
Zone MW ID
Symbol
Symb. No.
Lattitude Longitude Filter ID Depth [m]
2
L 17.316161 78.427461
2a 2-4 (below FTL)
3
L 17.315656 78.427989
3a 2-4 (below FTL)
4
L 17.315173 78.427220
4a 2-4 (below FTL)
5
1 17.317226 78.427253
5a 4-7
6
2 17.316658 78.426756
6a 4-7
7
3 17.315834 78.425861
7a 4-7
8
4 17.315833 78.429068
8a 4-7
9
5 17.314601 78.428050
9a 4-7
10
1 17.313848 78.426296
10a 2-5
11
1 17.314034 78.427259
11a 2-5
12
1 17.313951 78.426942
12a 2-5
13
2 17.314894 78.430455
13a 2-5
14
2 17.314982 78.429981
14a 2-5
15
3 17.315866 78.429939
15a 2-5
16
3 17.316099 78.428364
16a 2-5
17
4 17.316824 78.427657
17a 2-5
18
4 17.316524 78.427206
18a 2-5
19
5 17.316097 78.426626
19a 2-5
Works 4: Remediation works of NMK-KIE Page 272
Zone MW ID
Symbol
Symb. No.
Lattitude Longitude Filter ID Depth [m]
20
5 17.315691 78.426110
20a 2-5
KIE 1
1 17.316226 78.430568
1a 5-10
1b 20-25
2
2 17.314761 78.429430
2a 5-10
2b 20-25
3
3 17.313167 78.428318
3a 5-10
3b 20-25
4
4 17.311274 78.427133
4a 5-10
4b 20-25
5
5 17.317134 78.432112
5a 5-10
5b 20-25
6
6 17.315394 78.433725
6a 15-20
6b 40-45
7
7 17.316630 78.435388
7a 15-20
7b 40-45
8
8 17.313858 78.434559
8a 20-25
8b 50-60
9
9 17.315410 78.437815
9a 20-25
9b 50-60
10
10 17.312824 78.437010
10a 20-25
10b 50-60
Works 4: Remediation works of NMK-KIE Page 273
Zone MW ID
Symbol
Symb. No.
Lattitude Longitude Filter ID Depth [m]
11
S 17.309560 78.430721
11a 10-15
12
S 17.309560 78.430721
12a 65-70
13
S 17.309792 78.430630
13a 10-15
14
S 17.309792 78.430630
14a 65-70
15
S 17.309748 78.430765
15a 10-15
16
S 17.309748 78.430765
16a 65-70
17
S 17.309377 78.430810
17a 10-15
18
S 17.309377 78.430810
18a 65-70
19
S 17.309619 78.431129
19a 10-15
20
S 17.309619 78.431129
20a 65-70
21
1 17.313116 78.431560
21a 15-20
21b 40-45
22
2 17.311432 78.430085
22a 15-20
22b 40-45
23
3 17.311688 78.433396
23a 20-25
23b 50-60
24
4 17.309648 78.433044
24a 20-25
24b 50-60
25
5 17.310466 78.428719
25a 15-20
25b 40-45
26
6 17.308245 78.432466
26a 20-25
Works 4: Remediation works of NMK-KIE Page 274
Zone MW ID
Symbol
Symb. No.
Lattitude Longitude Filter ID Depth [m]
26b 50-60
27
7 17.308276 78.431278
27a 20-25
27b 50-60
28
8 17.308639 78.429973
28a 20-25
28b 50-60
29
9 17.310703 78.431724
29a 20-25
29b 50-60
30
10 17.310946 78.435279
30a 20-25
30b 50-60
Works 4: Remediation works of NMK-KIE Page 275
Zone Point Analytical suite Project phase Matrix to perform anlysis on
Baselline
Investigation
During project
Implementati
on
After project
implementati
on
Sedi-
ment Soil Water
Number of samples
Plains
1 TPH and heavy metals 4 4 4 x
2
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 1 64 20
x
3
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 1 64 20
x
4
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 1 0 5
x
5
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 1 0 5
x
6
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 1 0 5
x
R
Works 4: Remediation works of NMK-KIE Page 276
NMK Lake
L
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 4 248 80
x
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 4 28 4
x
1
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 1 17 5
x
2
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 1 17 5
x
3
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 1 17 5
x
Works 4: Remediation works of NMK-KIE Page 277
4
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 1 17 5
x
5
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 1 17 5
x
1
TPH, heavy metals,
PAH and BTEX 8 0 8
x
TPH, heavy metals,
PAH and BTEX 2 34 2
x
1
TPH, heavy metals,
PAH and BTEX 8 0 8
x
TPH, heavy metals,
PAH and BTEX 2 34 2
x
2
TPH, heavy metals,
PAH and BTEX 8 0 8
x
TPH, heavy metals,
PAH and BTEX 2 34 2
x
3
TPH, heavy metals,
PAH and BTEX 8 0 0
x
TPH, heavy metals,
PAH and BTEX 2 34 2
x
Works 4: Remediation works of NMK-KIE Page 278
4
TPH, heavy metals,
PAH and BTEX 8 0 0
x
TPH, heavy metals,
PAH and BTEX 2 34 2
x
5
TPH, heavy metals,
PAH and BTEX 8 0 0
x
TPH, heavy metals,
PAH and BTEX 2 34 2
x
KIE
1
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
2
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
3
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
Works 4: Remediation works of NMK-KIE Page 279
4
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
5
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
6
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
7
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
8
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
9
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
Works 4: Remediation works of NMK-KIE Page 280
10
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
1 TPH and heavy metals 0 0 5
x
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], particular
matter, odour and
colour 0 0 10
x
2 TPH and heavy metals 0 0 5
x
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], particular
matter, odour and
colour 0 0 10
x
3 TPH and heavy metals 0 0 5
x
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], particular
matter, odour and
colour 0 0 10
x
4 TPH and heavy metals 0 0 5
x
TPH, heavy metals,
COD, BOD, 0 0 10
x
Works 4: Remediation works of NMK-KIE Page 281
temperature, O2, pH,
Ec, Eh [mV], particular
matter, odour and
colour
1
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 0 4 2
x
TPH and heavy metals 0 4 2
x
2
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 0 4 2
x
TPH and heavy metals 0 4 2
x
3
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 0 4 2
x
TPH and heavy metals 0 4 2
x
4
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity,
particular matter,
odour and colour 0 4 2
x
TPH and heavy metals 0 4 2
x
5
TPH, heavy metals,
COD, BOD,
temperature, O2, pH,
Ec, Eh [mV], salinity, 0 4 2
x
Works 4: Remediation works of NMK-KIE Page 282
particular matter,
odour and colour
TPH and heavy metals 0 4 2
x
1
TPH, PAH, heavy
metals 0 10 10
x
S
TPH, volatile organics,
organic matter, clay
and sand fractions,
odour, colour 15 0 0
15
TPH, volatile organics,
organic matter, clay
and sand fractions,
odour, colour 15 0 0
15
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 5 0 25
5
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 5 0 25
5
1
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular 2 0 10
x
Works 4: Remediation works of NMK-KIE Page 283
matter, odour and
colour
2
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
3
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
4
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
5
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
6
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
7
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV], 2 0 10
x
Works 4: Remediation works of NMK-KIE Page 284
salinity, particular
matter, odour and
colour
8
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
9
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
10
TPH, volatile organics,
heavy metals, COD,
BOD, temperature,
O2, pH, Ec, Eh [mV],
salinity, particular
matter, odour and
colour 2 0 10
x
Based on above table 7 analytical suites have to be applied for the different matrices. In the
following tables the specifications for each of the seven suites are presented. Contractor has to
include costs for sampling, packing material, transport to off-site laboratories, testing,
reporting and supporting analysis.
Specification for Suite 1:
Matrix: Sediment Suite 1: TPH and Heavy Metals
Component Technique Method of Testing Detection Limit
TPH (C10-C40) GC-FID Equal to NEN-EN-ISO
16703, EPA 8015b&m
<35 mg/kg dm
Heavy Metals (Pb, Cd,
Cr, Zn, Hg, Cu, Ni, As)
ICP-MS Cf. pb 3010-5 and cf.
NEN-EN-ISO 17294-2
<10, <0.2, <5.0, <20,
<0.05, <5.0, <4.0, <5.0
mg/kg dm
Works 4: Remediation works of NMK-KIE Page 285
Specification for Suite 2:
Matrix: Soil Suite 2: TPH , Heavy Metals, PAH and BTEX
Component Technique Method of Testing Detection Limit
TPH (C10-C40) GC-FID Equal to NEN-EN-ISO
16703, EPA 8015b&m
<35 mg/kg dm
Heavy Metals (Pb, Cd,
Cr, Zn, Hg, Cu, Ni, As)
ICP-MS Cf. pb 3010-5 and cf.
NEN-EN-ISO 17294-2
<10, <0.2, <5.0, <20,
<0.05, <5.0, <4.0, <5.0
mg/kg dm
PAH GC-MS Cf. pb. 3010-6 and gw.
NEN-ISO 18287
Individual PAH <0.05
mg/kg dm
BTEX HS GC/MS Cf. pb. 3010-6 and gw.
NEN-ISO 18287, EPA
8260b
Individual BTEX <0.05
mg/kg dm
Specification for Suite 3:
Matrix: Soil Suite 3: TPH , Heavy Metals
Component Technique Method of Testing Detection Limit
TPH (C10-C40) GC-FID Equal to NEN-EN-ISO
16703, EPA 8015b&m
<35 mg/kg dm
Heavy Metals (Pb, Cd,
Cr, Zn, Hg, Cu, Ni, As)
ICP-MS Cf. pb 3010-5 en cf.
NEN-EN-ISO 17294-2
<10, <0.2, <5.0, <20,
<0.05, <5.0, <4.0, <5.0
mg/kg dm
Specification for Suite 4:
Matrix: Soil Suite 4: TPH , Heavy Metals and PAH
Component Technique Method of Testing Detection Limit
TPH (C10-C40) GC-FID Equal to NEN-EN-ISO
16703, EPA 8015b&m
<35 mg/kg dm
Heavy Metals (Pb, Cd,
Cr, Zn, Hg, Cu, Ni, As)
ICP-MS Cf. pb 3010-5 and cf.
NEN-EN-ISO 17294-2
<10, <0.2, <5.0, <20,
<0.05, <5.0, <4.0, <5.0
mg/kg dm
PAH GC-MS Cf. pb. 3010-6 and gw.
NEN-ISO 18287
Individual PAH <0.05
mg/kg dm
Works 4: Remediation works of NMK-KIE Page 286
Specification for Suite 5:
Matrix: Soil Suite 5: TPH, Volatile Organics, Organic Matter, Clay and Sand fraction,
Odour, Colour
Component Technique Method of Testing Detection Limit
TPH (C10-C40) GC-FID Equal to NEN-EN-ISO
16703, EPA 8015b&m
<35 mg/kg dm
BTEX and SVOC HS GC/MS Cf. pb. 3010-6 and gw.
NEN-ISO 18287, EPA
8260b
Individual BTEX <0.05
mg/kg dm
VOC <0.1 mg/kg dm
Organic Matter Gravimetric Cf. pb 3010-3 and cf.
NEN 5754
<0.7 % (m/m) dm
Clay fraction Sedimentation Cf. pb 3010-3 and cf.
NEN 5754
<2.0 % (m/m) dm
Sand fraction Sieving Cf. NEN 5753 <0.1 % (m/m) dm
Odour N/A N/A N/A
Colour (apparent) N/A N/A N/A
Specification for Suite 6:
Matrix: Water Suite 6: TPH, Heavy Metals, COD, BOD, Temperature, O2, pH, Ec, Eh (mV),
TSS, TDS, Odour and Colour
Component Technique Method of Testing Detection Limit
TPH (C10-C40) GC-FID Cf. NEN-EN-ISO 9377-2 <50 µg/L
Heavy Metals ICP-MS Cf. NEN-EN-ISO 17294-
2
<5.0, <0.4, <5.0, <10,
<0.1, <5.0, <5.0, <1.5
µg/L
COD Titrimetric Cf. NEN 6633/A1: <5.0 mg O2/L
BOD Potentiometric Cf. NEN-EN 1899-1&
cf. NEN-ISO5814
(EN25814)
<1.0 mg O2/L
Temperature N/A Measured at arrival at Degrees Celsius
Works 4: Remediation works of NMK-KIE Page 287
the laboratory
O2 (DO) Potentiometric Cf. NEN-ISO 5814 <0.1 mg O2/L
pH Potentiometric Cf. NEN-EN-ISO 10523 (0-14)
Ec Conductometry Cf. NEN-ISO 7888 Ec(20 degrees) <1
mS/m. Ec(25 degrees
<10 µS/cm/<1 mS/m
Eh (mV) Potentiometric ASTM 1498-76 mV
Total Suspended Solids
(TSS)
Gravimetric Cf. NEN-EN 872, NEN
6484, NEN 6621
<2mg/L, <2mg/L,
<5mg/L
Total Dissolved Solids
(TDS)
Gravimetric Cf. NEN 6499 & EN
15934
<0.01 % (m/v)
Odour N/A N/A N/A
Colour (apparent) N/A N/A N/A
Specification for Suite 7:
Matrix: Water Suite 7: TPH, Heavy Metals, PAH and BTEX
Component Technique Method of Testing Detection Limit
TPH (C10-C40) GC-FID Cf. NEN EN ISO 9377-2 <50 µg/L
Heavy Metals (Pb, Cd,
Cr, Zn, Hg, Cu, Ni, As)
ICP-MS Cf. NEN-EN-ISO 17294-
2
<5.0, <0.4, <5.0, <10,
<0.1, <5.0, <5.0, <1.5
µg/L
PAH LV-GC-MS EPA 8270c Individual PAH <0.01
µg/L, acenaphthylene
<0.05 µg/L
BTEX HS-GC-MS Cf. ISO 11423-1 Individual BTEX, <0.2
µg/L
Works 4: Remediation works of NMK-KIE Page 288
15 Tabular presentation of specifications
15.1 Introduction
In the following tables the specifications contained in above sections 1 till 14 have been
summarized. These tables have to be read in conjunction with the full specifications as
contained in above sections 1 till 14.
Below tables have also been used as input for the preparation of the Bill of Quantaties as
contained in Section VII. The Bill of Quantaties should be read and interpreted in conjuction
with below tables and the contend of above section 1 till 14.
Quantities expressed in Tonnes are determined by - and for costs of - the Contractor by
weighing in mean of transportation by weighing over a certified weighbridge. Weighing
receipts shall be submitted to the Engineer in charge. Other quantities are determined in the
work by survey, measurements and delivery notes.
Part 1: Site Mobilization and installation of bottom structure of Containment cells
Sr.
No.
Description of Item Qty. Unit
101
Supply and laying of ordinary earth brought from outside as a fill
layer of thickness varying between 2.0 till 2.5 meter consisting of
natural soil, silty clays mixed with sand as prevalent in Hyderabad
Region and suitable as fill material underneath the containment cell
in stagnant water pond 2 as presented in Drawing Nos. IND50-1-2-1
and IND50-1-2-2 including spreading and compaction of ordinary
earth in order to achieve 90% of proctor density. Compaction has
to be done on layers with a maximum thickness of 500 mm. The
spreading and compaction has to be achieved by means of a tractor
with 2T roller to required finished thicknesses and laid on flat
surfaces including supply, transportation to site of works, loading
and unloading of the materials, all labour and manpower,
equipments required for placing and spreading (dozers, tractor
trailors, front end loaders), compacting with equipments (soil
compactor rollers) and machinery, necessary testing as per ISO /
ASTM standards, fuel oil, incidental and other operational charges
etc complete as directed by Engineer in charge and to the
satisfaction of engineer in charge.
7860 cu.m
102 Excavation, Loading, Unloading, Transportation, Temporarily
Storage and Backfilling of soil originating from trench required for
installation of gabions at the southern, western and eastern
1400 cu.m
Works 4: Remediation works of NMK-KIE Page 289
Sr.
No.
Description of Item Qty. Unit
perimeter of the containment cell in the south-eastern corner of
Lake NMK as presented on Drawing Nos. IND50-1-5-9, IND50-1-5-
10 and IND50-1-5-11. Dimensions of the required trench are about
200 m x 2.5 m x on average 2.5 m. After temporarily storage soil
has to be used as fill material during the closure of the containment
cell. Including all tools and plants, materials, labour and manpower,
excavators, front end loaders, tractor trailors, etc. complete as
directed by engineer in charge and to the satisfaction of the
engineer in charge
103
Supplying, fabricating and placing in position gabions, consisting of
reinforced steel bars, chain like mesh and coarse aggregates in
containment cells in Lake NMK as presented on Drawing Nos.
IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10
and IND50-1-5-11. Gabions have to be placed over a total length of
about 875 m of which is 375 m in the southeastern corner and
500m along the bunds and hillock. Maximum width of the gabions
is 2m. Height of gabions is ranging between about 2 m and 4 m in
the southeastern corner with an average height of 2.73 m. Height
of the gabions along the bund and hillock is about to 2 m.
Supplying, providing and apllying reinforcement steel bars (12 and
8 mm rods) and chain like mesh (size: 30 mm x 30 mm x 8 G) for the
construction of gabions, including cleaning, straightening, cutting,
bending, hooking, lapping, welding wherever required, tying with
2.50 mm diameter soft annealed steel wire. A minimum of 25 kg of
reinforced steel and chain like mesh per 1 m³ of gabion volume has
to be applied. In addition 0.9 Cum of coarse aggregates per Cum of
gabion has to be supplied and applied with a blending ratio of
50:40 for the fraction 120-80 mm and 80-40 mm respectively. Only
approved, clean, hard, graded aggregates for gabion filling should
be applied. Including initial lead up to 50 meters and all lifts for
finished item of work, costs of all materials, machinery, labour,
formwork, scaffolding, placing in position, leveling, finishing, etc.,
complete as directed by engineer in charge and to the satisfaction
of the engineer in charge.
