+ All Categories
Home > Documents > ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X...

ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X...

Date post: 08-Jul-2018
Category:
Upload: hoangdieu
View: 215 times
Download: 0 times
Share this document with a friend
178
RASHTRIYA CHEMICALS AND FERTILIZERS LIMITED UREA TROMBAY_V REVAMP PROJECT AT (RCF, TROMBAY) TENDER DOCUMENT FOR CIVIL, STRUCTURAL & OTHER ALLIED AND PILING WORKS ENQUIRY NO. (PNPM / EM-191/ E / 201) ISSUED BY: PROJECTS & DEVELOPMENT INDIA LTD. NOIDA (A GOVT. OF INDIA UNDERTAKING) PDIL BHAWAN, A-14, SECTOR-01 NOIDA-201301 DISTT. GAUTAM BUDH NAGAR UTTER PRADESH, INDIA May, 2018
Transcript
Page 1: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

RASHTRIYA CHEMICALS AND FERTILIZERS LIMITED

UREA TROMBAY_V REVAMP PROJECT

AT

(RCF, TROMBAY)

TENDER DOCUMENT

FOR

CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS

ENQUIRY NO. (PNPM / EM-191/ E / 201)

ISSUED BY:

PROJECTS & DEVELOPMENT INDIA LTD. NOIDA

(A GOVT. OF INDIA UNDERTAKING) PDIL BHAWAN, A-14, SECTOR-01

NOIDA-201301 DISTT. GAUTAM BUDH NAGAR

UTTER PRADESH, INDIA

May, 2018

Page 2: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PROJECTS & DEVELOPMENT INDIA LIMITED

PNPM / EM-191/ E / 201 0

DOC. NO. REV.

Page 1 of 3

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

LETTER INVITING BID

NIT NO. : PNPM / EM-191/ E / 201 PROJECT : UREA REVAMP PROJECT TROMBAY-V AT RCF, TROMBAY

SUBJECT : CIVIL, STRUCTURAL & OTHER ALLIED AND PILING WORKS

(OPEN DOMESTIC COMPETITIVE BIDDING) Dear Sir(s), Projects and Development India Limited (PDIL) hereinafter referred to as CONSULTANT on behalf of Rashtriya Chemicals and Fertilizers Limited (RCF), hereinafter referred as OWNER, has the pleasure of inviting eligible bidders to submit Bid in hard copies in Single Phase Two Bid System, for the subject Project in compliance with the NIT. The entire set of bidding documents is also placed on the website at RCF website www.rcfltd.com, PDIL website www.pdilin.com, and CPP Portal http://eprocure.gov.in/cppp/ BRIEF SCOPE OF WORK: The scope of work under this includes execution/ construction/ demolition /dismantling and erection of Civil, Structural and other allied Works, providing necessary engineering supervision through qualified and technical personnel, skilled and unskilled labor, etc. and mobilization of all relevant and adequate plants, tools and tackles, equipment, machineries, etc., to carry out all civil, structural & Piling works for successful completion of the proposed “CIVIL, STRUCTURAL & OTHER ALLIED AND PILING WORKS”. REFER PART-II, TECHNICAL PART FOR DETAILED SCOPE OF WORK NIT Document consists of: PART-I : COMMERCIAL PART PART-II : TECHNICAL PART

Page 3: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

CIVIL, STRUCTURAL & OTHER ALLIED AND PILING WORKS

LETTER INVITING BID

PNPM / EM-191/ E / 201 0

DOC. NO. REV.

Page 2 of 3

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

SALIENT FEATURES OF NIT :

1. NIT NO. PNPM / EM-191/ E / 201 2. Issue Date 23.05.2018 3. Last Date, Time & Address for

Submission of EMD, Technical & Commercial Bid and Priced Bid (in Hard Copies).

