Top Banner

of 143

Ten03 Geo Tech Tender CO 141209 (1)

Apr 13, 2018

Download

Documents

psycin
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    1/143

    TENDER DOCUMENT FOR

    GEOTECHNICAL INVESTIGATION WORK

    FOR PROPOSED BANK NOTE PAPER MILL

    AT MYSORE

    Tender No. 03/LT/PM/CO/05/09-10,

    Dated 14

    th

    December 2009

    JOINT VENTURE OF

    BHARATIYA RESERVE BANK NOTE MUDRAN

    PVT.LTD,

    &

    SECURITY PRINTING & MINTING CORPORATION

    OF INDIA LTD.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    2/143

    2

    TENDER FORWARDING LETTER

    To,

    Dear Sir,

    Tender/BID for Geotechnical Investigations Works.

    1. The Bharatiya Reserve Bank Note Mudran Pvt.Ltd (BRBNMPL), hereby, inviteyou to tender for the above work.2. The tender/BID forms can be had from office of the Managing Director,

    Bharatiya Reserve Bank Note Mudran Pvt Ltd ,3&4,Ist Stage, Ist Phase, B T M

    Layout, Bannerghatta Road, Bangalore 560029 on payment of Rs._500/(Rs Five

    hundred only) on production of the documents proving the eligibility criteria.

    3. Alternatively the tender documents can be downloaded from our websitewww.brbnmpl.co.in. In that case the tenderer should enclose demand draft for

    the tender cost of Rs 500/ (Rs five hundred only) (Non refundable)favouring

    BRBNMPL, Bangalore in a separate envelope superscribed Envelope no I for

    the Proposed Geotechnical Investigation Work for the construction of the Paper

    mill at BRBNMPL Press Compound at Mysore

    4. Your tender in two parts (in duplicate) duly filled in, signed and sealed, shouldbe addressed to The Managing Director Bharatiya Reserve Bank Note Mudran

    Pvt.Ltd, 3&4,Ist Stage, Ist Phase, B T M Layout, Bannerghatta, Bangalore

    560029 so as to reach him not later than 13.00 hrs on 31stDecember 2009.

    5. The tender/BID drawings are available for inspection in the office ofBRBNMPL, Bangalore as well as the office of the Consultants TCE

    CONSULTING ENGINEERS LTD, MUMBAI and clarification required, if any,

    may be obtained by contacting them, during office hours.

    6. Eligibility Criteria: The prospective tenderers should have satisfactorily

    completed a minimum of two similar works of geo-technical investigationcosting about Rs 3.00 lakhs (Rs three lakhs only) each during the past 7 years.

    The tenderer should enclose copies of documentary evidence of the above such

    as work order/ completion certificate / performance certificate indicating a)

    name of work (b)Name and address of the client (c) value of the work (d)

    Scheduled date and actual date of completion (e) any other information.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    3/143

    3

    7. BRBNMPL discourages the stipulation of any additional conditions by theBidder. However, in case the Bidder wishes to include any condition/

    clarification/ covering letter while bidding for the work, he will have to submit

    the same in duplicate in a separate sealed cover.,superscribed Part I Technical

    bid .The Commercial Bid in duplicate, duly filled in as such without any

    enclosure shall have to be submitted in another sealed cover, superscribed Part II Commercial Bid clearly indicating thereon as to which cover contains the

    tender/Bid and which contains the forwarding letters/ clarifications/ conditions.

    The cover containing the forwarding letters/ clarification/ condition called Part I

    will be opened on 31st December 2009 at 15.00 hrs, the scheduled date of

    opening of the tenders in the presence of Bidders or their authorized

    representatives who shall be in a position to clarify all the conditions stipulated

    by the Bidders. The clarifications/ conditions etc. if any will be examined and

    after discussions with all the Bidders, the conditions that are acceptable to

    BRBNMPL will be intimated to the Bidders. The Bidders shall withdraw all his

    conditions which are not acceptable to BRBNMPL and can in lieu quote theirtendered amounts in a separate sealed cover.. The quoting of such a percentage

    above or below their tendered amount shall have a definite bearing on the

    condition/s the Bidders have to withdraw or additional benefit liable to be

    received as per condition accepted by BRBNMPL. The letter containing the

    Bidders tendered amount should be submitted in duplicate in a sealed cover on

    or before a date fixed subsequently and advice to the Bidders. This letter

    together with the second sealed cover containing the tender called Part II will be

    opened in presence of the representatives of Contractors/ firms on the due date

    advised.

    8. Please note that this letter will form part of the contract document and that thecontents of this letter shall be supplemental to the conditions in the tender andnot in derogation thereof except to the extent specifically provided herein.

    Yours faithfully,

    (General Manager)

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    4/143

    4

    CONTENTS

    SECTION TITLE

    PAGE

    NOs

    NO. OF

    SHEETS

    SECTION A

    A1 Scope of Enquiry 7 1

    A2 Definition Of Terms And Specification Documents 8 6

    A3 General Instructions to Contractors and Special

    Conditions

    14 6

    A4 Site Facilities 20 2

    A5 Form of Tender 22 2

    SECTION B

    B1 Project Information General 25 1

    SECTION C

    C1 Geotechnical Investigation work- Schedule Of

    Quantities- General Notes

    27 3

    C2 List of drawings 30 1

    SECTION D

    D1 Specific Technical Requirements Data Sheet-A 32 7

    D2 Geotechnical Investigations and Report (Abridged) 39 29

    SECTION E

    E1 General Conditions Of Contract 70 22

    E2 Contractors Health & Safety Programme 93 21

    E3 Safety Conditions for Undertaking Site Work 114 10

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    5/143

    5

    E4 Schedule Of Deviations From Technical Specifications 124 1

    E5 Schedule Of Deviations From General Conditions 125 1

    E6 Schedule Of Equipment and Erection Machinery 126 1

    E7 Schedule Of Rates For Labour 127 1

    E8 Schedule Of Bidder's Experience 128 1

    SECTION F

    F1 Articles of Agreement 129 4

    ANNEXURES

    G1 Schedule of Quantities- Part 1 135 4

    G2 Schedule of Quantities- Part 2 139 2

    G3 Schedule of Quantities- Part 3 141 1

    G4 Summary of Costs 142 1

    G5Drawing indicating the geo technical investigation to be

    carried out at BRBNMPL, Mysore143 1

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    6/143

    6

    SECTION A

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    7/143

    7

    A1 - SCOPE OF ENQUIRY

    1. INTRODUCTION

    1.1 Bharatiya Reserve Bank Note Mudran Pvt Ltd (BRBNMPL) is a wholly owned

    subsidiary of Reserve Bank of India(R.B.I)

    1.2 BRBNMPL has one press at Mysore in Karnataka.BRBNMPL has proposed to

    set up a Paper mill at BRBNMPL, Mysore premises as a joint venture along with

    Security Printing and Minting Corporation of India Limited (SPMCIL). TCE

    Consulting Engineers has been appointed as the Project Management Consultant.

    2. SCOPE OF ENQUIRY

    2.1 This enquiry covers all the work of geotechnical Investigations to be carried out

    for proposed Bank Note Paper Mill and associated civil work of BRBNMPL,Mysore. The enquiry also covers preparation of detailed report containing all the

    field and laboratory tests results.

    2.2 All field and laboratory tests shall be performed as specified herein and as

    instructed by the OWNER / ENGINEER.

    2.3 The scope of work includes mobilisation and setting of necessary equipment on

    the field, providing necessary personnel, carrying out field and laboratory tests,

    interpretation of data and results and submission of final Geotechnical Report.

    3. TIME OF COMPLETION

    3.1 The completion of the activities in a time bound manner is the principal

    requirement as far as the civil construction contract is concerned. The

    requirement would be to carry out the job uninterruptedly, irrespective

    of the seasonal changes and also to work during extended hours during

    the working days/ holidays to achieve the above target. Total duration

    of works shall be 45 (forty five) days from the date of award of

    contract.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    8/143

    8

    A2 -DEFINATIONS OF TERMS AND SPECIFICATION DOCUMENTS

    1.0 DEFINATION OF TERMS

    1.1 OWNER / EMPLOYER shall mean the client Bharatiya Reserve BankNote Mudran Pvt.Ltd, Bangalore or BRBNMPL on behalf of the joint

    Venture between BRBNMPL and Security Printing and Minting Corporation of

    India Ltd (SPMCIL),the enquiry is issued by the ENGINEER/ CONSULTANT

    and shall include his successors and assigns, as well as his authorised

    officers/representatives.

    1.2 ENGINEER OR CONSULTANT shall mean TCE Consulting EngineersLimitedor their duly authorised representatives, who are the CONSULTANTS

    appointed by the OWNER/ EMPLOYER for the Project.

    1.3 BIDDER shall mean the firm/party who quotes against an enquiry.

    1.4 VENDOR/CONTRACTOR/FABRICATOR shall mean the successful Bidderwhose Bid has been accepted by the OWNER/ EMPLOYER and shall include

    his heirs, legal representatives, successors and permitted assigns.

    1.5 SUB-VENDOR/SUB-CONTRACTOR/SUB-FABRICATOR shall mean theperson named in the Contract undertaking a part of the work or any person to

    whom a part of the Contract has been sublet with the consent in writing of the

    OWNER/EMPLOYER and shall include his heirs legal representatives,successors and permitted assigns.