4050 cu.m
104
Supply, Laying & Jointing of 1.5 mm thick HDPE Membrane Liner
(both side textured) acting as a main barrier layer for inflow of
surface water into the containment cell, placed between the gabion
and the clay as presented on Drawing Nos. IND50-1-5-4, IND50-1-5-
2755 sq. m
Works 4: Remediation works of NMK-KIE Page 290
Sr.
No.
Description of Item Qty. Unit
5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11,
including its unrolling, laying, jointing and welding as per ISO /
ASTM Standards with proper junction overlaps, welding at
junctions/joints using welding machines, providing sufficient
anchoring ensuring, that the installed liner material is not moved by
wind or down slope by gravity, necessary testing as per ASTM / ISO
standards etc complete including all materials, labour and
manpower, transportation, loading and unloading, storing and
stacking at safe place, safe handling, welding and jointing
equipments with materials, tools and plants etc complete as
directed by engineer in charge and to the satisfaction of engineer in
charge.
105
Supply and Laying of clay brought from outside behind (or in front
of) the gabions of the containment cells in Lake NMK as presented
on Drawing Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-
5-9, IND50-1-5-10 and IND50-1-5-11. Clay behind the gabions has
to be applied under a slope of 1:1 from the top of the gabion
towards the floor of the containment cell. In front a slope of 1:3 has
to be applied. The clay in combination with the HDPE liner and the
gabions has effectively to block the inflow of surface water into the
dewatered containment cells, including spreading and compaction
of clay in layers of 500 mm maximum thickness to achieve 90% of
proctor density. The spreading and compaction has to be achieved
by means of hand operated vibratory rollers to required finished
thicknesses and laid on flat surfaces including supply,
transportation to site of works, loading and unloading of the
materials, all labour and manpower, equipments required for
transport, placing and spreading (dozers, loaders backhoe, tractor
trailors, dumpers and poclain, front end loaders), compacting with
equipments (soil compactor rollers) and machinery, necessary
testing as per ISO / ASTM standards, fuel oil, incidental and other
operational charges etc complete as directed by Engineer in charge
and to the satisfaction of engineer in charge.
4325 cu.m
106
Levelling of containment cell in the south eastern corner of Lake
NMK over an area of 6,500 sq.m, including Excavation and
Backfilling of soil within the containment cell in the south-eastern
corner of Lake NMK as presented on Drawing Nos. IND50-1-5-9,
IND50-1-5-10 and IND50-1-5-11. On average required volume of
1000 cu.m
Works 4: Remediation works of NMK-KIE Page 291
Sr.
No.
Description of Item Qty. Unit
earth replacement is about 0.4 cu.m of soft soil per sq.m. Levelling
has to be done in an average water depth of about 2.5 m. Including
all tools and plants, materials, labour and manpower, excavators
and other heavy machinery, tractor trailors, pontoons, etc.
complete as directed by engineer in charge and to the satisfaction
of the engineer in charge
107a
Supply of sand brought from outside as a foundation layer, also
acting as support layer for HDPE membrane liner using sand (0.0 -
2.0 cm size) having rounded grain size materials between 0 - 20
mm, consisting of natural sand including supply, transportation to
site of works, loading and unloading of the materials, all labour and
manpower, equipments required for transport to the site,
necessary testing as per ISO / ASTM standards, fuel oil, incidental
and other operational charges etc complete as directed by Engineer
in charge and to the satisfaction of engineer in charge. The
foundation layer shall have organic content of < 1%. Grain size and
organic content shall be tested and got approved from the Engineer
in-charge before transportation to the site.
3105 cu.m
107b
Laying of sand brought from outside as a foundation layer in
containment cell in stagnant water pond 2 as presented on Drawing
Nos. IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3, also acting as
support layer for HDPE membrane liner using sand (0.0 - 2.0 cm
size) having rounded grain size materials between 0 - 20 mm, of
thickness 500 mm consisting of natural sand including spreading
and compaction of the sand to achieve 90% of proctor density. The
spreading and compaction has to be achieved by means of 5 tonnes
soil compaction rollers to required finished thicknesses and laid on
flat surfaces including supply, transportation to site of works,
loading and unloading of the materials, all labour and manpower,
equipments required for placing and spreading (dozers, tractor
trailors, front end loaders), compacting with equipments (soil
compactor rollers) and machinery, necessary testing as per ISO /
ASTM standards, fuel oil, incidental and other operational charges
etc complete as directed by Engineer in charge and to the
satisfaction of engineer in charge. The foundation layer shall have
organic content of < 1%. Grain size and organic content shall be
tested and got approved from the Engineer in-charge before
1380 cu.m
Works 4: Remediation works of NMK-KIE Page 292
Sr.
No.
Description of Item Qty. Unit
transportation to the site.
107c
Laying of sand brought from outside as a foundation layer in the
containment cells along bunds and hillock and in south eastern
corner of Lake NMK as presented on Drawing Nos. IND50-1-5-4,
IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-
5-11, using sand (0.0 - 2.0 cm size) having rounded grain size
materials between 0 - 20 mm, of thickness 350 mm consisting of
natural sand including spreading in 7 layers of 50 mm each . The
spreading has to be controlled distribution of sand with a rainbow
technique and laid on flat surfaces and slopes of the lake floor
including supply, transportation to site of works, loading and
unloading of the materials, all labour and manpower, equipments
required for placing and spreading (boats, pontoons, pressure
pipes, underwater pumps, dozers, loaders backhoe, tractor trailors,
dumpers and poclain, front end loaders) and machinery, necessary
testing as per ISO / ASTM standards, fuel oil, incidental and other
operational charges etc complete as directed by Engineer in charge
and to the satisfaction of engineer in charge. The sand shall have
organic content of < 1%. Grain size and organic content shall be
tested and got approved from the Engineer in-charge before
transportation to the site.
1725 cu.m
107d
Supply, laying, jointing & fixing110 mm dia. HDPE Perforated /
Slotted Pipe warped with Geo Textile - 6 Kg/cm2 pressure as per IS
4984/14333, PE 100 grade in foundation layer of containment cells
along bunds and hillock and in south eastern corner of Lake NMK as
presented on Drawing Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6,
IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11.
2300 m
107e
Supply, laying, jointing & fixing110 mm dia. HDPE Closed Pipe, 6
Kg/cm2 pressure as per IS 4984/14333, PE 100 grade in foundation
layer of containment cells along bunds and hillock and in south
eastern corner of Lake NMK as presented on Drawing Nos. Nos.
IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10
and IND50-1-5-11. The pipes connecting to perforated / slotted
pipes which are situated on bottom of the foundation layer layer.
The pipes shall run at the inner slopes of the clay body which is
placed behind the gabions and as such run below the bottom liner
of the containment cells. Pipes have to run from toe of inner slope
160 m
Works 4: Remediation works of NMK-KIE Page 293
Sr.
No.
Description of Item Qty. Unit
of ring dyke till top of the gabions.
107f
Supply, Laying and Jointing of Non-woven Needle Punched Geo
Textile of 250 GSM (grams per sq. m) minimum) of U.V. stabilized
polypropylene, polyethylene or polyester material acting as a
protection layer below part of the HDPE bottom liner in
containment cells along bunds and hillock and in south eastern
corner of Lake NMK as presented on Drawing Nos. IND50-1-5-4,
IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-
5-11, laid over the inner slope of the clay body which is placed
behind the gabions including its unrolling, laying, overlapping and
jointing with special welding and anchoring ensuring proper joints
and junction overlaps, necessary testing as per ASTM / ISO
standards etc complete including all materials, labour,
transportation, loading and unloading, stacking at safe place, safe
handling, welding and jointing equipments with materials, tools
and plants etc complete as directed by engineer in charge and to
the satisfaction of engineer in charge.
2190 sq.m
108
Supply, Laying & Jointing of 2.0 mm thick HDPE Membrane Liner
(both side textured) acting as a main barrier layer (in the bottom
liner) in containment cells along bunds and hillock and in south
eastern corner of Lake NMK as presented on Drawings Nos. IND50-
1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and
IND50-1-5-11 and in stagnant water pond 2 as presented on
Drawing Nos. IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3, laid over
the sand of the foundation layer or the geo-textile applied on the
clay body at the back of the gabions including its unrolling, laying,
jointing and welding as per ISO / ASTM Standards with proper
junction overlaps, welding at junctions/joints using welding
machines, providing sufficient anchoring, necessary testing as per
ASTM / ISO standards etc complete including all materials, labour
and manpower, transportation, loading and unloading, storing and
stacking at safe place, safe handling, welding and jointing
equipments with materials, tools and plants etc complete as
directed by engineer in charge and to the satisfaction of engineer in
charge. The HDPE Liner is provided in order to achieve the
permeability coefficient of minimum of 1 x 10-7 cm/sec as directed
by engineer in charge and to the satisfaction of engineer in charge.
14555 sq.m
Works 4: Remediation works of NMK-KIE Page 294
Sr.
No.
Description of Item Qty. Unit
109
Supply, laying, jointing & fixing110 mm dia. HDPE Perforated /
Slotted Pipe warped with Geo Textile - 6 Kg/cm2 pressure as per IS
4984/14333, PE 100 grade in containment cells along bunds and
hillock and in south eastern corner of Lake NMK as presented on
Drawings Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9,
IND50-1-5-10 and IND50-1-5-11 and in stagnant water pond 2 as
presented on Drawing Nos. IND50-1-2-1, IND50-1-2-2 and IND50-1-
2-3. The slotted drain pipes connecting to closed pipes which are
situated on inner slope of the ringdyke. The pipes shall run in the
bottom of the drainage layer and as such run below the tubes filled
with sediment and the cover layers of the containment cells.
2650 m
110
Supply, laying, jointing & fixing110 mm dia. HDPE Closed Pipe, 6
Kg/cm2 pressure as per IS 4984/14333, PE 100 grade in
containment cells along bunds and hillock and in south eastern
corner of Lake NMK as presented on Drawings Nos. IND50-1-5-4,
IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-
5-11 and in stagnant water pond 2 as presented on Drawing Nos.
IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3. The pipes connecting to
perforated / slotted pipes which are situated on bottom of the
drainage layer. The pipes shall run in the bottom of the drainage
layer on the inner slopes of the ring dykes and as such run below
the tubes filled with sediment and the cover layers of the
containment cells. Pipes have to run from toe of inner slope of ring
dyke till top of outer slope of the same.
225 m
111
Supply and laying of activated carbon, with a minimum Iodine
number of 650 and a maximum Molasses numner (EUR) of 700. 5
kg of active carbon per sq.m has to applied and mixed with sand of
the drainage layer (item 112b) between 0.25 and 0.35 below the
projected top of the drainage layer. Laying in drainage layer of
containment cells along bunds and hillock and in south eastern
corner of Lake NMK as presented on Drawings Nos. IND50-1-5-4,
IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-
5-11 and in stagnant water pond 2 as presented on Drawing Nos.
IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3.
72775 kg
112 Supply and Laying of sand brought from outside as a drainage layer
in containment cells along bunds and hillock and in south eastern
corner of Lake NMK as presented on Drawings Nos. IND50-1-5-4,
5625 cu.m
Works 4: Remediation works of NMK-KIE Page 295
Sr.
No.
Description of Item Qty. Unit
IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-
5-11 and in stagnant water pond 2 as presented on Drawing Nos.
IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3, also acting as support
layer for tubes of geotextile, using sand (0.0 - 2.0 cm size) having
rounded grain size materials between 0 - 20 mm and permeability
of k> 10-4 m/s, of thickness betwwen 350 and 500 mm consisting
of natural sand including spreading in 2 layers of 250 mm each and
compaction of the sand to achieve 90% of proctor density. The
spreading and compaction has to be achieved by means of 5 tonnes
soil compaction rollers to required finished thicknesses and laid on
flat surfaces and inner slopes of the ring dyke including supply,
transportation to site of works, loading and unloading of the
materials, all labour and manpower, equipments required for
placing and spreading (dozers, tractor trailors, dumpers, front end
loaders), compacting with equipments (soil compactor rollers) and
machinery, necessary testing as per ISO / ASTM standards, fuel oil,
incidental and other operational charges etc complete as directed
by Engineer in charge and to the satisfaction of engineer in charge.
The drainage layer shall have organic content of < 1%. Grain size
and organic content shall be tested and got approved from the
Engineer in-charge before transportation to the site.
113
Supply, Laying and Jointing of Non-woven Needle Punched Geo
Textile of 250 (GSM (grams per sq. m) minimum) of U.V. stabilized
polypropylene, polyethylene or polyester material acting as a
protection layer below the tubes with sediment in containment
cells along bunds and hillock and in south eastern corner of Lake
NMK as presented on Drawings Nos. IND50-1-5-4, IND50-1-5-5,
IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11, laid
over the HDPE liner of the bottom structure including its unrolling,
laying, overlapping and jointing with special welding and anchoring
ensuring proper joints and junction overlaps, necessary testing as
per ASTM / ISO standards etc complete including all materials,
labour, transportation, loading and unloading, stacking at safe
place, safe handling, welding and jointing equipments with
materials, tools and plants etc complete as directed by engineer in
charge and to the satisfaction of engineer in charge.
2363 sq.m
114 Collection, crushing, loading, transportation, unloading and
composting of vegetation from the entire project area as presented 131436 sq.m
Works 4: Remediation works of NMK-KIE Page 296
Sr.
No.
Description of Item Qty. Unit
on Drawing No. IND50-1/04. Vegetation has to be removed from
the following objects:
Dense vegetation present within the water line of Lake NMK, which covers an area of about 8,000 m2
Medium to dense vegetation present in the work and office space, which covers an area of about 13,200 m2
Medium to dense vegetation present near the projected containment cell in the south-eastern corner of Lake NMK, which covers an area of about 14,140 m2
Medium to dense vegetation from swamps 3 and 4, stagnant water ponds 1 and 2, which covers an total area of 16,436 m2
Sparse to medium vegetation from the unlined sections of the drains in KIE to such an extent that is required for an efficient and complete remediation of those sections
Some vegetation from the discharge channel in the plains to such an extent that is required for an efficient and complete remediation of this channel
Some vegetation from the open hillock area in KIE to such an extent that is required for an efficient and complete removal of the waste or the application of certain sections of this area for temporarily work space. The open hillock covers an area of 74,000 m2
After the vegetation has been collected and crushed the Contractor
has to arrange for the composting of the collected and crushed
vegetation. Composting has to been done by authorized
composting facilities in the vicinity of the project site. The produced
compost has to comply with the quality standards for compost as
per MSW 2008 rules and the standards for city compost as per the
rules of the agricultural department. After the compost has been
produced the Contractor has to mix this compost into the
vegetative layer of the containment cells.
Including all labour and manpower, equipments required for
crushing, , transport, placing and spreading (loaders backhoe,
crushers, tractor trailors, front end loaders, etc.), necessary testing
as per ISO / ASTM standards, fuel oil, incidental and other
Works 4: Remediation works of NMK-KIE Page 297
Sr.
No.
Description of Item Qty. Unit
operational charges etc complete as directed by Engineer in charge
and to the satisfaction of engineer in charge.
Part 2: Waste handling in KIE and landscaping of open hill lock in KIE
Sr.
No.
Description of Item Qty. Unit
201
Inventory of waste present in open hillock as presented on
Drawing No. IND50-1/04 including all tools and plants, materials,
labour and manpower, excavators and other heavy machinery,
etc complete as directed by engineer in charge and to the
satisfaction of engineer in charge
1 lumpsum
202
Excavation and Loading of MSW from the entire open hillock
(1,212 tonnes), the complete stagnant water ponds 1 and 2 , the
full extend of the swamps 3 and 4, the entire length of the drains
in KIE and the complete channel in the plains (a total of 202
tonnes) as presented on Drawing No. IND50-1/04 onto trucks to
off-site MSW landfill including all tools and plants, materials,
labour and manpower, excavators, dumper trucks and loader
backhoes, front end loaders, tractor trailors, etc complete as
directed by engineer in charge and to the satisfaction of engineer
in charge – (1400 cu.m = 1414 Tonnes). The MSW is spread all
over the surfaces of the aforementioned sub-sites. Sometimes in
the form of litter, but also as waste heaps or layers of up to about
2m thickness.
1414 Tonnes
203
Transportation and unloading of MSW to an authorized public
collection point operated by GHMC within 5 kilometers distance
of the site as directed by engineer in charge and to the
satisfaction of engineer in charge – (1400 cu.m = 1414 Tonnes).
1414 Tonnes
Works 4: Remediation works of NMK-KIE Page 298
204
Excavation, Loading, Unloading and transportation of biomedical
waste from open hillock as presented on Drawing No. IND50-1/04
onto closed trucks to off-site authorized treatment facility for
biomedical waste including all tools and plants, materials, labour
and manpower, excavators, dumper trucks and loader backhoes,
front end loaders, tractor trailors, etc complete as directed by
engineer in charge and to the satisfaction of engineer in charge –
(100 cu.m = 101 Tonnes). Several small spots of biomedical waste
have been observed in the open hillock.