13.06.2018, at 12:00 hrs. (IST), Projects & Development India Limited, Project Management Department PDIL Bhawan, A-14, Sector-1, Noida-201301, U.P., India Kind Attention: Mr. Yogendra kr. Bhargava

Addl. CE(Project) 4. Date & Time of opening of EMD and

Technical and Commercial Bid 14.06.2018, at 15:00 hrs. (IST), at PDIL, Noida

5. Earnest Money Deposit (EMD) ₨.5,00,000.00 (Rupees Five Lakh only) 6. Time Schedule Effective period of work shall be 8 months

(For more clarification, please refer Clause No. 1.02 of Commercial NIT)

7. Address for Communication with

7.1 Projects & Development India Limited (PDIL)

Projects & Development India Limited, Project Management Department PDIL Bhawan, A-14, Sector-1, Noida-201301, U.P., India Kind Attention: Mr. Yogendra kr. Bhargava

Project Manager Tel no. : 0120-2529842, Extn. 313 Fax no. : +91-120-2529801 E-mail : [email protected]

7.2 Rashtriya Chemicals and Fertilizers Limited (RCF) and Site Visit

Rashtriya Chemicals & Fertilizers Ltd. Trombay Unit, Chembur Mumbai – 400074 (Maharashtra) Kind Attention : Mr. Sanjay Jain Chief Manager, (Mechanical) Tel no. : 022-25522296 Email : [email protected]

7.3 NIT overview on websites “Letter Inviting Bid” & “Instruction to Bidders” is available at following websites:

RCF (www.rcfltd.com) PDIL (www.pdilin.com) CPP Portal (www.eprocure.gov.in)

MSEs (Micro & Small Enterprises) are also exempted from submission of EMD in accordance with the provisions of PPP-2012. MSEs (Micro & Small Enterprises) are exempted from submission of

Page 4: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

CIVIL, STRUCTURAL & OTHER ALLIED AND PILING WORKS

LETTER INVITING BID

PNPM / EM-191/ E / 201 0

DOC. NO. REV.

Page 3 of 3

FORM NO: 02-0000-0021 F2 REV3 All rights reserved

EMD in accordance with the provisions of PPP-2012. However, Traders/Dealers/Distributors/Stockiest/Wholesaler are not entitled for exemption of EMD. Owner/Consultant reserves the right to accept/reject any or all Bids without assigning any reason whatsoever. Bids complete in all respects should reach on or before the Bid Due Date and time. Bids through Fax / E-mails will not be accepted. OWNER / CONSULTANT take no responsibility for delay, loss or non-receipt of Bid sent by post/courier. Please be noted that all the dates mentioned herewith are firm and OWNER / CONSULTANT expect strict adherence since this is a priority project. Transfer of Bidding Document is not permissible. Bidder may depute their representative with proper authorization letter to attend Technical and commercial opening of bids. Eligible bidders are requested to confirm their intention, within seven (07) days from the placement of NIT at CPP Portal, to participate in subject bidding through a letter or fax message Thanking you, For & on behalf of Projects & Development India Ltd. Yogendra kr. Bhargava PROJECT MANAGER

Page 5: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PROJECTS & DEVELOPMENT INDIA LTD

PNPM / EM-191/ E / 201 0 DOCUMENT. NO. REV.

PAGE 1 OF 1

_________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F1 REV 0 All rights reserved

PART-I

COMMERCIAL

Page 6: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PROJECTS & DEVELOPMENT INDIA LIMITED

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 1 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

THIS TENDER DOCUMENT CONTAINS:

Sr. No. Documents Item details

1 NIT Instruction For Bidders

2 ANNEX – I Pre-qualification Details

3 ANNEX – II Bid Abstract sheet

4 ANNEX – III GSTN details

5 ANNEX – IV General terms and conditions of contract (GTCC)

6 ANNEX – V Format – Solvency Certificate

7 ANNEX – VI Format for Bid Security Bank Guarantee

8 ANNEX – VII Format for mobilization advance bank guarantee

9 ANNEX – VIII Format for Security Deposit cum Performance Bank Guarantee

10 ANNEX – IX RCF approved Banker’s list

11 ANNEX – X Disciplinary Measures

12 ANNEX – XI Tax Compliance related to GST

13 ANNEX – XII Clauses of Integrity Pact

14 ANNEX - XIII RCF Vendor data updation form

15 ANNEX - XIV Format for exception and deviation

16 ANNEX - XV Declaration by bidder

Page 7: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 2 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

ENQUIRY NO. (PNPM / EM-191/ E / 201)

INSTRUCTION FOR BIDDERS This is a Notice Inviting Tender (NIT) for, “Civil, Structural & other allied and piling works for Urea Trombay-V revamp Project in RCF Factory, Chembur.” from contractors meeting the PQ criteria as specified in the tender documents.

1.01 Item Description & Quantity:

Details about various items along with tentative quantities are given in Schedule of rates attached with the tender document.