    1.6 MANUFACTURER refers to a person or firm who is the producer andfurnisher of the material or designer and fabricator of equipment to either the

    OWNER/EMPLOYER or the VENDOR/CONTRACTOR or both under the

    Contract.

    1.7 OTHERS shall mean other successful Bidders, whose Bids have been acceptedby the OWNER/EMPLOYER and to whom the orders have been placed by the

    OWNER/EMPLOYER and shall include their heirs, legal representatives,successors and permitted assigns.

    1.8 INSPECTOR shall mean the authorised representatives appointed by theOWNER/EMPLOYER or the ENGINEER/CONSULTANT for purposes of

    inspection of Materials/Equipment/Works.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    9/143

    9

    1.9 PROJECT shall mean the project specified in the Project Information Section-B of the Specification.

    1.10 SITE shall mean the actual place of the proposed Project as detailed in theSpecification or other place where work has to be executed under the Contract.

    1.11 MONTH shall mean the calendar month.

    1.12 SPECIFICATION shall mean collectively the complete tender documentincluding covering letter issued by the OWNER/CONSULTANT for inviting

    bids and such Amendments, Revisions, Deletions or Additions, as may be made

    subsequently in writing pertaining to the method and manner of performing the

    work or to the quantities and qualities of the materials to be furnished under this

    Contract. If any particular work or part or portion thereof is not covered by the

    Specification, the specification for such work shall mean the relevant Bureau

    of Indian Standards, Specification for, or relative to the particular work or part orportion thereof shall mean standard engineering practice approved in writing by

    the ENGINEER with or without modification.

    1.13 BID shall mean the proposal/document that the Bidder submits in the requestedand specified form in the Specification.

    1.14 Plant or Equipment and Work or Works shall mean respectively the goodsto be supplied and services to be provided by the

    VENDOR/CONTRACTOR/FABRICATOR under the Purchase Order or

    Contract.

    1.15 Contract or Purchase Order shall mean the order and associated specificationsexecuted by the OWNER/EMPLOYER and the VENDOR including other

    documents agreed between the parties or implied to form a part of the Contract.

    The 'contract' may be or may not be formal and registered.

    1.16 Contract Price shall mean the Total amount as calculated from quoted unitrates and estimated quantities (considering extent of variation) for various items

    of work as set out in the Schedule of Quantities attached to the Contract

    Agreement/Work Order.

    1.17 Effective Date of Contract shall mean the Calendar date on whichOWNER/EMPLOYER have issued to VENDOR the Letter of Intent or any

    other date agreed between the OWNER and the Bidder and specifically

    mentioned in the Letter of Intent/Work Order/Purchase Order/Contract.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    10/143

    10

    1.18 Contract Period shall mean the period during which the Contract shall beexecuted as agreed between VENDOR/CONTRACTOR/FABRICATOR and

    OWNER/EMPLOYER in the Contract and it starts with the Effective Date of

    Contract.

    1.19 Guarantee Period shall mean the period during which the Plant orEquipment shall give the same performance as guaranteed by the VENDOR in

    the Schedule of Guarantee as in the Specification.

    1.20 Approved and Approval where used in the Specification shall mean,respectively, approved by and approval of the OWNER/EMPLOYER or the

    ENGINEER/CONSULTANT.

    1.21 When the works Approved, Approval, Subject to Approval, Satisfactory,Equal to, Proper, Requested, As directed, Where Directed, When

    Directed, Determined By, Accepted, Permitted, or words and phrases oflike importance are used, the approval judgement, direction, etc. is understood to

    be a function of the OWNER/EMPLOYER or the ENGINEER/CONSULTANT.

    1.22 ENGINEERs instructions shall mean details, directions and explanations issuedby the ENGINEER/CONSULTANT or the OWNER/EMPLOYER in writing,

    and drawings(s) and/or oral instructions to be ratified in writing within 48 (forty

    eight) hours from time to time during the Contract Period.

    1.23 Writing shall include any manuscript, typewritten or printed statement under or

    over signature and/or seal as the case may be.

    1.24 Notice in writing or Written Notice shall mean a notice in written, typed orprinted characters sent (unless delivered personally or otherwise proved to have

    been received) by registered post to the last known private or business address or

    registered office of the addressee and shall be deemed to have been received

    when in the ordinary course of post it would have been delivered.

    1.25 CONTRACTORSs Works or MANUFACTURERs Works shall mean andinclude the land and other places which are used by the

    VENDOR/CONTRACTOR/FABRICATOR or SUB-VENDOR/SUB-

    CONTRACTOR/SUB-FABRICATOR for the manufacture of Equipment or

    performing the Works.

    1.26 Commercial Use shall mean that use of the Equipment or 'Work', which the'Contract' contemplates, or that for which the Contract contemplates or that for

    which Equipment or Work is commercially capable.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    11/143

    11

    1.27 Minor Modification, as applied to equipment erection contracts only, shallmean the modification work required to be done on the Equipment and

    Works which need a maximum of 48(forty eight) man-hours per item of work.

    In the case of civil contracts, it shall be Works which need a maximum of

    8(eight) man-hours per item of work.

    1.28 Major Modification as applied to equipment erection contracts only, shall meanthe modification work required to be done on the Equipment and Works

    needing more than 48(forty eight) man-hours per item of work, where such work

    is required to be done for no fault of the VENDOR/CONTRACTOR. In the case

    of civil contracts, it shall be Works needing more than 8(eight) man-hours per

    item of work.

    1.29 Words importing persons shall include Firms, Companies, Corporations andother Bodies, whether incorporated or not.

    1.30 DRAWINGS shall mean all:

    a) Drawings furnished by the OWNER/EMPLOYER or the

    ENGINEER/CONSULTANT as a basis for proposals.

    b) Supplementary drawings furnished by the OWNER/EMPLOYER or the

    ENGINEER/CONSULTANT to clarify and to define in greater detail the

    intent of the Contract.

    c) Drawings submitted by the VENDOR with his proposal provided such

    drawings are acceptable to the OWNER/EMPLOYER or the

    ENGINEER/CONSULTANT.d) Drawings furnished by the OWNER/EMPLOYER or the

    ENGINEER/CONSULTANT to the VENDOR during the progress of the

    work.

    e) Engineering data and drawings submitted by the VENDOR during the

    progress of the work provided such drawings are acceptable to the

    ENGINEER/CONSULTANT.

    1.31 Act of Insolvency shall mean any Act of Insolvency as defined by thePresidency Towns Insolvency act, or the Provisional Insolvency Act or any

    amending statute.

    1.32 There are certain synonyms being used by the CLIENT for identification ofdifferent buildings / units / divisions / operations. These synonyms shall have

    their related meanings as being practised or conventional in BRBNMPL.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    12/143

    12

    1.33 Wherever figures are given in this Contract under the word Elevation or anabbreviation of it, or where figures representing elevations are given, they shall

    mean the elevation relative to the arbitrary permanent bench mark fixed by the

    ENGINEER/OWNER, for the particular work, located as shown on site plan or a

    datum level established by ENGINEER/OWNER.

    2.0 SPECIFICATION DOCUMENT

    2.1 This Specification consists of six sections in one or more volumes as listedbelow and all of these are to be considered together for correct understanding

    and interpretation of the specification.

    2.2 SECTION-A2.2.1 Section-A covers the scope of the enquiry and description of the

    Specification document and the list of contents.

    2.3 SECTION-B2.3.1 Section -B furnishes relevant Project information for the reference and

    use of the Bidder.

    2.4 SECTION-C2.4.1 Section-C contains Schedule of Quantities, general notes and biddrawings.

    2.5 SECTION-D

    2.5.1 Section-D comprises of technical specifications for works. It may includeData sheet-A, which gives specific technical requirements.

    2.6 SECTION-E2.6.1 Section-E includes General Conditions of Contract, where applicable.

    2.7 SECTION-F

    2.7.1 Section-F consists of proforma for information required from Bidder.

    2.8 The Bidder shall be deemed to have carefully examined the Specification in itscomplete form and to have fully informed and satisfied himself as to the details,

    nature, character and quantities of the work to be carried out, site conditions and

    other pertinent matters and details.

    2.9 In case of conflict between any clauses of

    a) Section-E and Section-A3, the requirements of the latter shall always

    prevail.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    13/143

    13

    b) Section-D gives detailed technical specifications of items included in

    section-C (extension of section-D specifications). In case of contradiction

    between section-D & section-C, the description & specification of items

    given in section-C shall always prevail.

    2.10 It is the intent of the OWNER/EMPLOYER to incorporate these specificationdocuments in the final Contract or Purchase Order for the supply of material,

    equipment and services. The Bidders are required to review these documents and

    clearly state exceptions, if any. However no deviations will be allowed. The final

    Contract between the OWNER/EMPLOYER and the

    VENDOR/CONTRACTOR shall be subjected to such changes, if any, mutually

    agreed upon between the OWNER/EMPLOYER and the

    VENDOR/CONTRACTOR and included in the main text of the Contract or

    Purchase Order.

    2.11 If called for in the document, the Bidder shall furnish the data in Data Sheet-Band the Schedules in the standard proforma, included in this specification, if any,

    to facilitate correct evaluation of his Bid in a most expeditious manner. It is in

    the interest of the Bidder to submit the Bid in the above manner, failing which

    it is likely that his Bid may not be considered.