101 Tonnes
205
Disposal costs of biomedical waste to be paid to an authorized
treatment facility for biomedical waste as directed by engineer in
charge and to the satisfaction of engineer in charge – (100 cu.m =
101 Tonnes).
101 Tonnes
206
Excavation, Loading, Unloading and transportation of hazardous
waste and slacks, ashes and sludges from open hillock as
presented on Drawing No. IND50-1/04 onto closed trucks to off-
site TSDF facility including all tools and plants, materials, labour
and manpower, excavators, dumper trucks and loader backhoes,
front end loaders, tractor trailors, etc complete as directed by
engineer in charge and to the satisfaction of engineer in charge –
It is estimated that about 1,100 cu.m of hazardous waste is
present in the open hillock. The volume of ashes, slacks and
sludges is also estimated at about 1,100 cu.m (1100 cu.m = 1111
Tonnes for Hazardous waste and 1100 cu.m = 1650 Tonnes for
ashes, slacks and sludges). Some heaps of sludges, slacks and
ashes are about 4 meter heigh. Majority of the material is spread
in layers between 0.25 and 0.75 meter of a significant portion of
the open hillock.
2761 Tonnes
207
Disposal costs of hazardous waste and slacks, ashes and sludges
to be paid to an authorized public TSDF operator as directed by
engineer in charge and to the satisfaction of engineer in charge –
. (1100 cu.m = 1111 Tonnes for Hazardous waste and 1100 cu.m =
1650 Tonnes for ashes, slacks and sludges)
2761 Tonnes
Works 4: Remediation works of NMK-KIE Page 299
208
Excavation, loading, off loading, transportation, backfilling and
leveling of soill and soil mixed with rubble as per Drawings No.
IND50-1-6-1, IND50-1-6-2 and IND50-1-6-3, including all tools and
plants, materials, labour and manpower, excavators, dozers,
loader backhoes, front end loaders, tractor trailors, etc complete
as directed by engineer in charge and to the satisfaction of
engineer in charge – (1250 cu.m). It has been estimated that the
total quantity of soil and soil with rubble is about 1,250 Cu.m. and
the majority of this material has been temporarily stored at 2
locations within the hillock.
1250 Cu.m
Part 3: Containment of sediments from Lake NMK and KIE
Sr.
No.
Description of Item Qty. Uni
t
A : Excavation, transportation and / or intermediate storage of sediment and polluted
topsoil
301
Clean up of all the drains of length 3000meters (approx.) in the entire KIE
area till the extend that all sediments have been removed through
Excavation, Loading, Unloading and Transportation of poluted sediments
from open drains in KIE as presented in Drawing No. IND50-1-6-6 onto
closed and water tight trucks to intermediate storage depot in stagnant
water pond 2 including all tools and plants, materials, labour and
manpower, excavators, loader backhoes, front end loaders, tractor
trailors, etc complete as directed by engineer in charge and to the
satisfaction of engineer in charge. In Drawing No. IND50-1-6-6 the length
of the major drains in KIE are presented.
300 Cu.
m
302
Clean up of swamps 3 and 4 in KIE till the extend that all polluted topsoil
has been removed as presented on Drawing Nos. IND50-1-3-1, IND50-1-3-
2, IND50-1-3-3, IND50-1-4-1, IND50-1-4-2 and IND50-1-4-3 through
Excavation, Loading, Unloading and Transportation of polluted top soil
from swamps 3 and 4 in KIE onto closed and water tight trucks to fill layer
above filled tubes of geotextile in containment cell situated in stagnant
water pond 2 including all tools and plants, materials, labour and
manpower, excavators, loader backhoes, front end loaders, tractor
trailors, etc complete as directed by engineer in charge and to the
satisfaction of engineer in charge. In sections V and VI the dimensions of
the excavation have been detailed.
350 Cu.
m
Works 4: Remediation works of NMK-KIE Page 300
Sr.
No.
Description of Item Qty. Uni
t
303
Clean up of swamps 3 and 4 in KIE as presented on Drawings IND50-1-3-1,
IND50-1-3-2, IND50-1-3-3, IND50-1-4-1, IND50-1-4-2 and IND50-1-4-3
through Excavation, Loading, Unloading and Transportation of poluted
sediment from swamps 3 and 4 in KIE onto closed and water tight trucks to
intermediate storage depot in stagnant water pond 2 including all tools
and plants, materials, labour and manpower, excavators, loader backhoes,
front end loaders, tractor trailors, etc complete as directed by engineer in
charge and to the satisfaction of engineer in charge. In sections V and VI
the dimensions of the excavation have been detailed.
200 Cu.
m
304
Clean up of channel in the plains as presented on Drawing No. IND50-1-7-1
through Excavation, Loading, Unloading and Transportation of poluted
sediment from the same channel onto closed and water tight trucks to fill
layer above filled tubes of geotextile in containment cell situated in
stagnant water pond 2 including all tools and plants, materials, labour and
manpower, excavators, loader backhoes, front end loaders, tractor
trailors, etc complete as directed by engineer in charge and to the
satisfaction of engineer in charge. In sections V and VI the dimensions of
the excavation have been detailed.
500 Cu.
m
305
Clean up of stagnant water pond 1 in KIE as presented on Drawing Nos.
IND50-1-1-1, IND50-1-1-2, IND50-1-1-3 through Excavation, Loading,
Unloading and Transportation of poluted top soil from stagnant water
pond 1 in KIE on closed and water tight dumper trucks to fill layer above
filled tubes of geotextile in containment cell situated in stagnant water
pond 2 including all tools and plants, materials, labour and manpower,
excavators, loader backhoes, front end loaders, tractor trailors, etc
complete as directed by engineer in charge and to the satisfaction of
engineer in charge. In sections V and VI the dimensions of the excavation
have been detailed.
216 Cu.
m
306
Clean up of stagnant water pond 1 in KIE as presented on Drawing Nos.
IND50-1-1-1, IND50-1-1-2, IND50-1-1-3 through Dredging and
Transportation of poluted sediment from stagnant water pond 1 in KIE
directly into closed pressures lines via mixture and feeding unit into tubes
of geotextile, including all tools and plants, materials, labour and
manpower, dredging equipment, pontoons, excavators, pressure lines,
mxing and feeder units etc complete as directed by engineer in charge and
to the satisfaction of engineer in charge. In sections V and VI the
dimensions of the excavation have been detailed.
108
4
Cu.
m
Works 4: Remediation works of NMK-KIE Page 301
Sr.
No.
Description of Item Qty. Uni
t
307
Clean up of stagnant water pond 2 in KIE as presented on Drawing Nos.
IND50-1-1-1, IND50-1-1-2, IND50-1-1-3 through Excavation, Loading,
Unloading and Transportation of poluted top soil from stagnant water
pond 2 in KIE onto on tippers or small dumper trucks to fill layer above
filled tubes of geotextile in containment cell situated in the same stagnant
water pond including all tools and plants, materials, labour and
manpower, excavators, front end loaders, tractor trailors, etc complete as
directed by engineer in charge and to the satisfaction of engineer in
charge. Including intermediate storage of polluted soil, if polluted soil
underneath the containment cell in stagnant water pond 2 has to be
relocated temporarily to allow for the construction of the same cell. In
sections V and VI the dimensions of the excavation have been detailed.
172
0
Cu.
m
308
Clean up of stagnant water pond 2 in KIE as presented on Drawing Nos.
IND50-1-1-1, IND50-1-1-2, IND50-1-1-3 through Dredging and
Transportation of poluted sediment from stagnant water pond 2 in KIE
directly into closed pressures lines via mixture and feeding unit into tubes
of geotextile, including all tools and plants, materials, labour and
manpower, dredging equipment, pontoons, excavators, pressure lines,
mxing and feeder units etc complete as directed by engineer in charge and
to the satisfaction of engineer in charge. Including intermediate storage, if
polluted sediments underneath the containment cell in stagnant water
pond 2 have to be relocated temporarily to allow for the construction of
the same cell. In sections V and VI the dimensions of the excavation have
been detailed.
516
0
Cu.
m
Ancillary Civil Works
309
Construction of RCC M 20 Check wall cast in situ , PCC (1:3:6) at base
(Refer Drawing Nos IND 50-1-1-3 and IND50-1-1-4) including cement, sand,
aggregates (10 to 25 mm size) and s as per standard IS Codes, excavation,
dewatering of pits, surface dressing, preparation of bed by levelling,
casting of RCC slabs, centering, shuttering, machine mixing, placing,
vibrating, finishing smooth, watering and curing, all materials,
machineries, tools and tackles, fuel, transportation, incidental and other
operation charges etc complete as directed by engineer in charge. Further
specifications have been provided on Drawing No. IND50-1-1-4.
chec
k-7.5 m x 0.3 m x 2.02 m for the wall + 7.5 m x 1.5 m x 0.3 for the foot 8
Cu.
m
Works 4: Remediation works of NMK-KIE Page 302
Sr.
No.
Description of Item Qty. Uni
t
dam
1
chec
k-
dam
2
22.5 m x 0.3 m x 2.03 m for the wall + 22.5 m x 1.5 m x 0.3 for the foot 24 Cu.
m
chec
k-
dam
3
17.5 m x 0.3 m x 2.03 m for the wall + 17.5 m x 1.5 m x 0.3 for the foot 19 Cu.
m
chec
k-
dam
4
10.5 m x 0.3 m x 2.04 m for the wall + 10.5 m x 1.5 m x 0.3 for the foot 12 Cu.
m
310
Supply and installation of steel pipe in the middle section of each wall of
the check-dam as per specification presented on Drawing No. IND50-1-1-4.
Pipe has to be installed in position before cement of this wall shall be
poured. The top of the pipe has to be 0.2 m below the top of this wall. The
pipe has to have a diameter of 0.3 m and a wall thickness of 0.01 m. The
pipes in check-dams numbers 1, 2 and 3 have to include on the side of
stagnant water pond 1 a check valve. The pipe in check-dam number 4 has
to have such a check-valve on the side of stagnant water pond 2. Thickness
of the check-valve and the required flense to connect it to the pipe should
be 0.01m. (Refer Drawing No IND 50-1-1-4) Including Steel as per standard
IS Codes, all materials, machineries, tools and tackles, fuel, transportation,
incidental and other operation charges etc complete as directed by
engineer in charge.
4 No
s.
B : Dredging sediment in LakeNMK
311
To conduct a continuous bathemetric survey of lake NMK as presented on
Drawing No, IND50-1/03. Survey results have to be supported by
additional hand measurements at 100 points with for example an auger
drill, hand probe or comparable devices. Results of hand measurements
and bathemetric serveys have to match with each other. The top of the
sediment has to be measured with an accuracy of + 0.03 m. The top of the
clay layer has to be measured with an accuracy of + 0.02 m. The survey
687
60
sq.
m
Works 4: Remediation works of NMK-KIE Page 303
Sr.
No.
Description of Item Qty. Uni
t
results have to be incorporated in a continuous 3D computer model of the
sediments and the top of the clay layer. Survey, including all tools and
plants, materials, labour and manpower, boats, pontoons and other
machinery, etc complete as directed by engineer in charge and to the
satisfaction of engineer in charge
312
Dredging and transportation of sediments from Lake NMK as presented on
Drawing Nos. IND50-1-5-1 and IND50-1-5-2 with a hydraulic dredger
equipped with an auger head, ecodredge or comparable device, including
all incidenal works, leads, charges and other costs. The actual operation
and movement of the dredging equipment should be at all times be
computer guided on the basis of the established 3D computer model and a
high accuracy dGPS positioning system. At all times the actual position of
the auger head or comparable device has to be known in real time along
all six axes of free movement with an accuracy of 5 mm. The combination
of the 3D model guidance and dGPS positioning has to allow for a total
dredging accuracy of + 0.03 m. Transportation has to be done with
pressure lines towards a dewatering cell at about 500 meters distance
where the sediment slurry has to be directly fed into tubes of geotextile.
The slurry of sediments and water has to be delivered at a constant
pressure and water/sediment ratio. The sediments are severly
contaminated with TPH, heavy metals and contain residual dyes.This
presssure and ratio have to be monitored at all times and in real time.
Dredging has to be done in varying water depths ranging from only a few
decimeters up till 3.8 meters depth. Dredging and transport operations
have to include all tools and plants, materials, labour and manpower,
dredgers, pontoons, transport lines, excavators, loader backhoes, front
end loaders, tractor trailors, etc complete as directed by engineer in
charge and to the satisfaction of engineer in charge .
323
17
Cu.
m
C : Dewatering of Sediment
313
Dewatering of sediments from Lake NMK within the bottom liner of the in
containment cells along bunds and hillock and in south eastern corner of
Lake NMK as presented on Drawings Nos. IND50-1-5-4, IND50-1-5-5,
IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11 and in stagnant
water pond 2 as presented on Drawing Nos. IND50-1-2-1, IND50-1-2-2 and
IND50-1-2-3 with a combination of tubes of geotextile and the application
of flocculants and / or electrolyte admixtures, a real time monitored
mixing unit and all pumps and valves required to inject the sediment slurry
323
17
Cu.
m
Works 4: Remediation works of NMK-KIE Page 304
Sr.
No.
Description of Item Qty. Uni
t
in the tubes of geotextile and to pump the process water back to the lake
or stagnant water ponds, including all incidenal works, leads, charges,
tests, certification, QA & QC procedures and other costs.
Including supply and application of tubes of geotextile with a
circumference of 9 meters (+0.2m) and a length of 27.5 meter (+0.5
meter) at the NMK/KIE site (all costs and charges included), which are
manufactured under ISO9001.The manufacturer of woven tubes has to
control the quality of all stages of production, the production of the yarns,
the weaving and the final tube manufacturing. The yarns have to be
specifically designed for dewatering and solids containment. Similarly the
woven tubes should be designed specifically for dewatering and solids
containment. Textiles used in the manufacturing of the tubes have to
meet the following filtration characteristics:
· The tube must be made from a woven monofilament polypropylene,
manufactured so that the yarns retain their respective positions in
whatever direction force is exerted. Textiles must be stable vis-à-vis
biological degradation and resistant to naturally occurring chemicals such
as alkalis and acids and naturally occurring UV conditions. · Tensile strength MD according to EN-ISO 10319 ≥ 70 kN / m
· CD according to EN-ISO 10319 ≥ 95 kN / m
· Permeability according to EN ISO 11058 ≥ 1,800 liters / m². min
· Characteristic opening O90 according to EN ISO 12956
250mμ
· UV Resistance after exposure to 200 KLY 12224 and EN ISO 12226
60%
· Minimum strength of circumferential seams according to EN ISO
10321 ≥ 65 kN / m
Only a single longitudinal seam shall be permitted on each tube. Each tube
has to be produced with one or more filling points. These filling points
have to be located on the centre line of the tube surface. The filling points
have to be constructed with flanges to maintain fabric stability during
filling.
Including supply, preparation and application of flocculants and /or
electrolyte solution. The contractor has to use a suitable
flocculants/electrolytes in order to have sufficient coagulation and
flocculation to achieve the following:
Works 4: Remediation works of NMK-KIE Page 305
Sr.
No.
Description of Item Qty. Uni
t
• The process water draining from the geo tube should be colourless
without oil film and dye
• The analyzed process water should show low concentrations of heavy
metals and TPH.
• Heavy metals, dyes and TPH shall be retained in the sludge after
dewatering in the Geo tubes.
• The indicative leaching test (shake test) with the dewatered sludge shall
demonstrate no release of heavy metals and TPH
• Clear separation of sludge after addition of flocculant should be
obtained,
The volume of sediments shall be reduced to 40% after dewatering.
Typical analytical results in µg/l for the process water draining from the
Geo tubes shall be minimum to the levels as under:
Sample As Cd Cr Cu Hg Ni Pb Zn TPH (sum C10-
C40)
Water sample 1 1.5 <
0.4
<
5.0
5.3 < 0.10 5.2 16 30 1,100
Water sample 2 1.8 <
0.4
8.1 14 0.12 8.2 45 65 110
Water sample 3 2.0 <
0.4
<
5.0
<
5.0
< 0.10 < 5.0 5.3 16 1,000
The results of a leaching test simulating a leaching period of at least 20
years shall be minimum to the levels as under in mg.kgdm:
Sample As Cd Cr Cu Hg Ni Pb Zn TPH (sum C10-C40)
Sludge after dewatering
< 0.10
< 0.0020
0.053
< 0.10
< 0.00080
< 0.10
< 0.20
< 0.60
4.4
Any flocculent and/or electrolyte solution proposed by the Contractor
Works 4: Remediation works of NMK-KIE Page 306
Sr.
No.
Description of Item Qty. Uni
t
shall at least meet all of the aforementioned results of the initial
feasibility test.
The time taken for selection of a suitable flocculant / electrolyte and its
approval from the engineer in charge shall be a part of the timeline given
for the completion of the particular milestone. No additional time shall be
given for this activity.
As the type and concentration of flocculant/electrolyte and its application
ratio’s proved to be very critical the Contractor has to reassess the
required type, concentration and application rates of the flocculants
and/or electrolytes before the de-watering commences. The Contractor is
responsible for taking representative and sufficient sludge samples to
analyse the sediments, perform in situ tests, to determine dosages and
types of polymers if necessary, and control their injection to obtain good
flocculation.