1.02 Contract period: The contract period shall Eight (8) months from the date of issuance of LOI / Work order. For the jobs to be executed during SHUT-DOWN PERIOD, the work is to be completed within a week and latest by 1 MONTH from the date of hand over depending upon nature of job during SHUT-DOWN. The job will be handed over in phases. The time period of 8 months will be split up in various phases as per site requirement. The effective period of work shall be 8 months. The decision of RCF Management regarding phase wise contract period will be final and binding on the contractor. Validity of rate shall be 12 Months from the date of issue of LOI / Work order.

1.03 BID SECURITY /EARNEST MONEY DEPOSIT (EMD) :- The Bidder shall arrange as part of his Bid, EMD of Rs. 5,00,000/- in the form of Accounts Payee, Demand Draft in favour of “Rashtriya Chemicals Fertilizers Limited”” Payable at Trombay or in the form of a bank guarantee, issued by any of the Indian nationalised/ scheduled banks. No interest shall be payable on EMD. The bank guarantee shall be submitted in the form proforma enclosed. The bank guarantee for EMD shall be valid for a period of bid validity plus 60 days. The validity will have to be extended suitably, in case of extension of bid validity period

If exempted from submission of EMD, then submit a valid certificate issued by ‘National Small Scale Industries Corporation (NSIC).

1.04 Tendering Procedure :

The  BIDs  submitted  shall  contain  three  parts.  The  BIDDERs  shall  submit  the offer in three inner envelopes as indicated below which shall be sealed in one outer Envelope. All the envelopes shall be super‐scribed with  the NIT number and  the  BID  closing  date.  In  addition  to  the  information  required  above,  the inner  and  outer  envelopes  shall  also  indicate  the  name  and  address  of  the BIDDER: 

 First Envelope    ‐     Bid security in favour of RCF for the value stated above.      Second Envelope‐     This Envelope shall be clearly super scribed with “Technical and                                    Un-Priced Commercial Bid”   

Page 8: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 3 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

The details submitted with Technical and Un-Priced Commercial Bid , shall include but not be limited to the following ( 3nos. set):  i) BIDDER’s Profile  ii) Concurrent commitments details.  iii) Declaration that BIDDER has not been under liquidation / bankruptcy as per 

format in Annexure ‐ XV .  iv) Deviations,  if any,  strictly as per  the  format given  in Annexure – XIV and 

should stamp and sign the all pages. In case of no deviation, BIDDER should certify ‘No Deviation’ in Annexure – XIV. 

v) BID abstract sheet as per Annexure‐II. vi) Vender Updation Form as per Annexure – XIII along with blank Cheque/a 

photocopy of the Cheque. vii) Supporting document for Pre‐Qualification as per Annexure – I. viii) Details of the work‐experience in last three years.  ix)       Stamped and signed copy of NIT along with its addendum/corrigendum            (if any), with price figures blanked out.  x)       Any other information/details required as per the NIT document. 

      

 Third Envelope ‐  One original + one copy of the priced commercial bid. Priced bid 

should not have  any Commercial  and/or  Technical  stipulation  in addition to or different than what is already given in Technical and Un‐priced commercial bid.  

   Bid (ENVOLOPE-I, ENVELOPE-II, & ENVELOPE-III mentioned above) shall be submitted on the following address:

PROJECT MANAGER (UREA REVAMP PROJECT TROMAY_V) PROJECTS & DEVELOPMENT INDIA LTD. PDIL BHAWAN, A/14, SECTOR – 1, NOIDA – 201301, UP, INDIA

KIND ATTN.: MR. Yogendra Kr. Bhargava  

BIDs received after the due date and time shall not be considered. BIDs should be valid for one hundred and twenty days from the due date for submitting the BIDs. 

1.05 Bid Validity: The bid should be valid for a period of 90 days (Ninety Days only) from the date of opening of the tender. Offers with less bid validity shall be rejected outright.

1.06 Taxes & Duties: Rates mentioned in the BOQ are excluding of GST. All the duties pertaining to this contract shall be entirely borne by the Contractor. The Contractor shall submit the tax invoice showing tax elements separately. Income Tax shall be deducted at source from

Page 9: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 4 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Contractor’s bill as per Government rules. Any statutory changes in tax provisions during operation of the contract i.e. after issue of Work Order till completion of job / Contract period will be on RCF and after this period, upward will be borne by the contractor.

GST @ 18 % shall be payable extra.