    2.12 If called for in the document, the VENDOR/CONTRACTOR shall furnish thedata in Data Sheet-C for ENGINEERs/CONSULTANTs approval.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    14/143

    14

    A3 General Instructions to Contractors and Special Conditions

    1. Sealed tenders in duplicate should be addressed to Managing Director, Bharatiya

    Reserve Bank Note Mudran Pvt.Ltd, Bangalore and superscribed Tender for the

    Geotechnical Investigations Work for the Bharatiya Reserve Bank Note Mudran

    Pvt.Ltd at Mysore and sent so as to reach him not later than 13.00 hrs on 31stDecember 2009. Bidders should clearly indicate on each copy of the tender under

    their full signature whether it is the original or duplicate copy.

    The submission of the tender shall be as under:

    a) Sealed envelope superscribed Envelope I and name of work consisting of

    demand draft for the tender cost of Rs 500/

    (Rs five hundred only) along with the documentary evidence of the stipulated

    eligibility criteria. ( incase of tenders being downloaded)

    b) sealed envelope superscribed Part I Technical bid and name of work

    consisting of the demand draft for Earnest Money Deposit as stipulated in clause

    6a and the entire tender form excepting the priced bill of quantities, duly filled inwith a covering letter

    c) Sealed envelope superscribed {Part II- Commercial Bid and name of work

    consisting of the priced bill of quantities

    2. No tender will be received after 13.00 hrs on 31st December 2009 under any

    circumstances whatsoever.

    3a The Part I of tenders(Technical Bid) will be opened at 15.00hrs on 31stDecember

    2009 at his office by Managing Director, Bharatiya Reserve Bank Note Mudran

    Pvt.Ltd, Bangalore or any other officer designated for this purpose by him in the

    presence of the Consultant and the Bidders or their representatives, should they

    choose to be present.3b Tenders shall remain open to acceptance by BRBNMPL for a period of three

    months from the date of opening the Part I of the tender which period may be

    extended by mutual agreement and the Bidder shall not cancel or withdraw the

    tender during this period.

    3c The Bidder must use only the forms issued by BRBNMPL to fill in the rates.

    4a The tender form must be filled in English and all entries must be made by hand and

    written in ink. If any of the documents is missing or unsigned, the tender may be

    considered invalid by BRBNMPL at its discretion.

    4b Rates should be quoted both in figures and words in columns specified. All erasures

    and alterations made while filling the tender must be attested by initials of the

    Bidder. Overwriting of figures is not permitted and failure to comply with either of

    these conditions will render the tender void at BRBNMPLs option. No advice of

    any change in rate or conditions after the opening of the tender will be entertained.

    4c Each of the tender documents should be signed by the person or persons submitting

    the tender in token of his/their acquainted himself/themselves with the General

    Conditions of Contract, Specifications, Special Conditions, etc. as laid down. Any

    tender with any of the documents not signed will be rejected.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    15/143

    15

    4d The tender submitted on behalf of a firm shall be signed by all the partners of the

    firm or by a partner who has the necessary authority on behalf of the firm to enter

    into the proposed contract. Otherwise the tender may be rejected by BRBNMPL.

    5. The BRBNMPL does not bind itself to accept, the lowest or any tender and reserve

    to itself the right to accept or reject any or all the tenders, either in whole or in part,

    without assigning any reasons for doing so.6a Intending Bidders shall pay as Earnest Money Deposit a sum of Rs. 9,000/- by a

    demand draft issued by a Scheduled Bank in favour of Bharatiya Reserve Bank

    Note Mudran Pvt.Ltd. One of these copies should be attached to the tender.

    Demand draft/ deposit at call receipt may be directly attached to the tender. A

    tender, which is not accompanied by such receipt of deposit, demand draft or

    deposit at call receipt as earnest money, will not be considered. The Earnest Money

    will be refunded to the Bidder if his tender is not accepted but without any interest.

    6b Under no circumstances Earnest Money Deposit will be accepted in the form of

    fixed deposit receipt of Bank or Insurance Guarantee or Cheque.

    7. The Earnest Money Deposit of Rs. 9,000/- paid by the successful Bidder when hesubmitted his tender shall be held by the BRBNMPL as security for the execution

    and due fulfilment of the contract. No interest shall be paid on the said deposit.

    8. On receipt of intimation from the OWNER of the acceptance of his/their tender, the

    successful Bidder shall be bound to implement the contract and within 14(fourteen)

    days thereof the successful Bidder shall sign an agreement in accordance with the

    draft agreement and the Schedule of Conditions but the written acceptance by the

    BRBNMPL of a tender will constitute a binding contract between the BRBNMPL

    and the person so tendering, whether such formal agreement is or is not

    subsequently executed.

    9a In addition to the Earnest Money Deposit under clause 7 and as further security forthe due fulfilment of the contract, by the Contractor 5% of the value of the work

    done will be deducted by the OWNER from each payment to be made to the

    Contractors towards Retention Money until the Retention Money and Earnest

    Money Deposit together amounts to 7%. This total amount will be termed as

    Security Deposit. On the Consultant issuing a certificate of the completion of the

    works, the contractor would be paid 50% of the security deposit and the remaining

    50% will be released by the OWNER after rectification of the defects pointed out

    during the Defects Liability Period. This amount retained by the OWNER shall not

    bear any interest.

    9b In case, if the Contractor so request, the later 50% of the Security Deposit will be

    held in the form of a Bank Guarantee of an approved Scheduled Bank in the

    proforma to be got approved by the OWNER until all the defects pointed out during

    the Defects Liability Period of 12 months are rectified to the satisfaction of the

    Consultant, the amount to be held by BRBNMPL by way of Bank Guarantee, will

    be released after the issue of Virtual Completion Certificate.

    9c All compensation or other sums of money payable by the Contractor to the

    OWNER under the terms of this Contract may be deducted from the security

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    16/143

    16

    deposit if the amount so permits and the Contractor shall, unless such deposit has

    become otherwise payable, within 10(ten) days after such deduction make good in

    cash the amount so deducted.

    10. The Contractor shall not sub-contract the work either in part or full. He shall not

    sublet any portion of the Contract except with the written consent of the OWNER.

    In case of breach of these conditions, the OWNER may cause the General Managerof BRBNMPL to serve a notice in writing on the Contractor rescinding the

    Contract whereupon the security deposit shall stand forfeited to the OWNER.

    11. The Contractor shall carry out all the work strictly in accordance with drawings,

    details and instructions of the Consultant and the Structural Consultant. If in the

    opinion of the Consultant or the Structural Consultant, any changes have to be

    made in the design, and with the prior approval in writing of the OWNER, they

    desire the Contractor to carry out the same, the Contractor shall carry out the same

    without any extra charge. The Consultants decision in such cases shall be final and

    shall not be open to arbitration.

    12. A Schedule of Probable Quantities in respect of each work and Specificationaccompany these Special Conditions. The Schedule of Probable Quantities is liable

    to alteration by omissions, deductions or additions at the discretion of the

    Consultant. Each Bid should contain not only the rates but also the value of each

    item of work entered in a separate column and all the items should be totalled in

    order to show the aggregate value of the entire tender.

    13. The Bidder must obtain for himself on his own responsibility and at his own

    expenses, all the information which may be necessary for the purpose of making a

    tender and for entering into a contract and must examine the drawings and must

    inspect the site of the work and acquaint himself with all local conditions, means of

    access to the work, nature of the work and all matters appertaining thereto.14. The rates quoted in the tender shall include all charges for clearing of site before

    commencement as well as after completion, water, electric consumption, meters,

    double scaffolding, centering, boxing, staging, planking, timbering and pumping

    out water including bailing, fencing, hoarding, plant and equipment, storage sheds,

    watching and lighting by night as well as day including Sundays and holidays,

    temporary plumbing and electric supply, protection of the public and safety of

    adjacent roads, streets, cellars, vaults, ovens, pavements, walls, houses, buildings

    and all other erections, matters or things and the Contractor shall take down and

    remove any or all such centering, scaffolding, staging, planking, timbering,

    structing, shoring etc. as occasion shall require or when ordered so to do and fully

    reinstate and make good all matters and thins disturbed during the execution of

    work and to the satisfaction of the Consultants. The rates quoted shall be deemed to

    be for the finished work to be measured at site. The rates shall also be firm and

    shall not be subject to exchange variations, labour conditions, fluctuations in

    railway freights or any conditions whatsoever. Bidders must include in their rates

    sales tax, excise duty, octroi, sales tax on works contract and any other tax and duty

    or other levy, levied by the Central Government or any State Government or local

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    17/143

    17

    authority, if applicable. No claim in respect of sale tax, excise duty, octroi and other

    tax, duty or levy whether existing or future shall be entertained by the OWNER.

    15. The Contractor should note that unless otherwise stated, the tender is strictly on

    item rates basis and his attention is drawn to the fact that rates for each and every

    item should be correct, workable and self supporting. The quantities in the

    Schedule of Quantities approximately indicate the total extent of work, but mayvary to any extent and may even be omitted thus altering the aggregate value of the

    Contract. However, during actual execution of work if the quantities of any of the

    items of work exceeds by more than 25% of the tender quantities, the quantities of

    such items executed, by the authority of the Consultants of the project and with the

    concurrence of the OWNER, in excess of 25% of the tender quantity shall be

    considered as an extra item of work for which the Contractors shall submit fresh

    rates supported by rate analysis worked on the actual cost basis plus 15% towards

    establishment charges, contractor's overhead and profit. If any of the items of work

    is omitted from the accepted tender at the sole discretion of the OWNER, the

    contractor shall not be entitled to any claim on this account.16. Time allowed for carrying out the work as mentioned in the Memorandum shall be

    strictly observed by the Contractor and it shall be reckoned from the 10th

    day after

    written order to commence the work, is issued.