Dewatering operations have to include all costs, charges tools and plants,
materials, labour and manpower, dredgers, pumps, control units, mixing
units, valves, transport lines, excavators, loader backhoes, front end
loaders, tractor trailors, etc complete as directed by engineer in charge
and to the satisfaction of engineer in charge
314
Dewatering of sediments from stagnant water ponds 1 and 2, swamps 3
and 4, drains in KIE and channel downstream within the bottom liner of
the in containment cell in stagnant water pond 2 as presented on Drawing
Nos. IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3 or in the containment
cells along bunds and hillock and in south eastern corner of Lake NMK as
presented on Drawings Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6,
IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11, with a combination of tubes
of geotextile and the application of flocculants and / or electrolyte
admixtures, a real time monitored mixing unit and all pumps and valves
required to inject the sediment slurry in the tubes of geotextile and to
pump the process water back to the lake or stagnant water ponds,
including all incidenal works, leads, charges, tests, certification, QA & QC
procedures and other costs.
Including supply and application of tubes of geotextile with a
circumference of 9 meters (+0.2m) and a length of 27.5 meter (+0.5
meter) at the NMK/KIE site (all costs and charges included), which are
724
4
Cu.
m
Works 4: Remediation works of NMK-KIE Page 307
Sr.
No.
Description of Item Qty. Uni
t
manufactured under ISO9001.The manufacturer of woven tubes has to
control the quality of all stages of production, the production of the yarns,
the weaving and the final tube manufacturing. The yarns have to be
specifically designed for dewatering and solids containment. Similarly the
woven tubes should be designed specifically for dewatering and solids
containment. Textiles used in the manufacturing of the tubes have to
meet the following filtration characteristics:
· The tube must be made from a woven monofilament polypropylene,
manufactured so that the yarns retain their respective positions in
whatever direction force is exerted. Textiles must be stable vis-à-vis
biological degradation and resistant to naturally occurring chemicals such
as alkalis and acids and naturally occurring UV conditions. · Tensile strength MD according to EN-ISO 10319 ≥ 70 kN / m
· CD according to EN-ISO 10319 ≥ 95 kN / m
· Permeability according to EN ISO 11058 ≥ 1,800 liters / m². min
· Characteristic opening O90 according to EN ISO 12956 250mμ
· UV Resistance after exposure to 200 KLY 12224 and EN ISO 12226
60%
· Minimum strength of circumferential seams according to EN ISO 10321 ≥
65 kN / m
Only a single longitudinal seam shall be permitted on each tube. Each tube
has to be produced with one or more filling points. These filling points
have to be located on the centre line of the tube surface. The filling points
have to be constructed with flanges to maintain fabric stability during
filling.
Including supply, preparation and application of flocculants and /or
electrolyte solution.The contractor has to use a suitable
flocculants/electrolytes in order to have sufficient coagulation and
flocculation to achieve the following:
• The process water draining from the geo tube should be colourless
without oil film and dye
• The analyzed process water should show low concentrations of heavy
metals and TPH.
• Heavy metals, dyes and TPH shall be retained in the sludge after
dewatering in the Geo tubes.
• The indicative leaching test (shake test) with the dewatered sludge shall
demonstrate no release of heavy metals and TPH
Works 4: Remediation works of NMK-KIE Page 308
Sr.
No.
Description of Item Qty. Uni
t
• Clear separation of sludge after addition of flocculant should be
obtained,
The volume of sediments shall be reduced to 40% after dewatering.
Typical analytical results in µg/l for the process water draining from the
Geo tubes shall be minimum to the levels as under:
Sample As Cd Cr Cu Hg Ni Pb Zn TPH (sum C10-C40) Water sample 1 1.5 <
0.4 < 5.0
5.3 < 0.10
5.2 16 30 1,100
Water sample 2 1.8 < 0.4
8.1 14 0.12 8.2 45 65 110
Water sample 3 2.0 < 0.4
< 5.0
< 5.0
< 0.10
< 5.0
5.3 16 1,000
The results of a leaching test simulating a leaching period of at least 20
years shall be minimum to the levels as under in mg.kgdm:
Sample As Cd Cr Cu Hg Ni Pb Zn TPH (sum C10-C40)
Sludge after dewatering
< 0.10
< 0.0020
0.053
< 0.10
< 0.00080
< 0.10
< 0.20
< 0.60
4.4
Any flocculent and/or electrolyte solution proposed by the Contractor
shall at least meet all of the aforementioned results of the initial
feasibility test.
The time taken for selection of a suitable flocculant / electrolyte and its
approval from the engineer in charge shall be a part of the timeline given
for the completion of the particular milestone. No additional time shall be
given for this activity.
Works 4: Remediation works of NMK-KIE Page 309
Sr.
No.
Description of Item Qty. Uni
t
As the type and concentration of flocculant/electrolyte and its application
ratio’s proved to be very critical the Contractor has to reassess the
required type, concentration and application rates of the flocculants
and/or electrolytes before the de-watering commences. The Contractor is
responsible for taking representative and sufficient sludge samples to
analyse the sediments, perform in situ tests, to determine dosages and
types of polymers if necessary, and control their injection to obtain good
flocculation.
Dewatering operations have to include all costs, charges tools and plants,
materials, labour and manpower, dredgers, pumps, control units, mixing
units, valves, transport lines, excavators, loader backhoes, front end
loaders, tractor trailors, etc complete as directed by engineer in charge
and to the satisfaction of engineer in charge
Part 4: Installation of cover layer on top of the containment cells.
Sr.
No.
Description of Item Qty. Unit
A : Installation of Cover Layers on Containment Cells
401
Laying of ordinary earth brought from inside as a fill and clay layer
on top of the tubes with sediment in the containment cells along
the bund and hillock and in southeastern corner of NMK as
presented on Drawings Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-
6, IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11 and in stagnant
water pond 2 as presented on Drawing Nos. IND50-1-2-1, IND50-1-
2-2 and IND50-1-2-3. First of all a significant amount of fil material
has to be applied on the slopes of the filled geotubes to obtain
smooth 1:3 slopes. Between 6 till 12 Cu.M fill material is required to
obtain smooth slopes at the containment cell in stagnant water
pond 2. Along the bund and hillock about 3.0 Cu.m of fill is required
per m length of the containment cell. On top of the containment
cell in pond 2 a clay layer of 0.3 m thick is required. Earth suitable
as fill material underneath HDPE top liner of the containment cells
including spreading and compaction of ordinary earth in layers of at
least 300 mm thickness to achieve 90% of proctor density. Material
from inside originates from excavation of polluted topsoil from
stagnant water ponds 1 and 2 and swamps 3 and 4 of KIE, the
excavation of the gabion trench and from excavation of storm
4176 cu.m
Works 4: Remediation works of NMK-KIE Page 310
Sr.
No.
Description of Item Qty. Unit
water runoff ditches around the containment cells). The spreading
has to be done to the required finished thicknesses and has to be
laid on flat surfaces and slopes up to 1:3, including supply,
transportation to site of works, loading and unloading of the
materials, all labour and manpower, equipments required for
placing and spreading (dozers, loaders backhoe, tractor trailors,
front end loaders), compacting with equipments (soil compactor
rollers) and machinery, necessary testing as per ISO / ASTM
standards, fuel oil, incidental and other operational charges etc
complete as directed by Engineer in charge and to the satisfaction
of engineer in charge.
402a
Supply and Laying of sand brought from outside as a foundation
layer in the containment cell in stagnant water pond 2 as presented
on Drawing Nos. IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3, also
acting as support layer for HDPE membrane liner using sand (0.0 -
2.0 cm size) having rounded grain size materials between 0 - 20
mm, of thickness 200 mm consisting of natural sand including
spreading and compaction of the sand in layers of 200 mm
maximum thickness to achieve 90% of proctor density. The
spreading and compaction has to be achieved by means of 5 tonnes
soil compaction rollers to required finished thicknesses and laid on
flat surfaces including supply, transportation to site of works,
loading and unloading of the materials, all labour and manpower,
equipments required for placing and spreading (dozers, loaders
backhoe, tractor trailors, dumpers and poclain, front end loaders),
compacting with equipments (soil compactor rollers) and
machinery, necessary testing as per ISO / ASTM standards, fuel oil,
incidental and other operational charges etc complete as directed
by Engineer in charge and to the satisfaction of engineer in charge.
The foundation layer shall have organic content of < 1%. Grain size
and organic content shall be tested and got approved from the
Engineer in-charge before transportation to the site.
525 cu.m
402b
Supply, Laying and Jointing of Non-woven Needle Punched Geo
Textile of (250 GSM (grams per sq. m) minimum) of U.V. stabilized
polypropylene, polyethylene or polyester material acting as a
protection layer below part of the HDPE top liner in the
containment cells along the bund and hillock and in southeastern
corner of NMK as presented on Drawings Nos. IND50-1-5-4, IND50-
11500 sq.m
Works 4: Remediation works of NMK-KIE Page 311
Sr.
No.
Description of Item Qty. Unit
1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11,
laid over the tubes with sediment/the fill layer including its
unrolling, laying, overlapping and jointing with special welding and
anchoring ensuring proper joints and junction overlaps, necessary
testing as per ASTM / ISO standards etc complete including all
materials, labour, transportation, loading and unloading, stacking at
safe place, safe handling, welding and jointing equipments with
materials, tools and plants etc complete as directed by engineer in
charge and to the satisfaction of engineer in charge.
403
Supply, Laying & Jointing of 2.0 mm thick HDPE Membrane Liner
(both side textured) in the containment cells along the bund and
hillock and in southeastern corner of NMK as presented on
Drawings Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9,
IND50-1-5-10 and IND50-1-5-11 and in stagnant water pond 2 as
presented on Drawing Nos. IND50-1-2-1, IND50-1-2-2 and IND50-1-
2-3 acting as a main barrier layer (in the top liner), laid over the
sand of the foundation layer or the protective layer of the geo-
textile including its unrolling, laying, jointing and welding as per ISO
/ ASTM Standards with proper junction overlaps, welding at
junctions/joints using welding machines, providing sufficient
anchoring, necessary testing as per ASTM / ISO standards etc
complete including all materials, labour and manpower,
transportation, loading and unloading, storing and stacking at safe
place, safe handling, welding and jointing equipments with
materials, tools and plants etc complete as directed by engineer in
charge and to the satisfaction of engineer in charge. The HDPE Liner
is provided in order to achieve the permeability coefficient of
minimum of 1 x 10-7 cm/sec as directed by engineer in charge and
to the satisfaction of engineer in charge.
14615 sq.m
404
Supply, laying, jointing & fixing110 mm dia. HDPE Perforated /
Slotted Pipe wraped with Geo Textile - 6 Kg/cm2 pressure as per IS
4984/14333, PE 100 grade in the drainage layer on top of the
topliner of the containment cells along the bund and hillock and in
southeastern corner of NMK as presented on Drawings Nos. IND50-
1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and
IND50-1-5-11 and in stagnant water pond 2 as presented on
Drawing Nos. IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3- The
slotted drain pipes connecting to closed pipes which are situated
1950 m
Works 4: Remediation works of NMK-KIE Page 312
Sr.
No.
Description of Item Qty. Unit
on outer slopes of the containment cells. The pipes shall run in the
bottom of the drainage layer and as such run below the final cover
layers of the containment cells.
405
Supply, laying, jointing & fixing110 mm dia. HDPE Closed Pipe, 6
Kg/cm2 pressure as per IS 4984/14333, PE 100 grade in the
drainage layer of the top slopes of the containment cells along the
bund and hillock and in southeastern corner of NMK as presented
on Drawings Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-
5-9, IND50-1-5-10 and IND50-1-5-11 and in stagnant water pond 2
as presented on Drawing Nos. IND50-1-2-1, IND50-1-2-2 and IND50-
1-2-3 - The pipes connecting to perforated / slotted pipes which are
situated on top and toe of the outer slope and the intermediate
berms. The pipes shall run in the bottom of the drainage layer on
the outer slopes of the containment cells and as such run below the
final cover layers of the containment cells.
350 m
406a
Supply and Laying of sand brought from outside as a drainage layer
on top of the HDPE top liner of the containment cell in stagnant
water pond 2 as presented on Drawing Nos. IND50-1-2-1, IND50-1-
2-2 and IND50-1-2-3, using sand (0.0 - 2.0 cm size) having rounded
grain size materials between 0 - 20 mm and permeability of k > 10-
4 m/s, of thickness 200 mm consisting of natural sand including
spreading in 1 layer of 200 mm and compaction of the sand to
achieve 90% of proctor density. The spreading and compaction has
to be done to required finished thicknesses and laid on flat surfaces
and slopes up to 1:3 including supply, transportation to site of
works, loading and unloading of the materials, all labour and
manpower, equipments required for placing and spreading (dozers,
loaders backhoe, tractor trailors, dumpers, front end loaders),
compacting with equipments (soil compactor rollers) and
machinery, necessary testing as per ISO / ASTM standards, fuel oil,
incidental and other operational charges etc complete as directed
by Engineer in charge and to the satisfaction of engineer in charge.
The foundation layer shall have organic content of < 1%. Grain size
and organic content shall be tested and got approved from the
Engineer in-charge before transportation to the site.
925 cu.m
Works 4: Remediation works of NMK-KIE Page 313
Sr.
No.
Description of Item Qty. Unit
406b
Supply, laying and Jointing of Geo Composite (Drainage Mat) in the
containment cells along the bund and hillock and in southeastern
corner of NMK as presented on Drawings Nos. IND50-1-5-4, IND50-
1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11
having sandwich construction of two Non-woven needle punch
geotextiles filtration layers (of 150 GSM) having artificial drainage
element (Geo Net) in between of 5 mm thickness having
permeability of 1 x 10-2 cm/sec including its unrolling, laying,
jointing having proper junction overlaps, anchoring, necessary
testing as per ASTM / ISO standards etc complete including all
materials, labour, transportation, loading and unloading, stacking at
safe place, safe handling, welding and jointing equipments with
materials, tools and plants etc complete as directed by engineer in
charge and to the satisfaction of engineer in charge. The Geo-
composite mat shall be protected against physical damages during
transport to the site / during storage at the site. Geo-composite
rolls on stock shall be protected from UV radiation by covering with
tarpaulins. Geo-composites on slopes (in slope direction) shall be in
one piece and connection of two roles in slope direction shall only
take place on berms. The items is complete including all materials,
laying and jointing, anchoring, welding, labour and manpower etc
complete as per specifications, as directed by engineer in charge
and to the satisfaction of engineer in charge.
11500
Sq.m
407
Supply, Laying and Jointing of Non-woven Needle Punched Geo
Textile in the containment cells in stagnant water pond 2 as
presented on Drawing Nos. IND50-1-2-1, IND50-1-2-2 and IND50-1-
2-3 of (250 GSM (grams per sq. m) minimum) of U.V. stabilized
polypropylene, polyethylene or polyester material acting as a
protection layer below final top cover of vegetative layer, laid over
the Drainage Layer including its unrolling, laying, overlapping and
jointing with special welding and anchoring ensuring proper joints
and junction overlaps, necessary testing as per ASTM / ISO
standards etc complete including all materials, labour,
transportation, loading and unloading, stacking at safe place, safe
handling, welding and jointing equipments with materials, tools and
plants etc complete as directed by engineer in charge and to the
satisfaction of engineer in charge.
4625 sq.m
Works 4: Remediation works of NMK-KIE Page 314
Sr.
No.
Description of Item Qty. Unit
408
Supply and Laying of ordinary earth as clean vegetative soil in the
containment cells along the bund and hillock and in southeastern
corner of NMK as presented on Drawings Nos. IND50-1-5-4, IND50-
1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11
and in stagnant water pond 2 as presented on Drawing Nols.
IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3, brought from outside
(supporting growth of grass) as a final cover layer of thickness of
800 mm (stagnant water pond 2) or 500 mm (Lake NMK) mm
consisting of natural soil, silty clays mixed with sand as prevalent in
Hyderabad Region and suitable for landscape development
including spreading and compaction of ordinary earth in layers of
500 mm maximum thickness to achieve 90% of proctor density. The
spreading and compaction has to be achieved by means of 5
tonnes soil compaction rollers to required finished thicknesses and
laid on slopes, berms and flat surfaces as well as top of the
containment cells including supply, transportation to site of works,
loading and unloading of the materials, all labour and manpower,
equipments required for placing and spreading (dozers, loaders
backhoe, tractor trailors, dumpers front end loaders), compacting
with equipments (soil compactor rollers) and machinery, necessary
testing as per ISO / ASTM standards, fuel oil, incidental and other
operational charges etc complete as directed by Engineer in charge
and to the satisfaction of engineer in charge.
9450 cu.m
409
Supply, Laying and Jointing of Non-woven Needle Punched Geo
Textile at the waterfront slope of the containment cell in stagnant
water pond 2 as presented on Drawings Nos. IND50-1-2-1, IND50-1-
2-2 and IND50-1-2-3 of (250 GSM (grams per sq. m) minimum) of
U.V. stabilized polypropylene, polyethylene or polyester material
acting as a filter layer below revetment stones, laid over the outer
slope of the containment cell along stagnant water pond 2
including its unrolling, laying, overlapping and jointing with special
welding and anchoring ensuring proper joints and junction
overlaps, necessary testing as per ASTM / ISO standards etc
complete including all materials, labour, transportation, loading
and unloading, stacking at safe place, safe handling, welding and
jointing equipments with materials, tools and plants etc complete
as directed by engineer in charge and to the satisfaction of
engineer in charge.
405 Sq. M
Works 4: Remediation works of NMK-KIE Page 315
Sr.
No.
Description of Item Qty. Unit
410
Supply and Laying of Granite for SS revetment 225 brought from
outside as a revetment layer on the outer slope of the containment
cell along stagnant water pond 2 as presented on Drawings Nos.
IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3, using stones (200 - 400
mm size) having uniform appearances, of thickness 230 mm
consisting of natural hard stones including spreading in 1 layers of
230 mm. Including spreading and laid on slopes of the containment
cell including supply, transportation to site of works, loading and
unloading of the materials, all labour and manpower, equipments
required for placing and spreading (boats, pontoons, dozers,
loaders backhoe, tractor trailors, dumpers and poclain, front end
loaders) and machinery, necessary testing as per ISO / ASTM
standards, fuel oil, incidental and other operational charges etc
complete as directed by Engineer in charge and to the satisfaction
of engineer in charge. Stones shall be tested and got approved from
the Engineer in-charge before transportation to the site.
95 cu.m
B : Ancillary Civil Works
411
Excavation of Open Storm Water Drains at all containment cells in
Lake NMK and stagnant water pond 2, through excavation of
topsoil and profilling of open tenches with the following
dimensions: 0.5 m x 0.5 m or 0.3 m x 0.3 m at the top drain,
intermediate drain of 0.3 m x 0.3 m and bottom drain of 7.0 m x 1.0
m with 1:3 slopes or 6.0 m x 1.0 m with 1:3 slopes at base (Refer
Drawings Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9,
IND50-1-5-10, IND50-1-5-11, IND50-1-2-1, IND50-1-2-2 and IND50-
1-2-3), including, excavation, dewatering of trenches, surface
dressing, preparation of bed by levelling, all materials, machineries,
tools and tackles, fuel, transportation, incidental and other
operation charges etc complete as directed by engineer in charge.
Soil excavated for top and intermediate drains have to be spread in
topsoil layer of the containment cell. Soil excavated from drains at
the bottom has to be applied in fill layer of the the cover layer of
the containment cell.
A
0.5 m x 0.5 m (or 0.25 m3/m) wide drain at top most berm (Type 1)
of the containment cell in stagnant water pond 2. Total volume 18
m3.
71 m
Works 4: Remediation works of NMK-KIE Page 316
Sr.
No.
Description of Item Qty. Unit
B
0.3 m x 0.3 m (or 0.09 m3/m) wide drain at top berm (Type 2) in
containment cells along the bund and in southeastern part of Lake
NMK. Total volume 61 m3.
675 m
C
0.3 m x 0.3 m (or 0.09 m3/m) wide drain at intermediate berm
(Type 3) of the containment cell in stagnant water pond 2. Total
volume 18 m3.
200 m
D
6.0 m x 1.0 m (or 3 m3/m) wide drain at bottom, with slopes 1:3
(Type 3) of the containment cell in stagnant water pond 2. Total
volume 630 m3.
210 m
E
7.0 m x 1.0 m (or 6.2 m3/m) wide drain at bottom, with slopes 1:3
(Type 5) along the southern and eastern perimeter of the
containment cell in the southeastern corner of Lake NMK.. Total
volume 1240 m3.
200 m
412
Supply, Laying and Jointing of Non-woven Needle Punched Geo
Textile of (250 GSM (grams per sq. m) minimum) of U.V. stabilized
polypropylene, polyethylene or polyester material acting as a filter
layer below revetment stones, laid over the slopes of the bottom
drain around the containment in the southeastern corner of Lake
NMK (Refer Drawings Nos. IND50-1-5-9, IND50-1-5-10 and IND50-1-
5-11) including its unrolling, laying, overlapping and jointing with
special welding and anchoring ensuring proper joints and junction
overlaps, necessary testing as per ASTM / ISO standards etc
complete including all materials, labour, transportation, loading
and unloading, stacking at safe place, safe handling, welding and
jointing equipments with materials, tools and plants etc complete
as directed by engineer in charge and to the satisfaction of
engineer in charge.
1470 Sq. M
413
Supply, Laying of Granite for SS revetment 225 brought from
outside as a revetment layer on the slopes and floor of the bottom
dain of the containment cell in the southeastern corner of Lake
NMK (Refer Drawings Nos. IND50-1-5-9, IND50-1-5-10 and IND50-1-
5-11), using stones (200 - 400 mm size) having uniform
appearances, of thickness 300 mm consisting of natural hard stones
including spreading in 1 layers of 300 mm. Including spreading and
laid on slopes of the bottom drain cell including supply,
440 Cu.m
Works 4: Remediation works of NMK-KIE Page 317
Sr.
No.
Description of Item Qty. Unit
transportation to site of works, loading and unloading of the
materials, all labour and manpower, equipments required for
placing and spreading (boats, pontoons, dozers, loaders backhoe,
tractor trailors, dumpers and poclain, front end loaders) and
machinery, necessary testing as per ISO / ASTM standards, fuel oil,
incidental and other operational charges etc complete as directed
by Engineer in charge and to the satisfaction of engineer in charge.
Stones shall be tested and got approved from the Engineer in-
charge before transportation to the site.
414
Supply, laying, jointing & fixing 110 mm OD HDPE pipe PE 100
grade, pressure class 6 kg/cm2 (as per IS 14333 / 4984) to be laid in
the cover layer of the containment cells along the bund and hillock
and in southeastern corner of NMK as presented on Drawings Nos.
IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10
and IND50-1-5-11 and in stagnant water pond 2 as presented on
Drawing Nos. IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3 (at an
interval of 30 m down the slopes in the top vegetative layer all
along the periphery) having interconnections between the top
Berm level storm water drainage to the intermediate berm level
storm water drainage for draining of waters from Top berm to
intermediate berm or serving as direct discgarge pipe to the surface
water including all materials, lowering, laying, welding and jointing,
installation of HDPE pipes, testing for any leakages as per IS codes,
tools and tackles, equipments, fuel, labour and manpower,
transportation to site of works with storage, all incidental expenses
and operational charges etc complete as directed by engineer in
charge and to the satisfaction of engineer in charge
30 m
415
Supply, laying, jointing & fixing 200 mm OD HDPE pipe PE 100
grade, pressure class 6 kg/cm2 (as per IS 14333 / 4984) to be laid in
the containment cells along the bund as presented on Drawings
Nos. IND50-1-5-4, IND50-1-5-5 and IND50-1-5-6 and in stagnant
water pond 2 as presented on Drawing Nos. IND50-1-2-1, IND50-1-
2-2 and IND50-1-2-3 (at an interval of 30 m down the slopes in the
top vegetative layer all along the periphery) having
interconnections between the intermediate Berm level storm water
drainage to the bottom ground level storm water drainage at
stagnant water pond 2 and along western bund of Lake NMK for
draining of waters from intermediate berm to ground level storm
550 m
Works 4: Remediation works of NMK-KIE Page 318
Sr.
No.
Description of Item Qty. Unit
water drainage including all materials, lowering, laying, welding and
jointing, installation of HDPE pipes, testing for any leakages as per
IS codes, tools and tackles, equipments, fuel, labour and
manpower, transportation to site of works with storage, all
incidental expenses and operational charges etc complete as
directed by engineer in charge and to the satisfaction of engineer in
charge.
416
Supply, Installation, Testing and Commissioning of Irrigation System
for proper and efficient maintenance of landscaping on the entire
containment cells (all side slopes and top flat areas and berms)
along the bund and hillock and in southeastern corner of NMK as
presented on Drawings Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-
6, IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11 and in stagnant
water pond 2 as presented on Drawing Nos. IND50-1-2-1, IND50-1-
2-2 and IND50-1-2-3, consisting of Sprinklers (Pop Up) and Hydrant
System along with its associated appurtenances and fixtures,
irrigation network of HDPE pipes of amongst others 1050mt length
having 75mm pipe size and 776mt having 110 mm size pipe, PE 100
grade as per IS Codes, pressure class 8 kg/cm2, (header, lateral and
branches along with HDPE fittings and Flush / Air valve
arrangements) having inlet connection from the pumps located at
the STP including all materials, labour, valve box arrangements for
distribution of water for sprinklers, necessary Pretreatment system
of softening / pressure filtration or any other treatment as required
for water to be utilized for irrigation system. The item is all
inclusive of supply, laying of pipes, total installation of sprinklers /
hydrant system in the top vegetative soil layer including water
treatment system with all materials, labour, transportation to the
site, loading and unloading, welding and jointing, equipments and
machinery, tools and plants, fuel, all incidental and operation
charges and expenses etc complete as directed by engineer in
charge and to the satisfaction of engineer in charge.
16125 Sqm
417
Construction of Ground Water Quality Monitoring (Piezometric)
wells – 74 Nos spread over NMK-KIE and the plains (reference is
made to section V were details on the exact position and depth of
the monitoring wells have been presented, consisting of drilling of
borehole of 200 mm diameter upto varying depth in soil as well as
rock strata, Supply and laying of slotted casing pipe of HDPE (6
1880 m
Works 4: Remediation works of NMK-KIE Page 319
Sr.
No.
Description of Item Qty. Unit
kg/cm2 PE 100 grade as per IS 4984/IS 14333) of 75 mm diameter –
3 m length and remaining length of blind pipe on top, filling of the
annulus between the casing and the bore with sand and gravels for
filtration, bentonite sealing on the top along with a top cap with
lock and key arrangements metal label/plate for groundwater well
with number cut into it, glued to the well, anchoring of the pad lock
with RCC concreting works as per drawings, including all materials,
manpower and labour, mechanized drilling equipments, loading,
unloading and transportation to the site of all materials, incidental
and other operational charges etc complete as directed by engineer
in charge and to the satisfaction of engineer in charge. These wells
are constructed to monitor the ground water levels and water
quality checks during after care of the dumpsite post closure
activities.
418
Supply, Installation, Testing and Commissioning (SITC) of Electrical
pumps for pumping of surface waters for irrigation purposes along
with Electrical System installations (cabling, push button stations,
supply and laying of suitable cabling with cable trays, MCC Panel
works (Electrical Panel with Cabling for pumps with control Station
near pumpa installed at the STP and having PDB panel mounted on
wall or floor at the STP facilities) etc) upto the STP or for pumping
of water for irrigation purposes including procurement, supply,
transportation to site of works, installation and erection of works,
testing and successful commissioning of the pumping
arrangements, all works as per standards IS codes and materials of
standard IS makes as directed by Engineer in charge and to the
satisfaction of engineer in charge.
Electrical Water Pumps for Pumping of irrigation waters from Lake
NMK to the Irrigation network of Hydrant and Sprinkler System - 35
cu.m per hr 75 m head.- 1 W + 1 SB
2 Nos
Part 5: Installation of cover layer on lake floor
Sr.
No.
Description of Item Qty. Unit
501 Supply and Laying of of sand brought from outside as a cover layer
on the floor of the lake NMK as presented on Drawing No. IND50-1-
5-3, using sand (0.0 - 2.0 cm size) having rounded grain size
20625 Cu. M
Works 4: Remediation works of NMK-KIE Page 320
Sr.
No.
Description of Item Qty. Unit
materials between 0 - 20 mm, of thickness 300 mm consisting of
natural sand including spreading in 15 layers of 20 mm each. The
spreading has to be controlled distribution of sand with rainbow
technique and laid on flat surfaces and slopes of the lake floor
including supply, transportation to site of works, loading and
unloading of the materials, all labour and manpower, equipments
required for placing and spreading (boats, pontoons, pressure
pipes, underwater pumps, tractor trailors, dumpers, front end
loaders) and machinery, necessary testing as per ISO / ASTM
standards, fuel oil, incidental and other operational charges etc
complete as directed by Engineer in charge and to the satisfaction
of engineer in charge. The sand shall have organic content of < 1%.
Grain size and organic content shall be tested and got approved
from the Engineer in-charge before transportation to the site.
502
Regular Sampling and Monitoring of Ambient Air Quality, Surface
and Ground Water Quality from monitoring wells as per Quality
Monitoring Plan elaborated in the Tender Documents (Reference is
made to General Items and Particular Specifications) during
baseline survey and during construction period – Getting done the
analytical works from an NABL Approved Environmental Testing
Laboratory – Submission of Results to Pollution Control Board on
regular basis as per sampling programme. The following number of
tests have to be performed:
Suite 1: 8 analytical tests
Suite 2: 48 analytical tests
Suite 3: 20 analytical tests
Suite 4: 10 analytical tests
Suite 5: 30 analytical tests
Suite 6: 577 analytical tests
Suite 7: 216 analytical tests
1 Lumpsum
Works 4: Remediation works of NMK-KIE Page 321
Part 6: Infrastructural facilities around the containment cells, including Landscaping and Horticulture and Project round up
Sr.
No.
Description of Item Qty. Unit
A : Horticulture
601 Supplying, Providing, Seeding/Planting and Development of Grass -
Local Grass Lawn at the surface of the containment cells along bunds
and hillock and in south eastern corner of Lake NMK as presented
Drawings Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9,
IND50-1-5-10 and IND50-1-5-11 and in stagnant water pond 2 as
presented on Drawing Nos. IND50-1-2-1, IND50-1-2-2 and IND50-1-
2-3 including Bed Preparation for seeding/planting of grass
consisting of dressing the surface of the top vegetative layer,
watering, rolling, providing grass brought from outside,
seeding/planting of grass and ramming, watering with providing
fertilizers (enriching NPK value of soil), compost and also chemicals
for weeds control including the cost of fertilizers, chemicals & grass,
manpower and labour charges, unloading and loading of all
materials, transportation to the site of works etc complete as per
standard specifications for horticulture development as directed by
engineer in charge and to the satisfaction of engineer in charge. The
item also covers regular watering at intervals and removal of weeds,
protection etc for 45 - 60 days for initial establishment till grass is
adequately and sufficiently grown. Maintenance, replacement of
worn out of grass upto two years of defect liability period is in the
scope of the contractor.
16125 sq.m
602 Grass - Local Grass Lawn - Cost of grass 16125 sq.m
603 Grass - Local Grass Lawn - Local grass seeding/planting and ramming 16125 sq.m
604 Grass - Local Grass Lawn - Regular watering and removal of weeds,
protection etc for 45 -60 days for initial establishment 16125 sq.m
Works 4: Remediation works of NMK-KIE Page 324
Part 1: Site Mobilization and installation of bottom structure of Containment cells
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
101
Supply and laying of ordinary earth
brought from outside as a fill layer
underneath the containment cell in
stagnant water pond 2 as presented in
Drawing Nos. IND50-1-2-1 and IND50-1-2-
2
7860 cu.m
102
Excavation, Loading, Unloading,
Transportation, Temporarily Storage and
Backfilling of soil originating from trench
required for installation of gabions at the
southern, western and eastern perimeter
of the containment cell in the south-
eastern corner of Lake NMK as presented
on Drawing Nos. IND50-1-5-9, IND50-1-5-
10 and IND50-1-5-11.
1400 cu.m
103
Supplying, fabricating and placing in
position gabions, consisting of reinforced
steel bars, chain like mesh and coarse
aggregates in containment cells in Lake
NMK as presented on Drawing Nos.
IND50-1-5-4, IND50-1-5-5, IND50-1-5-6,
IND50-1-5-9, IND50-1-5-10 and IND50-1-5-
11.
4050 cu.m
104
Supply, Laying & Jointing of 1.5 mm thick
HDPE Membrane Liner (both side
textured) acting as a main barrier layer for
inflow of surface water into the
containment cell, placed between the
gabion and the clay as presented on
Drawing Nos. IND50-1-5-4, IND50-1-5-5,
IND50-1-5-6, IND50-1-5-9, IND50-1-5-10
and IND50-1-5-11
2755 sq. m
Works 4: Remediation works of NMK-KIE Page 325
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
105
Supply and Laying of clay brought from
outside behind (or in front of) the gabions
of the containment cells in Lake NMK as
presented on Drawing Nos. IND50-1-5-4,
IND50-1-5-5, IND50-1-5-6, IND50-1-5-9,
IND50-1-5-10 and IND50-1-5-11.
4325 cu.m
106
Levelling of containment cell in the south
eastern corner of Lake NMK over an area
of 6,500 sq.m, including Excavation and
Backfilling of soil within the containment
cell in the south-eastern corner of Lake
NMK as presented on Drawing Nos.
IND50-1-5-9, IND50-1-5-10 and IND50-1-5-
11.
1000 cu.m
107a
Supply of sand brought from outside as a
foundation layer, also acting as support
layer for HDPE membrane liner
3105 cu.m
107b
Laying of sand brought from outside as a
foundation layer in containment cell in
stagnant water pond 2 as presented on
Drawing Nos. IND50-1-2-1, IND50-1-2-2
and IND50-1-2-3, also acting as support
layer for HDPE membrane liner
1380 cu.m
107c
Laying of sand brought from outside as a
foundation layer in the containment cells
along bunds and hillock and in south
eastern corner of Lake NMK as presented
on Drawing Nos. IND50-1-5-4, IND50-1-5-
5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10
and IND50-1-5-11
1725 cu.m
107d
Supply, laying, jointing & fixing110 mm
dia. HDPE Perforated / Slotted Pipe
warped with Geo Textile - 6 Kg/cm2
pressure as per IS 4984/14333, PE 100
2300 m
Works 4: Remediation works of NMK-KIE Page 326
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
grade in foundation layer of containment
cells along bunds and hillock and in south
eastern corner of Lake NMK as presented
on Drawing Nos. IND50-1-5-4, IND50-1-5-
5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10
and IND50-1-5-11.
107e
Supply, laying, jointing & fixing110 mm
dia. HDPE Closed Pipe, 6 Kg/cm2 pressure
as per IS 4984/14333, PE 100 grade in
foundation layer of containment cells
along bunds and hillock and in south
eastern corner of Lake NMK as presented
on Drawing Nos. Nos. IND50-1-5-4, IND50-
1-5-5, IND50-1-5-6, IND50-1-5-9, IND50-1-
5-10 and IND50-1-5-11.