1.07 Basis of L-1 Bidder:-Please note that lowest bidder (L1) will be decided based on quoted amount shown at the end of BOQ.

1.08 Mutually Agreed Damage (MAD): If the Contractor fails to complete the work and clear the site on or before the schedule date of completion or the Contractor has not achieved the progress of work as set out in time schedule, the Contractor shall be liable without prejudice to the right and remedy of RCF on account of such failure, be liable to pay the compensation as Mutually Agreed Damage (M.A.D.) equivalent to 1% (One percent) of the basic contract value of the work for each week or part of the week for which the Contractor is in default subject to maximum of 10% of the basic contract value of the work.

Applicable taxes will also be deducted on LD/MAD amount along with interest thereon if applicable from the vendor/contractors.

1.09 Statutory Variation Clause: Any variation in statutory levies/taxes within the contract period shall be to RCF’s account and beyond contract period to contractors account.

1.10 Security Deposit (SD): On acceptance of the Tender by RCF, for due and faithful fulfillment of the contract, the Successful Tenderer shall have to pay 10% amount of the executed work value as security deposit, which will be deducted through running bills

Security deposit @ 20% of the basic contract value to be submitted by the successful tenderer if difference between the quotes of L1 & L2 bidder is more than 20%, provided there are 3 or more techno commercially qualified bidders.

The period of maintenance shall be 12 (Twelve) months from the date of handing over the work to Engineer after satisfactory execution of work in opinion of Engineer. The Successful bidder can also submit Security Deposit for 10% of basic contract value in the form of Bank Guarantee as per RCF's format (Annexure VIII). This Bank Guarantee shall be valid up to maintenance period + 6 months. Bank Guarantee of less validity period than specified will not be accepted. The Bank Guarantee should be from the Bank out of RCF approved Bankers as per the list attached at Annexure -IX.

Page 10: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 5 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Pre-qualification Details ANNEXURE – I

(NOTE: Please fill the details in front of each criteria mentioned below Please attach signed & stamped copies of supporting documents in technical bid. Incomplete form or non‐submission of documents to verify details may result into rejection of your offer). Pre‐qualification criteria should be met by individual Bidder and not by Consortium of different companies.

NAME OF BIDDER: ………………………………………………………………………………………………………. Name of work :Civil, Structural & other allied and piling works for Urea Trombay-V revamp Project in RCF Factory, Chembur. ENQUIRY NO. (PNPM / EM-191/ E / 201)

Sr. Pre-qualification Criteria

1

Party shall have Work order of having experience of successful completion of similar industrial civil and structural steel work during last seven years from the date 01.04.2018 :

Work Order copies supporting the experience shall satisfy minimum one criteria mentioned below : a. Criteria 1: One WO, of similar completed work costing not less than Rs.4.02 Crore. b: Criteria 2: Two WO’s, of similar completed works costing not less than Rs. 2.51 crore c. Criteria 3: Three WO’s, of similar completed works costing not less than Rs. 2.01crore ( Fill details as per any one criteria mentioned above i.e. a or b or c and submit WO copies & Completion certificates for verification )

Sr. WO No. & Date PO Value (Rs.) Name of Customer 1 2 3 4

2

Turnover during last three financial years ( Required minimum Avg. turnover of Rs. 151 lakh) (Please submit Turnover Certificate issued by your CA for following Financial years for verification OR submit P&L statements of following years in Balance sheet folders of each year )

Sr. Financial Year Amount ( Rs. )

1 2014-15

2 2015-16

3 2016-17

Average Turnover for 3 years =

3

Bank Solvency Certificate (Minimum Rs. 2.01 Cr. issued by reputed banker within last one year from scheduled Tender Submission date. OR credit rating from reputed institution such as CRISIL, ICRA etc. OR financial / credit limits from banks as on date.

Name of Bank: Certificate date: Solvency Value:

4

Provident Fund Registration No : (PF No) ( attach the copy of registration) :

PF No is in the Name of : Address of Firm as per PF no :

Page 11: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 6 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

5

Employee State Insurance Corporation Registration No : (ESIC No) ( attach the copy of registration):

ESIC No is in the Name of : Address of Firm as per ESIC no :

6

GSTN Registration No ( attach the copy of registration) :

7

PAN No ( attach the copy of registration) :

PAN No is in the Name of : Address of Firm as per PAN no :

Declaration that the Bidder has not been blacklisted or put on  Holiday  by  any  Govt.  organization,  Public  Sector Undertaking.  Also, BIDDER submitting the BID shall not be under  liquidation,  court  receivership  or  similar proceedings. 