    The work shall throughout the stipulated period of the contract be proceeded with

    all due diligence and if the Contractor fails to complete the work within the

    specified period, he shall be liable to pay compensation as defined in clause 26 of

    E1, General Conditions of Contract. The Bidder shall before commencing work

    prepare a detailed work programme which shall be approved by the Consultant and

    OWNER.

    17. Tenders will be considered only from recognized bonafide Contractors in tradeconcerned. Each Bidder shall submit with his tender a list of large works of a like

    nature he has executed, giving details, as to their magnitude and cost the proportion

    of work done by the Contractor in it and the time within which the works were

    completed.

    18. The Contractor shall not be entitled to any compensation for any loss suffered by

    him on account of delays in commencing or executing the work, whatever the cause

    of delays may be, including delays arising out of modifications to the work

    entrusted to him or in any sub-contract connected therewith or delays in awarding

    contracts for other trades of the project or in commencement or completion of such

    works or in procuring Government controlled or other building materials or in

    obtaining water and power connections for construction purposes or for any other

    reason whatsoever and the OWNER shall not be liable for any claim in respect

    thereof. The OWNER does not appear liability for any sum besides the tender

    amount, subject to such variations as are provided for herein.

    19. The successful Bidder is bound to carry out any items of work necessary for the

    completion of the job even though such items are not included in the quantities and

    rates. Schedule of instructions in respect of such additional items and their

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    18/143

    18

    quantities will be issued in writing by the Consultant with the prior consent in

    writing of the OWNER.

    20. The successful Bidder must co-operate with the other Contractors appointed by the

    OWNER so that the work shall proceed smoothly with the least possible delay and

    to the satisfaction of the Consultants.

    21. The Contractor must bear in mind that all the work shall be carried out strictly inaccordance with the Specifications made by the Consultants and also in compliance

    of the requirements of the local public authorities and the statutory authorities and

    no deviation on any account will be permitted.

    22. The Contractor shall strictly comply with the provision of safety code mentioned in

    Section E2

    23. IS Code numbers wherever mentioned in the tender shall be the latest version of IS

    codes as on the date of opening of tenders.

    24. The successful Bidder shall be required to submit the PERT/CPM chart for the

    various activities involved in this work including dependencies etc. and regularly

    monitor the progress of construction accordingly.25. The security deposit of the successful Bidder will be forfeited if he fails to comply

    with any of the conditions of the Contract.

    26. Contractor to inform himself fully

    The Contractor shall be deemed to have carefully examined the work and sited

    conditions including labour, the general and special conditions, the specifications,

    schedules and shall be deemed to have visited the site of work, to have fully

    informed himself regarding the local conditions and carried out his own

    investigations to arrive at the rates quoted in the tender. In this regard he will be

    given necessary information available with the department but without any

    guarantee about its accuracy.If the contractor shall have any doubt as to the meaning of any portion of the

    general conditions, or the special conditions or the scope of the work or the

    specifications and drawings or any other matter concerning the contract he shall in

    good time, before submitting his tender, put forth the particulars thereof and submit

    them to BRBNMPL, Bangalore in writing in order that such doubts may be

    clarified authoritatively in writing before tendering. Once a tender is submitted the

    matter will be decided according to tender conditions in the absence of such

    authentic pre-clarification.

    27. Errors, Omission and Descriptions

    27a In case of errors, omissions and/or disagreement between written and scaled

    dimensions on the drawings or between the drawings and specification etc. the

    following order of preferences shall apply.

    (i) Between actual scaled and written dimension (or description) on a drawing

    the later shall be adopted.

    (ii) Between the written or shown description or dimensions in the drawings and

    the corresponding one in the specification the later shall be taken as correct.

    (iii) Between the written description of the item in the specifications and the

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    19/143

    19

    detailed descriptions in the schedule of quantities of the same item, the later

    shall be adopted.

    27b In case of difference between the rates written in figures and words, the rate

    adopted for working out the total amount of item in the original tender form, shall

    be taken as correct. In all other cases the correct rate would be that which is lower.

    27c Between the duplicate/subsequent copies of the tender and original tender, theoriginal shall be taken as correct.

    27d In all cases of omissions and/or doubts or discrepancies in any item or specification

    a reference shall be made to the General Manager (Tech), Bharatiya Reserve Bank

    Note Mudran Pvt.Ltd whose elucidation, elaboration or decision shall be

    considered as authentic. The Contractor shall be held responsible for any errors that

    may occur in the work through lack of such reference and precaution.

    I/We hereby declare that I/we have read and understood the above instructions for

    guidance of Bidders.

    Witness Signature of Bidder

    Date

    Address

    Date

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    20/143

    20

    A4 SITE FACILITIES

    1.0 SITE FACILITIES

    1.1 This section details various Site facilities as may be required for execution of

    Work under this Contract, their availability and relevant terms and conditionswhere applicable.

    1.2 The following facilities will be provided by the OWNER free of cost in goodfaith at terms indicated hereunder. No claims, whatsoever, arising out of use,

    misuse or failure of these facilities will be entertained.

    (a) Construction Water

    Construction water will be provided by OWNER free of cost. Necessary

    storage tank, pumping and piping network if required shall be arranged byCONTRACTOR.

    (b) Construction Power

    Construction power will be provided by OWNER free of cost at one

    designated point. It will be CONTRACTORs responsibility to arrange

    for construction power and further distribution of construction power, as

    required. Installation of necessary switchgear and distribution systems

    for construction power in a safe manner in strict conformity with local

    rules and regulations and statutory obligations will be the responsibility ofthe CONTRACTOR.

    (c) Open Space

    Open space, free of charge, for the CONTRACTORs site office and

    storage space for keeping the CONTRACTORs own tools/tackles and

    other materials for performance of work under this contract. Whereas

    space will be provided by the OWNER free of cost, the construction of

    office, their safety and security including safety of materials supplied by

    the OWNER for erection purpose as well as subsequent removal of the

    same on completion of Work under this contract are the responsibility of

    the CONTRACTOR.

    1.3 Site shall be handed over to the OWNER in a clean and tidy conditions oncompletion of Work or as instructed by the OWNER /ENGINEER.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    21/143

    21

    1.4 The OWNER will not provide the following facilities and it is the responsibilityof the CONTRACTOR to make suitable arrangements for the same.

    (a) The CONTRACTOR shall provide his own portable compressors, pumps,temporary piping and accessories as required for cleaning, testing,

    flushing etc.(b) Accommodation may be provided to the personnel of Contractor by the

    owner, subject to availability ,on payment basis(market rent)

    (c) Workshop Facilities

    The CONTRACTOR shall arrange to set up his own workshop to carry

    out site work as may be required.

    (d) Canteen Facilities

    The CONTRACTOR shall arrange his own canteen facilities to cater to

    the requirements of his personnel.

    (e) Consumables

    All consumables and expendables required for work under this contract

    including necessary welding electrodes shall be arranged by the

    CONTRACTOR.

    (f) Lighting

    The CONTRACTOR will make his own arrangement for lighting for

    carrying out work at night as required. Only general lighting of the area

    as already available shall be maintained by the OWNER.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    22/143

    22

    A5 Form of Tender

    Place

    Date

    Shri _________________________________

    Managing Director,

    Bharatiya Reserve Bank Note Mudran Pvt.Ltd

    Dear Sir,

    Having examined the drawings, specifications, designs and schedule of quantities

    relating to the works specified in the memorandum hereinafter set out and having

    examined the site of the works specified in the said memorandum and having acquired

    the requisite information relating thereto as affecting the tender, I/W hereby offer to

    execute the works specified in the said memorandum within the time specified in the

    said memorandum at the rates mentioned in the attached schedule of quantities and in

    accordance in all respects with the specifications, designs, drawings and instructions in

    writing referred to in Conditions of Tender, the Articles of Agreement, Special

    Conditions, Schedule of Quantities and General Conditions of Contract and with such

    materials as are provided for, by and in all other respects in accordance with such

    conditions so far as they may be applicable.

    Memorandum

    (a) Description of work Geotechnical Investigation work

    (b) Estimated cost (Rs.) 4,50,000/

    (c) Earnest Money (Rs.) 9,000

    (d) Percentage, if any, to be

    deducted from bill5%

    (e) Time allowed for completion of

    the works from tenth day after

    the date of written order to

    commence work

    45(forty five) days

    2. Should this tender be accepted, I/We hereby agree to abide by and fulfil the termsand provisions of the said Conditions of Contract, annexed hereto so far as they may

    be applicable or in default thereof to forfeit and pay to the BRBNMPL the amount

    mentioned in the said conditions.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    23/143

    23

    3. I/We have deposited a sum of Rs. __________________ as Earnest Money with theBRBNMPL, which amount is not to bear any interest. Should I/We fail to execute

    the contract when called upon to do so, I/We do hereby agree that this sum shall be

    forfeited by me/us to the BRNBNMPL.

