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