Declaration as per format of NIT attached ( yes /No) 

9 Net Worth of the BIDDER, should be positive. Bidders should submit documentary evidence (e.g. audited balance sheet and P&L account) for the same 

Document Attached : Yes /No 

                                                                                         SIGNATURE WITH STAMP      

Page 12: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 7 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

ANNEXURE- II BID ABSTRACT SHEET

( KINDLY FILL THIS SHEET AND SUBMIT )

Name of work :Civil, Structural & other allied and piling works for Urea Trombay-V revamp Project in RCF Factory, Chembur. ENQUIRY NO. (PNPM / EM-191/ E / 201)

BIDDER’S NAME:

NOTE: Please note that any blank field left in the preceding confirmation box will be treated as Agreed only for offer consideration.

NO. DESCRIPTION BIDDER CONFIRMATION(Please put √ in front of your

confirmation)

1 DEFECT LIABILITY PERIOD (WARRANTY PERIOD): 12 (Twelve) months from the date of handing over the work to Engineer after satisfactory execution of work in opinion of Engineer.

Agreed

Disagreed

2 MUTUALLY AGREED DAMAGE CLAUSE: M.A.D. equivalent to 1% (One percent) of the basic contract value of the work for each week or part of the week for which the Contractor is in default subject to maximum of 10% of the basic contract value of the work.

Agreed

Disagreed

3

SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE CLAUSE: On acceptance of the Tender by RCF, for due and faithful fulfillment of the contract, the Successful Tenderer shall have to pay 10% amount of the contract value as a security deposit. Security deposit @ 20% of the basic contract value to be submitted by the successful tenderer if difference between the quotes of L1 & L2 bidder is more than 20%, provided there are 3 or more techno commercially qualified bidders.

Agreed

Disagreed

4 Whether the party is have been banned and delisted by any Govt. Dept/ Financial Institute / Court of Law or any Central or State level PSUs.

Yes

No

5 FIRM PRICE: PRICE SHALL REMAIN FIRM THROUGH OUT CONTRACT PERIOD

Agreed

Disagreed

6 STATUTORY VARIATIONS: ALL STATUTORY VARIATIONS DURING CONTRACT PERIOD SHALL BE TO RCF’s ACCOUNT AND BEYOND CONTRACT PERIOD TO YOUR ACCOUNT

Agreed

Disagreed

7 WHETHER THE PARTY IS NSIC REGISTERED UNDER MICRO/SMALL/MEDIUM ENTERPRISES ACT 2006 (PLEASE FURNISH THE PROOF)

Yes

NO

8 WHETHER THE PROPERITOR OF “MSME” ENTERPRISE IS FROM SC/ST CATEGORY (PLEASE ATTACH CAST CERTIFICATE ISSUED BY COMPETANT AUTHORITY)

Yes

NO

9 The Bidder has read each and every point of Tax Compliance related to GST in NIT Document (Annexure – XI), understood and accepted all the terms and conditions of Tax Compliance related to GST

Agreed

Disagreed

10 TENDER CONDITIONS AND SPECIAL CONDITIONS IF ANY: THE BIDDER HAS READ EACH PAGE OF TENDER DOCUMENT, UNDERSTOOD AND ACCEPTED ALL THE TERMS AND CONDITIONS OF TENDER DOCUMENT. (DEEMED AS SIGNED THE TENDER DOCUMENT)

Agreed

Disagreed

SIGNATURE OF BIDDER WITH STAMP

Page 13: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 8 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

ANNEXURE- III

Bidder shall submit following GSTN details as per applicable:

(To be submitted on letter head)

1. GST registration Number (15-digit GSTIN).

2. Separate GST registration number for each business in the same state.

3. State wise GST registration Number (having different business in different state).

4. Undertaking / indemnification (as per the format in Annexure-) for not liable for GST registration.

5. Declaration for composition scheme under GST indicating GST registration number (as per the format in annexure-)

6. HSN (Harmonized System of Nomenclature) code for good being supplied by vendor for each enquiry being floated each and every line item.

7. Service Accounting Code (SAC) of classification of Services under GST for each and every line item for which enquiry is being floated.