    4. The lists showing the particulars of large works carried out and the names of

    manufacturers of specialized items as required are enclosed.5. Our bankers are (full address)

    (i)

    (ii)

    The names of partners of our firm are:

    (i)

    (ii)

    Name of the partner of the firm

    authorized to sign

    OR

    Name of person having power of

    Attorney to sign the Contract (certified

    true copy of the Power of Attorney

    should be attached)

    Yours faithfully,

    Signature of Contractor

    Signatures and addresses of witnesses

    Signature Address

    (i)

    (ii)

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    24/143

    24

    SECTION B

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    25/143

    25

    B1 - PROJECT INFORMATION GENERAL

    1. Owner Bharatiya Reserve Bank Note Mudran Pvt. Ltd,Mysore

    2. Engineer / Consultant TCE Consulting Engineers Limited , II Floor,Raj Plaza, Lal Bahadur Shastri Marg, Vikhroli,

    Mumbai 400 083,India.

    3. Project Title Bank Note Paper Mill GeotechnicalInvestigations Work

    4. Plant Location Mysore, Karnataka

    5. Altitude 770 meters above MSL

    6. Transport

    i. Nearest railway station Mysore

    ii. Road Site is near NH 212

    iii. Nearest Airport Bangalore

    iv. Nearest Seaport Kozhikode(Calicut) 130kms

    7. Relative humidity

    i. Maximum 70 %

    ii. Minimum 30 %

    8. Rainfall

    i. Annual total 789 mm

    ii. Period of rainfall From July to Sep

    9. Wind data

    i. Wind speed 33 m/s as per IS 875 _Part 3:1987

    ii. Wind direction Predominantly from West

    10. Seismic data

    i. Zone Zone II as per IS 1893_Part1 2000

    ii. Co-efficient Zone factor 0.10 as per IS 1893_Part1 -200011. Latitude & Longitude 12

    01826N Latitude and 76

    03859E Longitude

    12. Tropicalisation To be provided (Special protection insulation tobe tropicalised)

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    26/143

    26

    SECTION C

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    27/143

    27

    C1 - SCHEDULE OF QUANTITIES GENERAL NOTES

    1.0 The Schedule of Quantities shall be read in conjunction with the specifications,bid drawings and bid documents. Contractor shall not rely merely on the

    description given in the Schedule of Quantities.

    2.0 Quantities of work, indicated in these Schedules, are only approximate. Noclaim will be entertained by OWNER / ENGINEER if the actual quantities of

    any items of work differ from those indicated in the Schedule. The OWNER /

    ENGINEER reserves the right to modify any aspect of the scope of Geotechnical

    Investigations in each area at any time during the course of the work. Such

    modifications can include but will not be limited to the number of boreholes,

    their locations, depths, the number and types of in situ and laboratory tests etc.

    3.0 Quoted Prices shall be in Indian Rupees only.

    4.0 Bids shall remain valid for acceptance for Ninety (90) days from the due date ofreceipt of Bids and during this period, no BIDDER shall be allowed to withdraw

    his Bid.

    5.0 Lump Sum and Unit Prices shall be submitted for all Items and they shall be firmfor the entire duration of the contract and any agreed extensions thereto. No

    escalation formulae for rates and prices will be acceptable.

    6.0 Rates shall cover all kinds of direct and indirect costs borne by theCONTRACTOR. The Rates quoted shall include the supply of all necessary

    documents, interim borelogs during the fieldwork, interim field data, progress

    reports, drawings etc., all as per the Specification requirements. The Rates shall

    also be inclusive of the cost of transportation, boarding and lodging of all

    personnel, stationery, wages of temporary and permanent personnel, allmaterials, plant, equipment, tools, transport, taxes, royalties, octroi and any local

    taxes or levies payable on all transaction, insurance, profits, margins and

    everything necessary for due performance of work under this Contract etc.

    complete.

    7.0 Nothing extra will be paid for any loss / damage of individual items ofequipment during the course of the Work, however caused.

    8.0 The quotation submitted by Bidder shall be based on the approximate probablequantities of the several items of work which are furnished for Bidder's

    convenience in the Schedule of Quantities. It must be clearly understood that theContract is not a lump sum contract and that neither the approximate probable

    quantities nor the values of the individual items nor the aggregate value of the

    entire Bid shall form part of the contract and the Owner does not in any way

    assure Bidder or guarantee that work would correspond thereto.

    9.0 The OWNER reserves the right to split the Contract. However, the rates andprices shall remain valid.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    28/143

    28

    10.0 The quantities of work actually carried out (as evaluated from drawings and/orfield measurements) against each item shall be measured and paid at the

    rates/prices finally agreed in the Schedule of Quantities where applicable or

    otherwise at such rates and prices as may be fixed within the terms of the

    Contract.

    11.0 All rates and prices quoted shall remain firm for a variation of plus (+) or minus(-) 50% of the Total Contract Value.

    12.0 Bidder shall be deemed to have allowed in his rates and prices for the provision,maintenance and final removal of all temporary works of whatsoever nature

    required for the proper execution of the works, except for those temporary works

    for which specific items have been provided in Schedule of Quantities. The

    prices inserted against these specific items of particular temporary works shall be

    deemed to have allowed for the provision, maintenance and final removal of

    those primary works. No further specific items of particular temporary works

    shall be measured and paid for separately.13.0 Rates and amounts shall be written in ink and shall be entered in both figures and

    words. In case of any discrepancy, the rate entered in words shall be considered

    as correct. All erasures and corrections shall be initialled by the BIDDER. Non-

    compliance of these conditions will render the Bid invalid.

    14.0 For the purpose of payment, rock immediately underlying soil overburden andoverlying hard rock and with rock quality designation (RQD) of 10 % and less

    will be considered as "weathered rock" or "soft rock" and will be paid as per

    Item No. 3 of Part I of the Schedule of Quantities.

    If the RQD is greater than 10%, it will be treated as Hard Rock and will be paidas per Item No. 8 of Part - I of Schedule of Quantities as applicable.

    The soft or weathered rock underlying Hard rock and with thickness less than

    0.5m, will be considered as Hard rock for payment purpose and will be paid as

    per Item No. 4 of Part I of the Schedule of Quantities. The soft or weathered

    rock underlying Hard rock and with thickness greater than 0.5m, will be

    considered as soft/ weathered rock only and shall be paid as Item No. 3 of Part I

    of the Schedule of Quantities.

    15.0 Unit rates and prices as applicable shall be submitted for all the items listed inthe Schedule of Quantities. If unit rates and / or prices are not quoted against

    any of the items, it shall be deemed to have been covered in the rates and pricesquoted elsewhere

    16.0 The BIDDER is directed to observe from the attached Specifications, the entirework that is required for each item in Schedule of Quantities. All works shall be

    carried out as per the Specifications attached herewith. The BIDDER is also

    advised to inspect the various locations of boreholes, test locations etc. and the

    access thereof before quoting for the work.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    29/143

    29

    17.0 Rates for collection of soil, rock cores and water samples shall include relevantcost of packing and transporting to testing laboratory as directed by ENGINEER.

    18.0 For laboratory tests where samples may be required to be recompacted tospecified density prior to testing, rates for those items shall also cater to

    recompaction.

    19.0 No additional compensation is payable by OWNER for any expenses incurred byCONTRACTOR for travel etc. or for meetings / discussions with OWNER /

    ENGINEER.

    20.0 Abbreviations used are as under :

    No. Number

    Cu.m. cubic metre

    Rm Running metre

    T/m2 tonnes per square metre

    Kg/cm2

    Kilo-grams per square centimetre

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    30/143

    30

    C2- LIST OF BID DRAWINGS

    1.0 Bidder shall note that bid drawings are meant to be indicative of the type and

    nature of work involved. Work shall however be done as per final construction

    drawings which shall be issued later during progress of the work. The difference

    in bid drawing and final construction drawing shall not entitle contractor for anyextra claims/compensation nor extension of the time of completion. Bidder shall

    read the drawing in conjunction with other sections of the specification.

    LIST OF BID PURPOSE DRAWINGS

    Sr

    No.DRAWING NO. ISSUE DRAWING TITLE

    1 TCE-5783A-100-SK-5001 P0

    LAYOUT OF TEST LOCATIONS FOR

    GEOTECHNICAL INVESTIGATIONWORKS.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    31/143

    31

    SECTION D

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    32/143

    32

    D1 - SPECIFIC TECHNICAL REQUIREMENTS DATA SHEET - A

    1. SCOPE OF FIELD WORK

    1.1 Soil Investigation work is required to be carried out over proposed Bank

    Note Paper Mill at Mysore.

    1.2 Total Eleven (11) boreholes are proposed at site. The boreholes are required

    to be taken within 3m in rock whose RQD exceeds 25% or 10m total depth,

    whichever is less. Other than this Two (2) trial pits, Two (2) plate bearing

    tests, one (1) cyclic plate load tests, four(4) permeability tests and one(1)

    block vibration test are proposed at site. Locations of these borehole tests and

    trial pits are indicated on Drawing No. TCE-5783A-100-SK-5001.

    1.3 All work shall be done as per the enclosed Schedule of Quantities in Sections

    C2 to C4, Standard Specifications TCE-5783A-F-SI-401-D2 "Geotechnical

    Investigations and Report - Abridged", Section D; and Specific Technical

    Requirements Data Sheet-A, Section D. In case of conflict between the

    requirements in standard specifications and requirements indicated in the

    Specific Technical Requirements / Schedule of Quantities, those in the latter

    shall prevail.

    2. POSTING OF EXPERIENCED ENGINEER AND SPECIALIST

    The CONTRACTOR shall station an experienced Geotechnical Engineer/

    Engineering Geologist at site throughout the duration of the work. This engineer

    shall be in charge of the entire field and laboratory work and shall be responsible

    to the OWNER / ENGINEER about all day-to-day matters of the investigation

    work. The BIDDER shall submit a bio-data of this engineer along with an

    undertaking that the entire work will be in direct charge only of this approvedengineer.