160 m
107f
Supply, Laying and Jointing of Non-woven
Needle Punched Geo Textile of 250 GSM
(grams per sq. m) minimum) of U.V.
stabilized polypropylene, polyethylene or
polyester material acting as a protection
layer below part of the HDPE bottom liner
in containment cells along bunds and
hillock and in south eastern corner of Lake
NMK as presented on Drawing Nos.
IND50-1-5-4, IND50-1-5-5, IND50-1-5-6,
IND50-1-5-9, IND50-1-5-10 and IND50-1-5-
11
2190 sq.m
108
Supply, Laying & Jointing of 2.0 mm thick
HDPE Membrane Liner (both side
textured) acting as a main barrier layer (in
the bottom liner) in containment cells
along bunds and hillock and in south
eastern corner of Lake NMK as presented
on Drawings Nos. IND50-1-5-4, IND50-1-5-
5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10
and IND50-1-5-11 and in stagnant water
14555 sq.m
Works 4: Remediation works of NMK-KIE Page 327
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
pond 2 as presented on Drawing Nos.
IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3
109
Supply, laying, jointing & fixing110 mm
dia. HDPE Perforated / Slotted Pipe
warped with Geo Textile - 6 Kg/cm2
pressure as per IS 4984/14333, PE 100
grade in containment cells along bunds
and hillock and in south eastern corner of
Lake NMK as presented on Drawings Nos.
IND50-1-5-4, IND50-1-5-5, IND50-1-5-6,
IND50-1-5-9, IND50-1-5-10 and IND50-1-5-
11 and in stagnant water pond 2 as
presented on Drawing Nos. IND50-1-2-1,
IND50-1-2-2 and IND50-1-2-3.
2650 m
110
Supply, laying, jointing & fixing110 mm
dia. HDPE Closed Pipe, 6 Kg/cm2 pressure
as per IS 4984/14333, PE 100 grade in
containment cells along bunds and hillock
and in south eastern corner of Lake NMK
as presented on Drawings Nos. IND50-1-5-
4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9,
IND50-1-5-10 and IND50-1-5-11 and in
stagnant water pond 2 as presented on
Drawing Nos. IND50-1-2-1, IND50-1-2-2
and IND50-1-2-3.
225 m
111
Supply and laying of activated carbon,
with a minimum Iodine number of 650 and
a maximum Molasses numner (EUR) of
700. 5 kg of active carbon per sq.m has to
applied and mixed with sand of the
drainage layer (item 112b) between 0.25
and 0.35 below the projected top of the
drainage layer. Laying in drainage layer of
containment cells along bunds and hillock
and in south eastern corner of Lake NMK
as presented on Drawings Nos. IND50-1-5-
72775 kg
Works 4: Remediation works of NMK-KIE Page 328
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9,
IND50-1-5-10 and IND50-1-5-11 and in
stagnant water pond 2 as presented on
Drawing Nos. IND50-1-2-1, IND50-1-2-2
and IND50-1-2-3.
112
Supply and Laying of sand brought from
outside as a drainage layer in containment
cells along bunds and hillock and in south
eastern corner of Lake NMK as presented
on Drawings Nos. IND50-1-5-4, IND50-1-5-
5, IND50-1-5-6, IND50-1-5-9, IND50-1-5-10
and IND50-1-5-11 and in stagnant water
pond 2 as presented on Drawing Nos.
IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3
5625 cu.m
113
Supply, Laying and Jointing of Non-woven
Needle Punched Geo Textile of 250 (GSM
(grams per sq. m) minimum) of U.V.
stabilized polypropylene, polyethylene or
polyester material acting as a protection
layer below the tubes with sediment in
containment cells along bunds and hillock
and in south eastern corner of Lake NMK
as presented on Drawings Nos. IND50-1-5-
4, IND50-1-5-5, IND50-1-5-6, IND50-1-5-9,
IND50-1-5-10 and IND50-1-5-11
2363 sq.m
114
Collection, crushing, loading,
transportation, unloading and composting
of vegetation from the entire project area
as presented on Drawing No. IND50-1/04.
131436 sq.m
115 Installation and removement of
temporarily work road of 5 m width from
main road to contractors area
450 m
116 Mobilization, demobilization, site
preparations, general works and site
aboundeding, as far as not cover in
1 lumpsum
Works 4: Remediation works of NMK-KIE Page 329
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
contractors regular overhead and
contractors profit provision as included in
the data rates
SUB Total* :
Rupees (in Words) :
*: The above prices are exclusive of VAT, Labour Cess and Project Contingencies (while filling the BoQ please mention the exact percentage)
Signature with Seal of Contractor Authorized Signatory
Works 4: Remediation works of NMK-KIE Page 330
Part 2: Waste handling in KIE and landscaping of open hill lock in KIE
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
201 Inventory of waste present in open hillock
as presented on Drawing No. IND50-1/04 1 lumpsum
202
Excavation andLoading of MSW from the
entire open hillock (1,212 tonnes), the
complete stagnant water ponds 1 and 2 ,
the full extend of the swamps 3 and 4, the
entire length of the drains in KIE and the
complete channel in the plains (a total of
202 tonnes) as presented on Drawing No.
IND50-1/04 onto trucks to off-site MSW
landfill
1414 Tonnes
203
Transportation and unloading of MSW to an
authorized public collection point operated
by GHMC within 5 kilometers distance of
the site
1414 Tonnes
204
Excavation, Loading, Unloading and
transportation of biomedical waste from
open hillock as presented on Drawing No.
IND50-1/04 onto closed trucks to off-site
authorized treatment facility
101 Tonnes
205
Disposal costs of biomedical waste to be
paid to an authorized treatment facility for
biomedical waste
101 Tonnes
206
Excavation, Loading, Unloading and
transportation of hazardous waste and
slacks, ashes and sludges from open hillock
as presented on Drawing No. IND50-1/04
onto closed trucks to off-site TSDF facility
2761 Tonnes
Works 4: Remediation works of NMK-KIE Page 331
207
Disposal costs of hazardous waste and
slacks, ashes and sludges to be paid to an
authorized public TSDF operator
2761 Tonnes
208
Excavation, loading, off loading,
transportation, backfilling and leveling of
soill and soil mixed with rubble as per
Drawings No. IND50-1-6-1, IND50-1-6-2 and
IND50-1-6-3
1250 Cu.m
SUB Total* :
Rupees (in Words) :
*: The above prices are exclusive of VAT, Labour Cess and Project Contingencies (while filling the BoQ please mention the exact percentage)
Signature with Seal of Contractor Authorized Signatory
Part 3: Containment of sediments from Lake NMK and KIE
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount (in
INR)
A : Excavation, transportation and / or intermediate storage of sediment and polluted
topsoil
301
Clean up of all the drains of length
3000meters (approx.) in the entire KIE area
till the extend that all sediments have been
removed through Excavation, Loading,
Unloading and Transportation of poluted
sediments from open drains in KIE as
presented in Drawing No. IND50-1-6-6
300 Cu.m
302 Clean up of swamps 3 and 4 in KIE till the
extend that all polluted topsoil has been
removed as presented on Drawing Nos.
350 Cu.m
Works 4: Remediation works of NMK-KIE Page 332
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount (in
INR)
IND50-1-3-1, IND50-1-3-2, IND50-1-3-3,
IND50-1-4-1, IND50-1-4-2 and IND50-1-4-3
through Excavation, Loading, Unloading and
Transportation of polluted top soil
303
Clean up of swamps 3 and 4 in KIE as
presented on Drawings IND50-1-3-1, IND50-
1-3-2, IND50-1-3-3, IND50-1-4-1, IND50-1-4-
2 and IND50-1-4-3 through Excavation,
Loading, Unloading and Transportation of
poluted sediment
200 Cu.m
304
Clean up of channel in the plains as
presented on Drawing No. IND50-1-7-1
through Excavation, Loading, Unloading and
Transportation of poluted sediment
500 Cu.m
305
Clean up of stagnant water pond 1 in KIE as
presented on Drawing Nos. IND50-1-1-1,
IND50-1-1-2, IND50-1-1-3 through
Excavation, Loading, Unloading and
Transportation of poluted top soil from
stagnant water pond 1 in KIE
216 Cu.m
306
Clean up of stagnant water pond 1 in KIE as
presented on Drawing Nos. IND50-1-1-1,
IND50-1-1-2, IND50-1-1-3 through Dredging
and Transportation of poluted sediment
from stagnant water pond 1 in KIE
1084 Cu.m
307
Clean up of stagnant water pond 2 in KIE as
presented on Drawing Nos. IND50-1-1-1,
IND50-1-1-2, IND50-1-1-3 through
Excavation, Loading, Unloading and
Transportation of poluted top soil from
stagnant water pond 2 in KIE
1720 Cu.m
308 Clean up of stagnant water pond 2 in KIE as
presented on Drawing Nos. IND50-1-1-1,
IND50-1-1-2, IND50-1-1-3 through Dredging
5160 Cu.m
Works 4: Remediation works of NMK-KIE Page 333
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount (in
INR)
and Transportation of poluted sediment
from stagnant water pond 2 in KIE
Ancillary Civil Works
309
Construction of RCC M 20 Check wall cast in
situ , PCC (1:3:6) at base (Refer Drawing Nos
IND 50-1-1-3 and IND50-1-1-4) Further
specifications have been provided on
Drawing No. IND50-1-1-4.
check-
dam 1
7.5 m x 0.3 m x 2.02 m for the wall + 7.5 m x
1.5 m x 0.3 for the foot 8 Cu.m
check-
dam 2
22.5 m x 0.3 m x 2.03 m for the wall + 22.5 m
x 1.5 m x 0.3 for the foot 24 Cu.m
check-
dam 3
17.5 m x 0.3 m x 2.03 m for the wall + 17.5 m
x 1.5 m x 0.3 for the foot 19 Cu.m
check-
dam 4
10.5 m x 0.3 m x 2.04 m for the wall + 10.5 m
x 1.5 m x 0.3 for the foot 12 Cu.m
310
Supply and installation of steel pipe in the
middle section of each wall of the check-
dam as per specification presented on
Drawing No. IND50-1-1-4.
4 Nos.
B : Dredging sediment in LakeNMK
311
To conduct a continuous bathemetric survey
of lake NMK as presented on Drawing No,
IND50-1/03.
68760 sq.m
312
Dredging and transportation of sediments
from Lake NMK as presented on Drawing
Nos. IND50-1-5-1 and IND50-1-5-2
32317 Cu.m
C : Dewatering of Sediment
313 Dewatering of sediments from Lake NMK
within the bottom liner of the in 32317 Cu.m
Works 4: Remediation works of NMK-KIE Page 334
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount (in
INR)
containment cells along bunds and hillock
and in south eastern corner of Lake NMK as
presented on Drawings Nos. IND50-1-5-4,
IND50-1-5-5, IND50-1-5-6, IND50-1-5-9,
IND50-1-5-10 and IND50-1-5-11 and in
stagnant water pond 2 as presented on
Drawing Nos. IND50-1-2-1, IND50-1-2-2 and
IND50-1-2-3
314
Dewatering of sediments from stagnant
water ponds 1 and 2, swamps 3 and 4, drains
in KIE and channel downstream within the
bottom liner of the in containment cell in
stagnant water pond 2 as presented on
Drawing Nos. IND50-1-2-1, IND50-1-2-2 and
IND50-1-2-3 or in the containment cells
along bunds and hillock and in south eastern
corner of Lake NMK as presented on
Drawings Nos. IND50-1-5-4, IND50-1-5-5,
IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and
IND50-1-5-11
7244 Cu.m
SUB Total* :
Rupees (in Words) :
*: The above prices are exclusive of VAT, Labour Cess and Project Contingencies (while filling the BoQ please mention the exact percentage)
Signature with Seal of Contractor Authorized Signatory
Works 4: Remediation works of NMK-KIE Page 335
Part 4: Installation of cover layer on top of the containment cells.
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
A : Installation of Cover Layers on Containment Cells
401
Laying of ordinary earth brought from inside
as a fill and clay layer on top of the tubes
with sediment in the containment cells along
the bund and hillock and in southeastern
corner of NMK as presented on Drawings
Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6,
IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11
and in stagnant water pond 2 as presented
on Drawing Nos. IND50-1-2-1, IND50-1-2-2
and IND50-1-2-3.
4176 cu.m
402a
Supply and Laying of sand brought from
outside as a foundation layer in the
containment cell in stagnant water pond 2 as
presented on Drawing Nos. IND50-1-2-1,
IND50-1-2-2 and IND50-1-2-3, also acting as
support layer for HDPE membrane liner
525 cu.m
402b
Supply, Laying and Jointing of Non-woven
Needle Punched Geo Textile of (250 GSM
(grams per sq. m) minimum) of U.V.
stabilized polypropylene, polyethylene or
polyester material acting as a protection
layer below part of the HDPE top liner in the
containment cells along the bund and hillock
and in southeastern corner of NMK as
presented on Drawings Nos. IND50-1-5-4,
IND50-1-5-5, IND50-1-5-6, IND50-1-5-9,
IND50-1-5-10 and IND50-1-5-11
11500 sq.m
403 Supply, Laying & Jointing of 2.0 mm thick
HDPE Membrane Liner (both side textured)
in the containment cells along the bund and
14615 sq.m
Works 4: Remediation works of NMK-KIE Page 336
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
hillock and in southeastern corner of NMK as
presented on Drawings Nos. IND50-1-5-4,
IND50-1-5-5, IND50-1-5-6, IND50-1-5-9,
IND50-1-5-10 and IND50-1-5-11 and in
stagnant water pond 2 as presented on
Drawing Nos. IND50-1-2-1, IND50-1-2-2 and
IND50-1-2-3
404
Supply, laying, jointing & fixing110 mm dia.
HDPE Perforated / Slotted Pipe wraped with
Geo Textile - 6 Kg/cm2 pressure as per IS
4984/14333, PE 100 grade in the drainage
layer on top of the topliner of the
containment cells along the bund and hillock
and in southeastern corner of NMK as
presented on Drawings Nos. IND50-1-5-4,
IND50-1-5-5, IND50-1-5-6, IND50-1-5-9,
IND50-1-5-10 and IND50-1-5-11 and in
stagnant water pond 2 as presented on
Drawing Nos. IND50-1-2-1, IND50-1-2-2 and
IND50-1-2-3
1950 m
405
Supply, laying, jointing & fixing110 mm dia.
HDPE Closed Pipe, 6 Kg/cm2 pressure as per
IS 4984/14333, PE 100 grade in the drainage
layer of the top slopes of the containment
cells along the bund and hillock and in
southeastern corner of NMK as presented on
Drawings Nos. IND50-1-5-4, IND50-1-5-5,
IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and
IND50-1-5-11 and in stagnant water pond 2
as presented on Drawing Nos. IND50-1-2-1,
IND50-1-2-2 and IND50-1-2-3
350 m
406a
Supply and Laying of sand brought from
outside as a drainage layer on top of the
HDPE top liner of the containment cell in
stagnant water pond 2 as presented on
Drawing Nos. IND50-1-2-1, IND50-1-2-2 and
925 cu.m
Works 4: Remediation works of NMK-KIE Page 337
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
IND50-1-2-3
406b
Supply, laying and Jointing of Geo Composite
(Drainage Mat) in the containment cells
along the bund and hillock and in
southeastern corner of NMK as presented on
Drawings Nos. IND50-1-5-4, IND50-1-5-5,
IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and
IND50-1-5-11
11500
Sq.m
407
Supply, Laying and Jointing of Non-woven
Needle Punched Geo Textile in the
containment cells in stagnant water pond 2
as presented on Drawing Nos. IND50-1-2-1,
IND50-1-2-2 and IND50-1-2-3
4625 sq.m
408
Supply and Laying of ordinary earth as clean
vegetative soil in the containment cells along
the bund and hillock and in southeastern
corner of NMK as presented on Drawings
Nos. IND50-1-5-4, IND50-1-5-5, IND50-1-5-6,
IND50-1-5-9, IND50-1-5-10 and IND50-1-5-11
and in stagnant water pond 2 as presented
on Drawing Nols. IND50-1-2-1, IND50-1-2-2
and IND50-1-2-3
9450 cu.m
409
Supply, Laying and Jointing of Non-woven
Needle Punched Geo Textile at the
waterfront slope of the containment cell in
stagnant water pond 2 as presented on
Drawings Nos. IND50-1-2-1, IND50-1-2-2 and
IND50-1-2-3
405 Sq. M
410
Supply and Laying of Granite for SS
revetment 225 brought from outside as a
revetment layer on the outer slope of the
containment cell along stagnant water pond
2 as presented on Drawings Nos. IND50-1-2-
1, IND50-1-2-2 and IND50-1-2-3
95 cu.m
Works 4: Remediation works of NMK-KIE Page 338
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
B : Ancillary Civil Works
411
Excavation of Open Storm Water Drains at all
containment cells in Lake NMK and stagnant
water pond 2, through excavation of topsoil
and profilling of open tenches with the
following dimensions: 0.5 m x 0.5 m or 0.3 m
x 0.3 m at the top drain, intermediate drain
of 0.3 m x 0.3 m and bottom drain of 7.0 m x
1.0 m with 1:3 slopes or 6.0 m x 1.0 m with
1:3 slopes at base (Refer Drawings Nos.