    3. BOREHOLES

    3.1 Bentonite or any drilling mud shall not be used in any of the boreholes during

    drilling work.

    3.2 All rock drilling shall be done using double tube core barrel and diamond

    drill bits of Nx size only. Drilling into hard rock (RQD greater than 25%)

    shall be a minimum of 3m unless indicated otherwise by the ENGINEER.

    Cores are required to be collected and systematically stored in core boxes, all

    as per the Standard Specification.

    3.3 During drilling operations, the GEOTECHNICAL ENGINEER should

    particularly study clay seems inside the rock and shall report properly.

    3.4 Sampling in Soil

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    33/143

    33

    3.4.1 Wherever possible, in each borehole and in soil overburden, Standard

    Penetration Tests (SPT) shall be done alternately with sample

    collection, generally at regular intervals of 1.0m to 1.5m. Minimum

    two undisturbed soil samples (UDS) shall be collected in marine clay

    stratum in each bore hole. Testing in each borehole shall commence

    with a SPT at a depth of 0.5m to 0.8m below the ground level.3.4.2 If UDS cannot be collected, UDS shall be replaced by SPT.

    3.4.3 Collection of UDS shall not be attempted if the UDS sampler is

    required to be hammered to collect the soil sample without a jarring

    link. Any attempts made thus will not be paid for.

    3.4.4 In soft cohesive soil, Vane Shear Tests (VST) shall be conducted as

    per specification. These tests shall be conducted just prior to

    collection of undisturbed samples.

    3.4.5 At least one SPT soil sample from each borehole and more if directed

    by the ENGINEER shall be completely coated with paraffin wax andthereafter packed, labeled and stored. These samples shall be used to

    determine moisture content and to carry out chemical analyses as

    indicated herein under. Part of the sample collected from the same

    SPT shall also be preserved as per the Standard Specification to

    conduct sieve and hydrometer / pipette (mechanical) analysis and

    consistency limits tests.

    3.4.6 SPT in soil shall be stopped when the blow count is greater than 100,

    unless directed otherwise by the ENGINEER. The records shall give

    the amount of penetration along with the corresponding number of

    blows. If the total penetration is more than the seating penetration of15 cm, then the break-up of blow count for 15 cm seating penetration

    and for the remaining portion of penetration shall also be given.

    Damaged SPT shoe shall be replaced.

    3.5 SPT in Rock

    3.5.1 SPT shall also be conducted in very weak to strong rock. The total number

    of blows shall be 100. The number of blows for the SPT shall be recorded in

    the details as outlined in Clauses 6.6.1.4 and 6.6.1.5 of the Standard

    Specifications TCE-5783A-F-SI-401-D2 "Geotechnical Investigations and

    Report -Abridged". Irrespective of the condition of the SPT shoe, the shoe

    shall be replaced after every such test.

    3.6 Ground Water Level and Water Sampling

    3.6.1 The level at which ground water is struck and the standing water level

    shall be carefully noted for each borehole. The water level shall be

    recorded every day in each borehole just prior to start of work for the

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    34/143

    34

    day. The CONTRACTOR shall ensure to note only the stabilised ground

    water level.

    3.6.2 Any sudden rise or fall of ground water level in boreholes while penetrating

    through various strata shall be recorded.

    3.6.3 One ground water sample shall be collected from each borehole for chemical

    analysis prior to addition of external water as per the procedures indicated in

    the Standard Specifications TCE-5783A-F-SI-401-D2 "Geotechnical

    Investigations and Report -Abridged".

    3.6.4 Water samples shall be stored in airtight and clean containers and shall be

    tested for pH and sulphate and chloride contents.

    3.7 Backfilling of Boreholes

    3.7.1 Boreholes shall be backfilled using (1:1) Cement: Bentonite or mud grout as

    specified. However, prior approval shall be obtained for such backfilling.

    4. TRIAL PITS

    4.1 Trial pits shall be excavated as shown on drawing for visual examination of

    sub-surface strata and for use as test pits for conducting plate load test. Size

    of pit shall be at least 2mX2m at base and excavation shall be done such that

    side slopes are safe.

    4.2 As the excavation proceeds, the CONTRACTOR shall generously conduct

    pocket penetrometer tests in cohesive strata, covering the entire depth of pit.

    These test values shall be recorded.

    4.3 All four walls of the pit shall be logged in detail. Level of each strata

    interface shall be recorded at each pit corner. Any non uniform interfacechange along the wall shall be noted. Each wall shall be identified with

    respect to compass direction of the wall face.

    4.4 On conducting all the required tests within the test pits and after making and

    noting all the required observations the pit shall be backfilled using the

    excavated material. Backfilling shall be done in layers not exceeding 200mm.

    5. Plate bearing test

    5.1 Plate bearing test shall be conducted in test pits at location designated. These

    tests shall be conducted as per requirements indicated in the standard

    specification and IS: 1888, Method of Load Test on Soils. The test plate

    shall be square of size not less than 600X600mm. Size of the pit shall be at

    least 5 times the plate size. The pit shall be logged as it is excavated and

    freshly cut surface shall be examined.

    5.2 Initially the pit shall be excavated to a depth of about 300mm above proposed

    depth of testing. Depth of testing will be decided by the ENGINEER on

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    35/143

    35

    reviewing bore hole and trial pit data. The final 300mm shall be excavated

    only after all kentledge has been placed in position and the CONTRACTOR

    is about to set up the plate and jack assembly. Bottom of the pit shall be

    adequately protected with tarpaulin.

    5.3 Final load intensity for the test shall be 100T/m2unless shear failure occurs

    before this load is reached. The test shall be discontinued if the average total

    settlement of the plate is greater than 40mm, only if specifically indicated by

    the ENGINEER.

    5.4 The pit shall be logged in same manner as indicated in clause 4.

    6. FIELD TEST DATA

    During the progress of fieldwork, the CONTRACTOR shall continuously

    furnish the ENGINEER with complete details of results of field tests as soon as

    the tests are completed, all as indicated in the Standard Specifications. TheCONTRACTOR shall also keep in continuous communication with the

    ENGINEER regarding further field investigation, particularly if modifications in

    the earlier test programme become necessary on the basis of the test results.

    7. LABORATORY TESTS

    7.1 Laboratory Testing Programme

    7.1.1 On the availability of field test data, the ENGINEER will submit to the

    CONTRACTOR the schedule of laboratory testing indicating therein

    the types of tests to be conducted on different samples.7.1.2 Laboratory tests to be conducted will be from among those listed in Part

    II of the Schedule of Quantities.

    7.2 Chemical Analysis of Soil Samples

    7.2.1 One soil sample from each borehole shall be tested for chemical

    analysis. The sample shall be a part selected from an undisturbed soil

    sample (tube or box) or from an SPT sample coated with paraffin wax.

    SPT soil samples ordinarily preserved in polythene bags and sealed

    shall not be used for this purpose.

    7.2.2 Chemical tests that are to be conducted on soil samples shall be the pH

    value and contents of sulphates and chlorides. If total sulphate content

    as SO3 is greater than 0.25%, chemical analysis shall be done on 2:1

    water: soil extract, only for sulphate content.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    36/143

    36

    7.3 Chemical Analysis of Water

    7.3.1 Chemical analysis on water samples collected from various sources,

    including boreholes shall include determination of pH value and

    contents of sulphates as SO3 and chlorides.

    7.4 Tests on Wax Coated Soil Samples

    7.4.1 Besides conducting chemical analyses on wax-coated SPT soil samples,

    moisture content of these samples shall also be determined. On samples

    from the same SPT tube but not coated with wax, sieve analysis and

    where applicable, hydrometer / pipette analyses and consistency limit

    tests shall also be carried out.

    7.5 Classification of Soil

    7.5.1 The CONTRACTOR shall ensure that soil samples from all the soil

    strata revealed during the geotechnical investigations are adequately

    tested for mechanical analyses and consistency limits so as to helpenable classifying each and every stratum as per IS: 1498.

    7.6 Other Tests on Soils

    7.6.1 All other laboratory tests shall be carried out as per the laboratory test

    schedule from the ENGINEER prepared by him on the basis of the field

    reports and test data submitted to him by the CONTRACTOR.

    7.7 Tests on Rock Cores

    7.7.1 Laboratory tests shall be conducted on rock cores selected by the

    ENGINEER.

    7.7.2 The CONTRACTOR shall exercise all care while testing the cores for

    deformation modulus (modulus of elasticity) and Poisson's ratio. The

    CONTRACTOR shall be aware that the slightest error in deformation

    readings can give misleading results. For measurements of

    circumferential and axial deformations, only calibrated electrical

    resistance gauges, compressometers or calibrated optical devices shall

    be used.

    8. THE REPORT

    The CONTRACTOR is required to submit a draft of the complete Report for

    comments and approval. On written approval of the corrected draft report, theCONTRACTOR shall submit Two (2) copies of the final Report along with a

    soft copy of the same on a Compact disk (CD). All these shall be as outlined in

    the Standard Specifications TCE-5783A-F-SI-401-D2 "Geotechnical

    Investigations and Report -Abridged".

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    37/143

    37

    9. TIME SCHEDULE OF WORK

    The time schedule of the work shall be as follows;

    Beginning Day Activity End day

    Award of the Contract 0

    0 Mobilisation of the equipment and

    personnel on the site.1

    4

    4 Geotechnical Investigation

    including performance of 50% of

    the laboratory tests and

    preparation of the preliminary in-

    situ Report.