IND50-1-5-4, IND50-1-5-5, IND50-1-5-6,
IND50-1-5-9, IND50-1-5-10, IND50-1-5-11,
IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3)
A
0.5 m x 0.5 m (or 0.25 m3/m) wide drain at
top most berm (Type 1) of the containment
cell in stagnant water pond 2. Total volume
18 m3.
71 m
B
0.3 m x 0.3 m (or 0.09 m3/m) wide drain at
top berm (Type 2) in containment cells along
the bund and in southeastern part of Lake
NMK. Total volume 61 m3.
675 m
C
0.3 m x 0.3 m (or 0.09 m3/m) wide drain at
intermediate berm (Type 3) of the
containment cell in stagnant water pond 2.
Total volume 18 m3.
200 m
D
6.0 m x 1.0 m (or 3 m3/m) wide drain at
bottom, with slopes 1:3 (Type 3) of the
containment cell in stagnant water pond 2.
Total volume 630 m3.
210 m
E
7.0 m x 1.0 m (or 6.2 m3/m) wide drain at
bottom, with slopes 1:3 (Type 5) along the
southern and eastern perimeter of the
containment cell in the southeastern corner
200 m
Works 4: Remediation works of NMK-KIE Page 339
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
of Lake NMK.. Total volume 1240 m3.
412
Supply, Laying and Jointing of Non-woven
Needle Punched Geo Textile of (250 GSM
(grams per sq. m) minimum) of U.V.
stabilized polypropylene, polyethylene or
polyester material acting as a filter layer
below revetment stones, laid over the slopes
of the bottom drain around the containment
in the southeastern corner of Lake NMK
(Refer Drawings Nos. IND50-1-5-9, IND50-1-
5-10 and IND50-1-5-11)
1470 Sq. M
413
Supply, Laying of Granite for SS revetment
225 brought from outside as a revetment
layer on the slopes and floor of the bottom
dain of the containment cell in the
southeastern corner of Lake NMK (Refer
Drawings Nos. IND50-1-5-9, IND50-1-5-10
and IND50-1-5-11), using stones (200 - 400
mm size) having uniform appearances, of
thickness 300 mm
440 Cu.m
414
Supply, laying, jointing & fixing 110 mm OD
HDPE pipe PE 100 grade, pressure class 6
kg/cm2 (as per IS 14333 / 4984) to be laid in
the cover layer of the containment cells
along the bund and hillock and in
southeastern corner of NMK as presented on
Drawings Nos. IND50-1-5-4, IND50-1-5-5,
IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and
IND50-1-5-11 and in stagnant water pond 2
as presented on Drawing Nos. IND50-1-2-1,
IND50-1-2-2 and IND50-1-2-3
30 m
Works 4: Remediation works of NMK-KIE Page 340
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
415
Supply, laying, jointing & fixing 200 mm OD
HDPE pipe PE 100 grade, pressure class 6
kg/cm2 (as per IS 14333 / 4984) to be laid in
the containment cells along the bund as
presented on Drawings Nos. IND50-1-5-4,
IND50-1-5-5 and IND50-1-5-6 and in stagnant
water pond 2 as presented on Drawing Nos.
IND50-1-2-1, IND50-1-2-2 and IND50-1-2-3
550 m
416
Supply, Installation, Testing and
Commissioning of Irrigation System for
proper and efficient maintenance of
landscaping on the entire containment cells
(all side slopes and top flat areas and berms)
along the bund and hillock and in
southeastern corner of NMK as presented on
Drawings Nos. IND50-1-5-4, IND50-1-5-5,
IND50-1-5-6, IND50-1-5-9, IND50-1-5-10 and
IND50-1-5-11 and in stagnant water pond 2
as presented on Drawing Nos. IND50-1-2-1,
IND50-1-2-2 and IND50-1-2-3
16125 Sqm
417
Construction of Ground Water Quality
Monitoring (Piezometric) wells – 74 Nos
spread over NMK-KIE and the plains
(reference is made to section V)
1880 m
418
Supply, Installation, Testing and
Commissioning (SITC) of Electrical pumps
Electrical Water Pumps for Pumping of
irrigation waters from Lake NMK to the
Irrigation network of Hydrant and Sprinkler
System - 35 cu.m per hr 75 m head.- 1 W + 1
SB
2 Nos
SUB Total :
Works 4: Remediation works of NMK-KIE Page 341
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
Rupees (in Words) :
*: The above prices are exclusive of VAT, Labour Cess and Project Contingencies (while filling the BoQ please mention the exact percentage)
Signature with Seal of Contractor Authorized Signatory
Part 5: Installation of cover layer on lake floor
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
501
Supply and Laying of of sand brought from
outside as a cover layer on the floor of the lake
NMK as presented on Drawing No. IND50-1-5-3
20625 Cu. M
502
Regular Sampling and Monitoring of Ambient Air
Quality, Surface and Ground Water Quality from
monitoring wells as per Quality Monitoring Plan
elaborated in the Tender Documents (Reference
is made to General Items and Particular
Specifications) The following number of tests
have to be performed:
Suite 1: 8 analytical tests
Suite 2: 48 analytical tests
Suite 3: 20 analytical tests
Suite 4: 10 analytical tests
Suite 5: 30 analytical tests
Suite 6: 577 analytical tests
Suite 7: 216 analytical tests
1 Lumpsum
Works 4: Remediation works of NMK-KIE Page 342
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
SUB Total* :
Rupees (in Words) :
*: The above prices are exclusive of VAT, Labour Cess and Project Contingencies (while filling the BoQ please mention the exact percentage)
Signature with Seal of Contractor Authorized Signatory
Part 6: Infrastructural facilities around the containment cells, including Landscaping and Horticulture and Project round up
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount (in
INR)
A : Horticulture
601 Supplying, Providing, Seeding/Planting and
Development of Grass - Local Grass Lawn at
the surface of the containment cells along
bunds and hillock and in south eastern corner
of Lake NMK as presented Drawings Nos.
IND50-1-5-4, IND50-1-5-5, IND50-1-5-6, IND50-
1-5-9, IND50-1-5-10 and IND50-1-5-11 and in
stagnant water pond 2 as presented on
Drawing Nos. IND50-1-2-1, IND50-1-2-2 and
IND50-1-2-3 including Bed Preparation for
seeding/planting of grass consisting of dressing
the surface of the top vegetative layer,
watering, rolling, providing grass brought from
outside, seeding/planting of grass and
ramming, watering with providing fertilizers
(enriching NPK value of soil), compost and also
chemicals for weeds control including the cost
of fertilizers, chemicals & grass, manpower
and labour charges, unloading and loading of
16125 sq.m
Works 4: Remediation works of NMK-KIE Page 343
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount (in
INR)
all materials, transportation to the site of
works etc complete as per standard
specifications for horticulture development as
directed by engineer in charge and to the
satisfaction of engineer in charge. The item
also covers regular watering at intervals and
removal of weeds, protection etc for 45 - 60
days for initial establishment till grass is
adequately and sufficiently grown.
Maintenance, replacement of worn out of
grass upto two years of defect liability period
is in the scope of the contractor.
602 Grass - Local Grass Lawn - Cost of grass 16125 sq.m
603 Grass - Local Grass Lawn - Grass
seeding/planting and ramming 16125 sq.m
604 Grass - Local Grass Lawn - Regular watering
and removal of weeds, protection etc for 45
days for initial establishment
16125 sq.m
SUB Total* :
Rupees (in Words) :
*: The above prices are exclusive of VAT, Labour Cess and Project Contingencies (while filling the BoQ please mention the exact percentage)
Signature with Seal of Contractor Authorized Signatory
Works 4: Remediation works of NMK-KIE Page 344
Part 7 : Cost pertaining to Social Management Plan (From ESMP report) – CSR activities
Sr.
No. Description of Item Qty. Unit
Rate
(in
INR)
Amount
(in INR)
701 Cost for implementation of SMP
Sub total* :
Rupees in words
*: The above prices are exclusive of VAT, Labour Cess and Project Contingencies (while filling the BoQ please mention the exact percentage)
Signature with Seal of Contractor Authorized Signatory
Part 8 : Cost of consumables to maintain Horticulture & landscaping during defect
liability period of 1 year
(after completion of construction works and getting the completion certificate)
Sr.
No.
Description of Item Quantity Unit Item
Rate
per
Unit
Amount
(in INR)
801 Maintenance of Horticulture & landscapping -
Consumables like fertilizers, pesticides, removal and
replacement of grass etc.
1 year Lumpsum
802 Power Charges @ 13 KWh of power consumed per
day
1 year Lumpsum
Sub total*:
Rupees in words
*: The above prices are exclusive of VAT andLabour Cess (while filling the BoQ please mention the exact percentage)
Signature with Seal of Contractor Authorized Signatory
Works 4: Remediation works of NMK-KIE Page 345
Part9: After Care - Operation and Maintenance of containment cells for 5 years after Defect Liability Period – I st Year
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
901 Regular Sampling and Monitoring of Ambient Air
Quality, Surface and Ground Water Quality from
monitoring wells as per Quality Monitoring Plan
elaborated in the Tender Documents – Getting done
the analytical works from an NABL Approved
Environmental Testing Laboratory – Submission of
Results to Pollution Control Board on regular basis as
per sampling programme. The following number of
tests have to be performed:
Suite 1: 4 analytical tests, only in 1st year
Suite 2: 24 analytical tests, only in first year
Suite 3: 30 analytical tests, only in first year
Suite 4: 10 analytical tests, only in first year
Suite 6: 93 analytical tests (every year during 5 year
period)
Suite 7: 12 analytical tests, only in first year
1 Per
Year
902 Operation and Maintenance of Irrigation Pumps and
Irrigation System (Sprinklers, Hydrants, Valves and
Appurtenances)
1 Per
Year
903 Operation and Maintenance of Horticulture &
Landscaping – removal of grass which is decayed and
replacement of new grass, regular watering and cutting
/ trimming of grass at regular intervals, application of
fertilizer / compost for soil enrichment and also
biocides for weeds control.
1 Per
Year
904 General Housekeeping of the entire containment cells
– Total clean-up of the site on regular basis.
1 Per
Year
905 Power Costs – Total units of Power consumed per year
- _________ KW
1 Per
Year
Works 4: Remediation works of NMK-KIE Page 346
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
Total Costs per Year for Operation and Maintenance
including consumables, manpower and power costs*
*: The above prices are exclusive of VAT and Labour Cess (while filling the BoQ please mention the exact percentage)
Signature with Seal of Contractor Authorized Signatory
Note: Details of Consumables used, List of Spares provided, Manpower deployed shall be submitted by the contractor. Rate Analysis of the operation and maintenance costs with respect to each of the item shall also be submitted by the contractor.
Summary of Operation and Maintenance Costs for 5 Years:
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
906 Total Operation and Maintenance Costs for the
containment cells and the surrounding project area for
a period of 5 years after the date of completion of
defect liability period as per specifications and
standards described in the tender documents and
signing of the operation and maintenance contract for
5 years period. The rate shall include all labour,
material, plant and machinery, equipments, tools and
tackles, fuel oil, incidental charges, taxes and duties
and other operation charges in totality complete.
a For Ist Year of Operation and Maintenance (Total as per
Table Part 6 above)
1 Per
Year
b For 2nd Year of Operation and Maintenance 1 Per
Year
c For 3rd Year of Operation and Maintenance 1 Per
Year
d For 4th Year of Operation and Maintenance 1 Per
Works 4: Remediation works of NMK-KIE Page 347
Sr.
No.
Description of Item Qty. Unit Rate
(in
INR)
Amount
(in INR)
Year
e For 5th Year of Operation and Maintenance 1 Per
Year
Total for 5 years of Operation and Maintenance Works
Rupees (in Words) :
Signature with Seal of Contractor Authorized Signatory
Works 4: Remediation works of NMK-KIE Page 348
Total Bid Price for Remediation of Noor Mohhamed Kunta, Kattedan Industrial Area (KIE) in Rangareddy District, Telangana
PROJECT: REMEDIATION OF NOOR MOHAMMED KUNTA, KATTEDAN INDUSTRIAL AREA (KIE)
IN RANGAREDDY DISTRICT, TELANGANA
Sr.
No. Description Amount (in INR)
Basic Costs for Remediation NMK_KIE
1 Part 1 - Site Mobilization and installation of bottom structure
of Containment cells
2 Part 2 - Waste handling in KIE and landscaping of open hill
lock in KIE
3 Part 3 - Containment of sediments from Lake NMK and KIE
4
Part 4 - Installation of Cover Layers on top of the
Containment Cells project round up and provision of
infrastructure facility over and around capped dump site
5 Part 5 - Installation of cover layer on lake floor and
revetment of the bund
6 Part 6 - Landscapping and Horticulture
7 Part 7 - Costs of SMP (From ESMP Report)
8 Part 8 - Power and Consumables during Defect Liability
Period of 1 year to be considered as a part of Contract Cost
A Sub total of 1 to 8
Operation and Maintenance Costs
9 PART 9: After Care - Operation and Maintenance for Ist Year
a After Care - Operation and Maintenance for 2nd Year
b After Care - Operation and Maintenance for 3rd Year
c After Care - Operation and Maintenance for 4th Year
Works 4: Remediation works of NMK-KIE Page 349
d After Care - Operation and Maintenance for 5th Year
B Cost for Operation and Maintenance
C Third Party Insurance during Operation and Maintenance -
1%
D Sub total of part 9
E GRAND TOTAL COST (A+D)
Rupees (in words)
Note: The prices for items mentioned from Sl.No.1 to 7 are inclusive of Vat, Labour Cess and Project Contingencies and for Sl.No.8 & 9, the prices are inclusive of Vat % and Labuor Cess (while filling the BoQ please mention the exact percentage)
Signature with Seal of Contractor Authorized Signatory
Works 4: Remediation works of NMK-KIE Page 350
DAY WORK RATES (TO BE QUOTED BY CONTRACTOR):
Schedule of Day Work Rates - Construction: Labour
Sr. No. Description of Item Unit Item Rate per
Unit
Amount in
Words
1 Ganger (Foreman) Day
2 Labour Day
3 Bar Bender Day
4 Mason Day
5 Carpenter Day
6 Electrician Day
7 Surveyor Day
8 Technician Day
9 Engineer Day
10 Driver for passenger car (up to 5
tonnes)
Day
11 Driver for truck (with or without
trailer)
Day
12 Operator for Excavator Day
13 Operator for tractor and Day
Works 4: Remediation works of NMK-KIE Page 351
bulldozer (tread wheel machines)
14 Operator for dumpers/articulated
truck
Day
15 Operator for Soil Compactor /
Landfill Compactor
Day
16 Operator for Drum soil compactor Day
17 Operator for Loader Backhoe /
Front End Loader
Day
18 Operator for Grader Day
19 Operator for Sweeper Day
Signature and Seal of Contractor Authorized Signatory
Schedule of Day Work Rates - Construction: Materials
Sr.
No.
Description of Item Unit Item Rate
per Unit
Amount in
Words
Source with
lead from site
2 Steel Reinforcement – FE
415 (CRS Steel)
Kg
5 Aggregates – 6 mm Cu.m
6 Aggregates – 10 mm Cu.m
7 Aggregates – 12 mm Cu.m
8 Aggregates – 20 mm Cu.m
9 Aggregates – 25 mm Cu.m
10 Aggregates – 40 mm Cu.m
11 Small Gravel – 4 – 6 mm Cu.m
Works 4: Remediation works of NMK-KIE Page 352
12 Rounded Stones – 80 to 200
mm
Cu.m
13 Fine Sand Cu.m
14 Course Sand Cu.m
16 Sand/gravel for drainage
layer
Cu.m
18 Course Rubble Stone – 30 x
30 x 60 cm
Cu.m
Signature and Seal of Contractor Authorized Signatory
Works 4: Remediation works of NMK-KIE Page 353
Schedule of Day Work Rates - Construction: Equipments
Sr. No. Description of Item Unit Item Rate
per Unit
Amount in Words
1 Passenger car (min 5 persons) Hour
2 Truck (with or without trailer)
with a soil capacity of
Up to and incl. 5 m3 Hour
Over 5 to 10 m3 Hour
Over 10 to 15 m3 Hour
Over 15 m3 Hour
3 Excavator, face shovel
Up to and incl. 1 m3 Hour
Over 1 m3 to 2 m3 Hour
Over 2 m3 Hour
4 Tractor and bulldozer with blade
or showel (tread wheel machines)
Up to and incl. 100 kW Hour
Over 100 kW to 150 kW Hour
Works 4: Remediation works of NMK-KIE Page 354
Schedule of Day Work Rates - Construction: Equipments
Sr. No. Description of Item Unit Item Rate
per Unit
Amount in Words
Over 150 kW to 200 kW Hour
Over 200 kW to 300 kW Hour
5 Tractor and bulldozer with ripper
Up to and incl. 200 kW Hour
Over 200 kW to 250 kW Hour
6 Dumper or articulated truck,
capacity
Upto 12 Tonnes
12 - 20 tonnes Hour
Over 20 tonnes to 30 tonnes Hour
7 Soil compactor, Operating weight Hour
Upto 12 tonnes Hour
Up to 20 tonnes Hour
Over 20 tonnes to 30 tonnes Hour
Drum Vibratory Soil Compactor
(padded or smooth)
Up to 6 tonnes Hour
Over 6 tonnes to 20 tonnes Hour
Works 4: Remediation works of NMK-KIE Page 355
Schedule of Day Work Rates - Construction: Equipments
Sr. No. Description of Item Unit Item Rate
per Unit
Amount in Words
8 Sweeper for road cleaning (min 1
m collection capacity)
Hour
9 Generator (diesel), Power Hour
Up to 2.5 kW (mobile)
Over 10 kW to 15 Kw (mobile)
Over 15 kW to 35 kW (stationary)
10 Compressor, Capacity Hour
Up to 35 l/s, min. 7 bar
Over 35 l/s to 100 l/s, min. 12 bar
11 Water (Drainage) pumps, Power Hour
Up to 3 kW
Over 3 kW to 10 kW
Signature and Seal of Contractor Authorized Signatory
Works 4: Remediation works of NMK-KIE Page 358
Forms of Securities
Acceptable forms of securities are annexed. Bidders should not complete the Performance and Advance
Payment Security forms at this time. Only the successful Bidder will be required to provide Performance and
Advance Payment Securities in accordance with one of the forms, or in a similar form acceptable to the
Employer.