    20

    20 Demobilisation of the equipment

    and personnel from the area

    21

    21 Remaining Laboratory tests2 36

    36 Draft Geotechnical Report 43

    4 calendar days

    after receipt of

    ENGINEER's

    comments on

    Draft Report

    Final Geotechnical Report 2 calendar days

    after receipt of

    ENGINEER's

    comments on

    Draft Report

    NOTE:

    1. Time allocated for mobilisation is contractual.

    2. Time allocated for work on the site, laboratory tests and reports arecontractual.

    10. GENERAL

    10.1 The CONTRACTOR shall submit to ENGINEER one sign copy of the daily

    field and laboratory work record. The CONTRACTOR shall progressively

    submit field interpretations of borelogs on completion of each borehole.

    These logs shall include test results of all the field tests conducted therein.On the basis of the above field data supplied by the CONTRACTOR, the

    ENGINEER will draw up a programme for laboratory testing on selected soil

    samples.

    10.2 The CONTRACTOR shall draw the attention of the ENGINEER, if in the

    opinion of the CONTRACTOR, any unique or peculiar feature is observed

    during the course of the investigation.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    38/143

    38

    10.3 Modification in requirements may be made during the course of the

    investigations after review of field observations and test results or if there are

    any changes in requirements.

    10.4 The CONTRACTOR shall obtain written prior approval from ENGINEER

    before demobilisation from site.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    39/143

    39

    GEOTECHNICAL INVESTIGATIONS AND

    REPORT (ABRIDGED)

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    40/143

    40

    REVISION STATUS SHEET

    REV NO DESCRIPTION DATE

    R0 Geotechnical Investigations and

    Report (Abridged)

    13/11/2009

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    41/143

    41

    CONTENTS

    CLAUSE TITLE PAGE

    1 SCOPE 1

    2 CODES AND STANDARDS 1

    3 PURPOSE 3

    4 CALIBRATION OF EQUIPMENT 4

    5 PERSONNEL FOR GEOTECHNICAL

    INVESTIGATION AND REPORT

    4

    6 FIELD WORK 5

    7 LABORATORY TESTS 23

    8 REPORT 24

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    42/143

    42

    1. SCOPE

    1.1 This specification covers the work required for Geotechnical Investigation

    and preparation of a detailed report. The work shall include mobilisation of

    necessary equipment, providing necessary engineering supervisors and

    technical personnel, skilled and unskilled labour and such other services as

    required, to carry out field investigations and tests, laboratory tests and

    analysis and interpretation of data and results, preparation of a detailed

    geotechnical report including recommendations and providing technical

    services as and when called for by the ENGINEER. Deviations from this

    scope, if any, are indicated in Data Sheet-A Specific Technical and Other

    Requirements".

    2. CODES AND STANDARDS

    2.1 All work shall be carried out strictly in accordance with the Technical

    Specifications, unless otherwise approved by the ENGINEER in writing.

    Where not specified, the latest edition of the applicable code of practice orprocedure as laid down by the Bureau of Indian Standards (BIS) shall be

    followed unless indicated otherwise in Data Sheet-A. The Earth Manual of

    the United States Bureau of Reclamation shall also be referred to in the

    absence of relevant information, procedures and guidelines by BIS. Only

    the SI system shall be observed. Metric system may be used only if

    approved by the ENGINEER. Some of the relevant standards issued by

    BIS are listed below. In case of any discrepancy between these

    specifications and BIS, these specifications shall govern.

    IS : 1080-1995 - Code of Practice for Design and Construction ofSimple Spread Foundations

    IS : 1498-1970 - Classification and Identification of Soil for General

    Engineering Purpose

    IS : 1888-1982 - Method of Load Tests on Soils

    IS : 1892-1979 - Code of Practice for Site Investigation for

    Foundations

    IS: 1904-1986 - Code of Practice for Structural Safety of Buildings :

    Foundations

    IS : 2911-1979 - (Part I to Part IV and all Sections) - Code of Practice

    for Design and Construction of Piles

    IS : 2131-1981 - Method of Standard Penetration Test for Soils

    IS : 2132-1986 - Code of Practice for Thin Walled Tube Sampling of

    Soils

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    43/143

    43

    IS : 2470-1985 - Code of Practice for Installation of Septic Tanks:

    Part 2 - Secondary Treatment and Disposal of Septic

    Tank Effluent

    IS : 2720-1983 - (Part I to Part XXXVIII) - Method of Test for Soils

    IS : 2809-1972 - Glossary of Terms and Symbols Relating to SoilEngineering

    IS : 2810-1979 - Glossary of Terms and Symbols Relating to Soil

    Dynamics

    IS : 2950-1981 - Code of Practice for Design and Construction of Raft

    Foundations

    IS : 2974-1982 - (Part I to Part V) - Code of Practice for Design and

    Construction of Machine Foundations

    IS : 4078-1980 - Code of Practice for Indexing and Storage of Drill

    CoresIS : 4091-1979 - Codes of Practice for Design and Construction of

    Foundations for Transmission Line Towers and

    Poles

    IS : 4332-1969 - (Part I to Part X) - Methods of Test for Stabilized

    Soils

    IS : 4434-1978 - Code of Practice for In-Situ Vane Shear Test for

    Soils

    IS : 4464-1985 - Code of Practice for Presentation of Drilling

    information and Core Description in FoundationInvestigation

    IS : 4968-1979 - (Part I to Part III) - Method of Sub-surface

    Sounding.

    IS : 5249-1992 - Method of Test for Determination of In-situ

    Dynamic Properties of Soils

    IS : 5529-1985 - (Part I and Part II) - Code of Practice for In-situ

    Permeability.

    IS : 6403-1981 - Code of Practice for Determination of Allowable

    Bearing Pressure on Shallow Foundations

    IS : 8009- - (Part I-1976 Part II-1980) - Code of Practice for

    Calculation of Settlements of Foundations

    IS : 9214-1979 - Method of Determination of Modulus of Subgrade

    Reaction (K value) of Soils in Field

    IS : 9221-1979 - Method for Determination of Modulus of Elasticity

    and Poisson's Ratio of Rocks Materials in Uniaxial

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    44/143

    44

    Compression

    IS : 10042-

    1981

    - Code of Practice for Site Investigations for

    Foundation in Gravel-Boulder Deposit

    IS : 10108-

    1982

    - Code of Practice for Sampling of Soils by Thin Wall

    Sampler with Stationary PistonIS : 11550-

    1985

    - Code of Practice for Field Instrumentation of

    Swelling Pressure in Expansive Soil

    3. PURPOSE

    3.1 The purpose, in brief, of the proposed Geotechnical Investigations is:

    3.1.1 To determine type of substrata and their characteristics upto thespecified depths.

    3.1.2 To assess the general suitability of the site for the proposed works.

    3.1.3 To enable an adequate and economic design to be prepared,including the design of temporary works.

    3.1.4 To plan the best method of construction; to foresee and provideagainst difficulties and delays that may arise during construction due

    to ground and other local conditions.

    3.1.5 To determine the changes that may arise in the ground andenvironmental conditions, either naturally or as a result of the

    proposed works, and the effect of such changes on adjacent works

    and on the environment in general.

    3.1.6 Where alternative sites exist or are studied to advice on the relativesuitability of different sites, or different parts of the same site.

    3.1.7 To explore sources of indigenous materials for use in construction.

    3.1.8 For any specific purpose that may be indicated in Data Sheet-A.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    45/143

    45

    3.2 All the tests that are considered necessary for this purpose, in the opinion of

    the ENGINEER, shall be conducted. Any additional tests/ works change in

    the number and type of specified tests, revision in the diameter and/or depth

    of boreholes, samples to be collected, etc. shall be carried out as directed by

    the ENGINEER.

    4. CALIBRATION OF EQUIPMENT

    4.1 The CONTRACTOR shall ensure that all the equipment/ instruments are

    properly calibrated at the start of the work to reflect factual values. If

    demanded by the ENGINEER, the CONTRACTOR shall have the

    instruments tested at an approved laboratory at his cost and the test reports

    shall be submitted at the earliest to ENGINEER. If the ENGINEER desires

    to witness such tests, the CONTRACTOR shall arrange for the same.

    5. PERSONNEL FOR GEOTECHNICAL INVESTIGATION AND REPORT

    5.1 It is essential that personnel involved in the work of GeotechnicalInvestigation and Report should have appropriate specialised knowledge and

    experience.

    5.2 Field work shall be supervised on full time basis by a suitably qualified and

    experienced Civil/ Geotechnical Engineer and/ or Engineering Geologist.

    5.3 All field works shall further be supervised and executed by suitably trained

    foremen and personnel.

    5.4 The laboratory work shall be under the direct control of suitably qualified

    and experienced Engineer/ Supervisor. Laboratory technicians should have

    received training and have skill and experience in the type of tests they arecarrying out.

    5.5 The report shall be prepared by a suitably qualified and experienced

    Geotechnical Engineer.

    5.6 The Bidder shall submit with his bid the list of personnel, with relevant

    details about their qualifications and experiences, who will be involved in

    this work if the work is awarded to them.

    6. FIELD WORK

    6.1 General

    6.1.1 The CONTRACTOR shall have on site all required survey instruments to

    carry out the work accurately according to specifications and drawings.