Annex A: Bid Security (Bank Guarantee)
Annex B: Performance Bank Guarantee
Annex B1: Performance Bank Guarantee for Unbalanced Items
Annex C: Deleted
Annex D: Bank Guarantee for Advance Payment
Works 4: Remediation works of NMK-KIE Page 359
Annex A
BID SECURITY (BANK GUARANTEE)
WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has submitted
his Bid dated _______________________ [date] for the construction of
_____________________________________ [name of Contract] (hereinafter called "the Bid").
KNOW ALL PEOPLE by these presents that We ______________________________ [name of bank] of
____________________________ [name of country] having our registered office at
___________________________________ (hereinafter called "the Bank") are bound unto
______________________________[name of Employer] (hereinafter called "the Employer") in the sum of
___________________1 for which payment well and truly to be made to the said Employer the Bank binds
itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this _________ day of __________ 19____.
THE CONDITIONS of this obligation are:
(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity
specified in the Form of Bid;
or
(2) If the Bidder having been notified of the acceptance of his bid by the Employer during
the period of Bid validity:
(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Bidders, if required; or
(b) fails or refuses to furnish the Performance Security, in accordance with the
Instruction to Bidders; or
Works 4: Remediation works of NMK-KIE Page 360
(c) does not accept the correction of the Bid Price pursuant to Clause 27;
we undertake to pay to the Employer up to the above amount upon receipt of his first written demand,
without the Employer having to substantiate his demand, provided that in his demand the Employer will note
that the amount claimed by him is due to him owing to the occurrence of one or any of the three conditions,
specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date ____________________2 days after the
deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be
extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in
respect of this guarantee should reach the Bank not later than the above date.
DATE _______________ SIGNATURE OF THE BANK _________________________
WITNESS ____________ SEAL _______________________________________
_________________________________________________________________
[signature, name, and address]
____________________________
1 The Bidder should insert the amount of the guarantee in words and figures denominated in Indian
Rupees. This figure should be the same as shown in Clause 16.1 of the Instructions to Bidders.
2 45 days after the end of the validity period of the Bid.
Works 4: Remediation works of NMK-KIE Page 361
PERFORMANCE BANK GUARANTEE
To: ______________________________________________ [name of Employer]
_________________________________________ [address of Employer]
WHEREAS _________________________ [name and address of Contractor] (hereinafter called
"the Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute
__________________________ [name of Contract and brief description of Works] (hereinafter called "the
Contract");
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance
with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in words], such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written
demand and without cavil or argument, any sum or sums within the limits of ____________________
[amount of guarantee]1 as aforesaid without your needing to prove or to show grounds or reasons for your
demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or
of the Works to be performed thereunder or of any of the Contract documents which may be made between
you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby
waive notice of any such change, addition or modification.
Works 4: Remediation works of NMK-KIE Page 362
This guarantee shall be valid until ……… (i.e.) 28 days from the date of expiry of the Defects
Liability Period.
Signature and seal of the guarantor _____________________________
Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________
__________________
1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract Price
specified in the Contract and denominated in Indian Rupees.
Works 4: Remediation works of NMK-KIE Page 363
PERFORMANCE BANK GUARANTEE (for unbalanced items)
To: ______________________________________________ [name of Employer]
_________________________________________ [address of Employer]
WHEREAS _________________________ [name and address of Contractor] (hereinafter called
"the Contractor") has undertaken, in pursuance of Contract No. _____ dated ________________ to execute
__________________________ [name of Contract and brief description of Works] (hereinafter called "the
Contract");
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance
with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Contractor, up to a total of ____________________ [amount of guarantee] 1___________________________ [in words], such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written
demand and without cavil or argument, any sum or sums within the limits of ____________________
[amount of guarantee]1 as aforesaid without your needing to prove or to show grounds or reasons for your
demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or
of the Works to be performed thereunder or of any of the Contract documents which may be made between
you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby
waive notice of any such change, addition or modification.
Works 4: Remediation works of NMK-KIE Page 364
This guarantee shall be valid until …….. (i.e.) 28 days from the date of issue of the certificate of
completion of works.
Signature and seal of the guarantor _____________________________
Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________
__________________
1 An amount shall be inserted by the Guarantor, representing additional security for unbalanced Bids,
if any and denominated in Indian Rupees.
Works 4: Remediation works of NMK-KIE Page 365
BANK GUARANTEE FOR ADVANCE PAYMENT
To: __________________________________________ [name of Employer]
__________________________________________ [address of Employer]
___________________________________________[name of Contract]
Gentlemen:
In accordance with the provisions of the Conditions of Contract, subclause 51.1 ("Advance
Payment") of the above-mentioned Contract, ________________________________ [name and address of
Contractor] (hereinafter called "the Contractor") shall deposit with ________________________ [name of
Employer] a bank guarantee to guarantee his proper and faithful performance under the said Clause of the
Contract in an amount of _____________ [amount of guarantee] 1_________________________________
[in words].
We, the ____________________ [bank or financial institution], as instructed by the Contractor,
agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the
payment to ____________________ [name of Employer] on his first demand without whatsoever right of
objection on our part and without his first claim to the Contractor, in the amount not exceeding
____________________ [amount of guarantee]1 __________________________________ [in words].
We further agree that no change or addition to or other modification of the terms of the Contract or
of Works to be performed thereunder or of any of the Contract documents which may be made between
_____________________ [name of Employer] and the Contractor, shall in any way release us from any
liability under this guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment under the
Contract until _________________________ [name of Employer] receives full repayment of the same
amount from the Contractor.
Yours truly,
Works 4: Remediation works of NMK-KIE Page 366
Signature and seal: _______________________________
Name of Bank/Financial Institution: _________________
Address: _______________________________________
Date: ____________________
__________________________
1 An amount shall be inserted by the bank representing the amount of the Advance Payment, and
denominated in Indian Rupees.
Works 4: Remediation works of NMK-KIE Page 368
SUMMARY
The Capacity Building for Industrial Pollution Management Project (CBIPMP) helps the Ministry of
Environment & Forests (MoEF) of the Government of India (GOI) to build capacity at the state and central
level, and develop a framework to address these issues in a comprehensive and systemic manner under an
area-wide management approach. The project is also expected to provide for technical capacity building of
selected State Pollution Control Boards (SPCBs) for undertaking environmentally sound remediation of
polluted sites. Four polluted sites – of which two are in Andhra Pradesh (Noor Mohammed Kunta in
Hyderabad and the Ukkayyapalli Municipal solid waste dumpsite in Kadapa) – have been identified for
remediation on pilot basis.
A consulting consortium was engaged to study and prepare remedial options for Noor Mohammed Kunta
(NMK) and Kathadan Industrial Estate (KIE) area. This includes the polluted Noor Mohammed Kunta lake,
the Kattedan Industrial Estate (KIE, historic source of pollution) and the plains directly downstream of the
lake.
Project objectives
The objectives of the consultancy for the remediation of NMK are:
1. To assess the levels and nature of contaminants in groundwater, surface water and soil for the NMK site 2. To conduct detailed site investigations and assessment studies in order to determine the best remedial
approach 3. To conduct environmental and social impacts of the project and to prepare a management plan
accordingly. 4. To prepare technical and engineering designs for the remediation of the NMK site 5. To support the bid process of the remediation works 6. To supervise the execution of the remediation works 7. To suggest measures to make the lake fit for irrigation purposes and the area of the lake more attractive.
Remediation scenario
The preferred remediation option for the Lake NMK-KIE area has more than one option for each sub
location, (Lake NMK, in KIE open areas, drains and swamps and drains in the plains). The selection
procedure and the predesign of the three best options for Lake NMK and the final selection of the Geo tube
option for Lake NMK and the chosen options for open areas KIE and swamps and drains are described in
the Remediation Plan with reference IND50-1/berr9/099 final version.
Works 4: Remediation works of NMK-KIE Page 369
For the Geo tube Option, tubes of geo-textile are used to dewater the sediment of the Lake after dredging.
Next, the tubes are covered with clean soil and a green cover will be developed. It is assumed that the area
where the tubes will be applied will be sealed with plastic liners or a combination of a drainage layer of
reactive sand and an impermeable clay layer which is naturally present in the area.
In the Off site disposal option for open areas KIE, the waste is completely removed from the open areas at
KIE and is disposed offsite. After the waste is collected it will be transported by trucks to a technical landfill
in Hyderabad. The mixed composition of the waste and recovery of the recyclables by the rag pickers, it is
assumed that there is no potential left for waste processing and recycling. Disposal of waste in a technical
landfill is considered as the only feasible option.
The sediments from swamps and drains in the KIE will be completely remediated by excavation/dredging.
Finally the sediment will be pumped by pipelines into tubes of geo-textile. Those tubes will initially facilitate
the dewatering and stabilization of the sediments. After the sediments have been actively dewatered and
stabilized, the tubes will serve as on-site containment compartments for the sediments. The tubes with
sediments will be covered by a layer of clean soil and a green cover will be developed.
Aforementioned remediation works meet the standards of best environmental practices with regard to
remediation of polluted sites.
Environmental and social reporting project framework
The main precondition of the site remediation is a sound environmental and social management of the
remediation works. This precondition is met through a series of actions as described in The World Bank’s
Environmental and Social (‘safeguard’) Policies. Under Indian law there is no obligation to carry out an
Environmental Impact Assessment (ESIA) for remediation, but the TSPCB strongly supports the World
Bank’s Environmental and Social (‘Safeguard’) Policies to ensure a sustainable project implementation. The
related project environmental and social reporting framework is presented schematically as follow:
Works 4: Remediation works of NMK-KIE Page 370
This report at hand – the Environmental and Social Management Plan (ESMP)12 – presents an overview of
the existing remediation site, it summarises the possible environmental and social impacts due to the
project, and it specifically elaborates the proposed measures to eliminate, mitigate or reduce the foreseen
environmental and social impacts during project execution, and during the post-closure (post-execution)
stage.
The specific objective of this ESMP is to describe the measures that will be implemented to ensure a
situation that is stable and acceptable from an environmental, social, health and safety perspective. This
applies to two phases of project execution:
- The site remediation works (‘project execution’) - The maintenance and aftercare during the first two years of operation (‘post-project execution’)
12 This ESMP is one of the project’s deliverables (as appendix to the Remediation Plan), and sets out to provide a clear and sustainable
management response to the identified environmental and social impacts that are foreseen as a result of the project. This ESMP has been
formulated specifically for the final selected remediation option (for this remedial option, see report IND50-1/berr9/099 –RemediationPlan, final
version).
Works 4: Remediation works of NMK-KIE Page 371
Current Environmental Scenario
Overall the environmental impact of the current pollution present at KIE, NMK and a small stream in the
plains downstream of Lake NMK is demonstrated. This impact is considerable at KIE and NMK itself, but
relatively limited in the surrounding areas. The identified environmental impacts of the pollution in the
current situation are mainly related to groundwater, surface water, sediment and soil contamination (e.g.
mineral oil and metals in higher concentrations), dust, odour and smoke emissions due to presence of open
dump and open burning of wastes. The health aspects associated with the current pollution levels are
mainly due to waste dumping, unregulated waste water discharge which impact the nearby habitation, loss
of flora and fauna, aesthetics etc,.
The presence of polluting industries till the year 2003 in KIE, and the illegal dumping of waste, on-site
burning of waste and the unregulated waste water discharge in this estate are established as main sources
of adverse environmental impacts / pollution.
The main pathways for spread of pollution are waste, smoke, dust, sediments and other sources of
pollution include the wind, rainwater percolating through the dumped wastes, rainwater run-off, and the
drainage lines.
The main receptors of pollution are rag-pickers who come in direct contact with the waste dumped while
seeking recyclables, local residents and labourers of KIE, ecology (flora, wildlife, etc) and the student
research farms of ANGRAU University.
During the execution of the remediation works, the main potential adverse impacts are related to
mobilization of pollution due to improper handling of polluted sediments. In addition air and noise impacts
can be expected due to increased traffic movements and the operation of equipment and vehicles.
Foreseen Environmental Impact and mitigation measures
For the environmental aspects of the project there are no major areas of concern or negative impacts
expected. The situation can only improve. Important pre-condition for this assumption is that the
sediments and waste are excavated, transported and disposed or contained under appropriate operational
management and supervision.
The most effective measure to mitigate the environmental impact of the current pollution is the
remediation of sediments and waste in KIE, NMK and the small stream, which is exactly what this project
aims to achieve. Moreover, the remediation activities provide the basis to convert and upgrade the green
profile of the site.
Sustainable remediation results can only be obtained when illegal dumping of waste and inflow of
substandard sewage water in the lake cease to exist. Other governmental agencies are implementing a
waste management infrastructure in KIE with the aim to stop illegal dumping of waste. It is anticipated that
in a parallel project an appropriate infrastructure for waste water collection and treatment will be realized
and inflow of substandard water flows will cease to exist.
Works 4: Remediation works of NMK-KIE Page 372
The proposed remediation works are reducing the risks that the current pollution pose on the environment
significantly. Soil and groundwater pollution at privately owned plots and in the general topsoil pollution
throughout the entire KIE will remain in place. In the remediation plan an area wide management strategy
is elaborated, which aims at reducing the risks of this remaining pollution on the long run. Although this
remaining pollution will not be addressed under the current project, the implementation of an area wide
monitoring program before, during and after the remediation works will provide valuable information for
future follow up projects.
The adverse impacts during remediation works are of a temporary nature, and can best be mitigated by
proper operational management and supervision, proper maintenance of vehicles and equipment, using
modern equipment and mechanised machinery, and phasing out the implementation plan.
The following environmental objectives – during and after the remediation works – are translated into
concrete measures in this ESMP:
- During project execution:
To ensure that air emissions due to the construction related activities do not lead to increased air pollution at and around the project site, by amongst others controlled spraying of water, use of modern equipment and vehicles, etc.
To ensure that the soil and groundwater are not polluted by leakage of lubricants / fuel from vehicles moving within the site, by amongst others controlled filling and storage of fuels and lubricants, etc.
To ensure that noise generated due to the construction related activities does not lead to increased noise levels at and around the project site, by amongst others controlling operating hours, etc.
To ensure that there is smooth traffic both within and outside the facility for the duration of the construction phase, by amongst others traffic regulation, etc.
To ensure that uncontrolled emissions of mineral oil and heavy metals lead to health risks and unsafe situations for the workers, by amongst others emission monitoring, careful operational planning and supervision etc.
- After project execution:
To reduce surface and groundwater pollution from leachate emanating from the containment structures, by amongst others ensuring adequate drainage and water treatment, and monitoring of water quality, etc.
To control car parking for visitors to the lake and the area, by amongst others creating space for car parking, etc.
To ensure that uncontrolled emissions of topsoil and sediment do not lead to water or air pollution or safety risks, by amongst others emission monitoring and sediment trapping, etc.
(vii) Foreseen social impacts
The study carried out for the Environmental & Social Impact Assessment Report under the current project,
identified 61 rag-picker families (195 individuals) who are directly involved in collection and recycling of
solid waste in KIE. This means that in total 195 individuals depend for at least a certain degree on rag
picking and waste processing in KIE.
Works 4: Remediation works of NMK-KIE Page 373
The project foresees a likely loss of income due to the fact that the potential to recycle waste dumped
within KIE will cease to exist. Measures for mitigating these negative impacts are required, for instance
through targeted livelihood support.
Pollution of air, soil, and water by the contaminated soil and sediment and dumped waste results in health
hazards for the involved families and the residents and labourers of KIE.
The remediation will improve the overall sanitation and health of the nearby habitants. The pollution of
soil, sediment and water will be mimized by the present project. Thus, the situation can only improve.
During the two project public consultations, the affected groups of rag-pickers, KIE resident, KIE labourers
and shop operators have expressed to be very concerned about their current health problems and the
limitations this pose on the use of KIE’s resources.
(viii) Social impact mitigation measures
The following social objectives – during and after the remediation works – are: translated into concrete
measures in this ESMP:
- During project execution:
To ensure that livelihoods of people who are dependent on the processing of waste in KIE are secured, by amongst others involving them in project execution, training on the job (controlled recycling), provision of employment opportunity in the project, etc.
- After project execution:
To ensure that livelihoods of the affected persons are improved, by safeguarding regulated employment (as recyclers, green keepers, area maintainers and gabion draftsmen) and capacity development (training), etc.
All the proposed measures are compliant with International and Indian environmental and social policies.
The contractor undertaking the remediation works is responsible for implementing the EMP, the NGO will
implement the social management plan and the consulting consortium that supervisors the project
execution will also supervise the implemention of ESMP. TSPCB and TSIIC will monitor and ensure
satisfactory implementation of this ESMP.
Pl refer CBIPMP website i.e. www.apcbipmp.gov.in for detailed ESMP of NMK-KIE.