    All the specified locations for boreholes and field tests shall be set out at

    site by the CONTRACTOR from two established reference grid lines

    which will be shown to him by the ENGINEER, or as indicated in the

    drawing. If required, the CONTRACTOR shall set out the base lines and

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    46/143

    46

    the locations of boreholes and field tests with reference to the property

    line as indicated by the ENGINEER or as indicated on the drawing. At

    each location of boreholes, plate load tests and other field tests, the

    CONTRACTOR shall establish the ground prior to commencing of the

    operations. The ground level shall be related to an established bench

    mark or to a GTS bench mark or as directed by the ENGINEER orindicated on the drawing.

    6.1.2 If the area, where the field tests are located, is likely to be inundated by

    tidal waters, the field work shall include provision for temporary fill,

    erection and removal of platforms, making good the ground, access, etc.,

    as necessary for carrying out the work in this area. Payment, if any, for

    any such works will be as per rate quoted in the Schedule of Quantities.

    If there is no special item provided for this in the Schedule of Quantities,

    it is expected that the cost of the same has been catered for in rates for

    other items and no extra claims will be entertained on this account.

    6.1.3 The CONTRACTOR shall submit with his bid the list of equipment/apparatus he would mobilise to site, if work is awarded to him. If

    necessary, to complete the work within the stipulated time, the

    CONTRACTOR shall mobilise additional equipment without additional

    cost to the OWNER unless specifically agreed earlier.

    6.2 Boring

    6.2.1 Boring in Soil

    6.2.1.1 Method of Boring

    Boring in soil strata shall be carried out by shell and auger, or percussiontools or by method approved by the ENGINEER. In any case the method for

    boring used shall be such as to bring to the notice of the field operator, any

    change in stratum, within the accuracy of 100mm. Also rigs shall be capable

    of boring to required depth. The Bidder shall indicate with his bid the

    method of boring to be adopted by him, if the work is awarded to him.

    Casing and/or Bentonite/ mud slurry may be used to avoid caving. However,

    for those boreholes where water samples are to be collected for chemical

    analysis or field permeability tests are to be conducted, bentonite/ mud slurry

    shall not be used or shall be restricted as directed by the ENGINEER.

    In boring particularly through cohesion less and dry soft to medium stiff claystrata, the CONTRACTOR shall take every precaution to avoid unnecessary

    disturbance to the soil including ensuring that:

    i) the net hydraulic head at the bottom of borehole is zero or slightly onpositive side within the borehole;

    ii) Close-fitting tools such as bailer shall be withdrawn slowly to avoidsuction pressure.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    47/143

    47

    6.2.1.2 Diameter of Boreholes

    The diameter of the boreholes shall be such as to permit collection of

    undisturbed samples of 90 to 100mm diameter. However, the diameter shall

    not exceed 150mm unless approved by the ENGINEER during the award of

    the work.

    6.2.1.3 Casing in Boreholes

    Where a borehole is being cased, the bottom of the casing shall always be

    maintained within 150mm of the bottom of the borehole, till a stratum is

    reached where a casing is not required. However, the casing shall never be in

    advance of the bottom of the borehole during undisturbed sampling, standard

    penetration tests, and other in-situ test.

    6.2.1.4 Obstructions While Boring

    If any obstruction to normal boring is encountered in any borehole, thisobstruction shall be overcome by drilling and/or by chiselling. Chiselling

    will normally be paid at the contract rate for boring in soil at appropriate

    depths, unless a separate rate has been provided for in the Contract.

    6.2.2 Drilling in Rock

    6.2.2.1 In rock strata, boring shall be done by using a rotary cutting tool tippedwith diamonds and equipped to recover cores. The use of Tungsten Carbide

    (TC) bits shall be permitted only if so indicated in Data Sheet-A.

    6.2.2.2 Drillhole size shall generally be Nx. However in some cases other size

    holes may be specified. Such requirements, if any will be indicated in DataSheet-A.

    6.2.2.3 Core barrels shall normally be double-tube ball-bearing, swivel type,

    with the core lifter located in the lower end of the inner barrel. The Bidder who

    wishes to use such core barrels shall indicate the same with this bid.

    6.2.2.4 Drilling shall be carried out in such a manner that maximum core is

    recovered. This requires close surveillance of wash water, drilling pressures,

    lengths of runs etc. 6.2.2.5 The drill bit shall be withdrawn and the core

    removed as often as may be necessary to secure the maximum possible amount

    of core. The CONTRACTOR shall ensure that drilling is carried out with

    necessary skill and expertise.

    6.2.2.5 Coring runs shall be limited to a maximum length of 3.0m. When less

    than 50% of the core is recovered from a run or when a geological feature is to

    be accurately determined, the length of the run shall be reduced to 0.3m unless

    directed otherwise by the ENGINEER.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    48/143

    48

    6.2.2.6 The core shall be removed from the drillhole immediately if blocking

    of the bit or grinding of the core is apparent, regardless of the length of run

    which has been made.

    6.2.2.7 The CONTRACTOR shall not use drilling mud or any lubricant in the

    drillhole other than water.

    6.2.2.8 The ease or difficulty of drilling at different depths shall be carefully

    noted and recorded during drilling. The returning drill water shall be kept

    constantly under observation and its character, such as, its clarity or its turbidity,

    its colour, etc. shall be recorded.

    6.2.2.9 For each run, Core Recovery and Rock Quality Designation (RQD) shall

    be noted carefully, immediately after cores are taken out of the barrel.

    6.2.2.10 Each and every core piece shall be serially and sequentially numbered

    from top downwards as soon as the core pieces are removed from the core barrel.

    The serial number shall be painted with good quality enamel paint.

    6.2.2.11 All core pieces shall be placed in core boxes in serial order in correct

    sequence from top downwards. Core boxes shall be made according

    specifications laid down in IS: 4078.

    6.2.2.12 If so specified in Data Sheet-A, colour photographs of the cores on

    putting in core boxes shall be taken and three prints not less than 75mm x

    125mm with negative shall be submitted to the ENGINEER. Cost of these shall

    be included in drilling rate.

    6.2.2.13 The cores, arranged in core boxes as noted earlier, shall be submitted

    to the OWNER/ ENGINEER on submission of the report. The cost of this

    including the cost of core boxes will be presumed to be included in drilling rate.

    6.2.2.14 If core recovery is less than 20 per cent, the payment for drilling shall

    be same as that for boring in soil at appropriate depths.

    6.3 Borehole Depth

    All boreholes shall be sunk to depths shown on the Drawing or as specified in

    Data Sheet-A.

    6.4 Sampling

    6.4.1 The CONTRACTOR shall take samples and cores as specified in drawing

    or in Data Sheet-A or as directed by the ENGINEER. This operation shallinclude the provision of all necessary equipment, tubes and containers and

    materials.

    6.4.2 The schedule of information submitted at the time of bid shall include

    details of types of samplers which the Bidder proposes to use if work is

    awarded to him. In any case sampler shall meet the requirements

    specified herein.

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    49/143

    49

    6.4.3 Undisturbed Soil Sampling in Boreholes

    6.4.3.1 Frequency

    Generally, unless specified otherwise in Data Sheet-A, undisturbed soil

    samples (UDS) shall be obtained at every 3.0m interval and at every

    identifiable change of soil formation.

    6.4.3.2 Sample Size

    Unless agreed upon otherwise the samples shall be minimum 90mm diameter

    and generally 450mm long.

    6.4.3.3 Types of Samplers

    6.4.3.3.1Thin walled open drive sampler

    Generally open drive sampler shall be permitted for sampling in cohesive

    strata. These samplers shall be made of seamless steel or aluminium tube.

    Area ratio of sampler shall not exceed 25 percent for 100mm diametersampler, and 15 percent for 75mm diameter sampler. The cutting edge of the

    cutting shoe (or edge) of the sampler shall be tapered at an angle not

    exceeding 20 degrees and inside clearance ratio shall generally be limited to

    0.5 to 1.5 percent. Samplers with low clearance ratio shall be used in soft

    strata and those with high clearance ratio shall be used in stiff strata.

    The sample tube and cutting shoe (or edge) shall be free from rust, pitting,

    burring or any other defect. The use of oil inside the sampler shall be limited

    to the minimum practicable.

    One end of sample tube shall be marked Top and this end shall be kept

    uppermost during sampling.The adapter head to be used with sample tube shall be fitted with a ball valve

    to permit the exit of air or water during driving or jacking.

    6.4.3.3.2 Stationary piston sampler

    In fine grained strata with no or little cohesion such as in silty soils piston

    sampler shall be used. Requirements of the piston sampler are same as those

    of open drive sampler.

    6.4.3.3.3 Sand sampler

    If undisturbed samples are specified to be recovered from sandy strata

    particularly below ground water table in Data Sheet-A, special sand samplers

    shall be used. A compressed air sampler (Bishop 1948) or similar sampler

    would be acceptable.

    6.4.3.3.4 Samplers for continuous sampling

  • 7/26/2019 Ten03 Geo Tech Tender CO 141209 (1)

    50/143

    50

    When specified continuous sampling shall be obtained to depths specified.

    For this purpose, the Delft continuous sampler or similar sampler may be

    used.

    6.4.3.4 Procedure for Sampling

    Before sampling operation, the CONTRACTOR shall clean the bottom ofborehole very carefully and every care shall be taken to avoid disturbance of

    material to be sampled. For sampling, the sampler shall be lowered to the

    bottom of borehole without impact, and pressed into the soil in a single

    continuous movement at a sufficiently slow rate to permit th