8. GST@ 18% will be payable extra however if GST applicable (as per the bidder) is different than 18% for entire job/ for each and every line item of subject work, same shall mentioned below and submit the same.

CGST SGST IGST

Page 14: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 9 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

ANNEXURE - IV

GENERAL TERMS AND CONDITIONS OF THE CONTRACT (GTCC)

1.0 DEFINITIONS :

The following expression shall have the meanings specified against the respective item wherever used in this document, unless repugnant to the context and meaning thereof : (a) The term Contract shall mean and include any award of work for fabrication, construction, civil

works including civil structures, erection, commissioning including supply, erection of equipment, renovations, repairs etc. and also including contract for services.

(b) The term ‘Contractor’ shall mean the person(s), firm or company with whom the contract is

placed and shall be deemed to include their representatives, heirs, executors and administrators, successors approved by RCF unless excluded by the contract and the term defined under the Provisions of the Contract Labour Act.

( c ) Contract’ shall mean and include work order, the accepted schedule of rates or the scheduled of

rates of RCF modified by the tender percentage for items of the works quantified or not quantified, the general conditions of contract, the special conditions of contract (if any), the drawings, the specifications, the special specifications (if any), tender documents etc.

(d) Effective Date of Contract means the date of start of work as mentioned in the Work Order /

Letter of Intent. (e) ‘Equipment’ means any items of plant and machinery, equipment, accessory or thing supplied by

RCF to be erected / installed by Contractor. (f) ‘Initial Contract Price’ means the value of Work Contract initially as per Schedule. (g) The term ‘RCF’ or Company shall mean Rashtriya Chemicals & Fertilizers Limited having its

Registered Office at ‘Priyadarshini’ Eastern Express Highway, Sion, Mumbai- 400 022 and shall include the administrative and executive officers authorized to deal with all the matters relating to the contract.

(h) Site’ shall mean the site and other places on, in or through which the works are to be carried out

and any other lands or places provided by RCF for the purpose of contract. (i) Work’ means all duties, responsibilities and obligations to be discharged by Contractor pursuant

to the Contract. (j) ‘Administrative Charge’: Chief Engineer or equivalent designated manager and/ or above Senior

managers of RCF shall mean administrative charge of work. (k) ‘Engineer’ shall mean the executive in-charge of works and shall include the senior Engineer of

this Department of RCF.

Page 15: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 10 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

(l) ‘Engineer’s Representative’ shall mean the Engineer’s Assistant, Supervisor assisting the

Engineer in the execution of works. (m) ‘Specifications’ shall mean the specifications for materials and works issued by Engineer or as

amplified, added or specified by special conditions, if any. (n) ‘Drawings’ shall mean the maps, drawings, plans, tracings or prints issued, if any, or that may be

issued from time to time by the Engineer. (o) ‘Period of Maintenance’ shall mean the specified period of maintenance from date of completion

/ contractual closing period of the work as certified by the Engineer. 2.0 INSTRUCTIONS FOR SUBMISSION OF TENDER :

(i) The tenderers are advised to visit the site of work to acquaint themselves as to the nature and location of the work, access to the site, the general & local conditions, particularly those bearing upon transportation, disposal, handling and storage of materials, availability of labour, water, electric power, physical conditions etc. and shall be included on such account while quoting for the tender.

(ii) Tenderers shall quote the tender in the prescribed format of the tender document in BOQ. (iii) Offer of the tenderer should be as per BOQ format. Tenderer has to confirm offer for amount in

Rupees (if any), and amount in words before attaching the BOQ to the tender. (iv) The tenderers shall not stipulate any additional conditions. Any tender containing such conditions

will be summarily rejected. Canvassing in connection with tenders is strictly prohibited. Tenders submitted by the tenderers, who resort to canvassing, will be rejected outright.

(v) The work may be split up between two Contractors or accepted in part and not in entirety, if

considered expedient at the sole discretion of RCF Management. (vi) Submission of a tender will be conclusive evidence to the fact that the tenderer has fully satisfied

himself as to the nature and scope of work to be done, procedures for issue or materials, conditions of contract,, local precautions to be ensured, security rules to be followed and all other factors affecting the performance of the contract and the cost thereof.

3.0 AMENDMENT TO NIT

At any time prior to the deadline for submission of bids, RCF or its nominee or its consultants may for any reason, whether at its own initiative or otherwise or in response to any clarification requested by a prospective Bidder, modify the NIT by amendment. The amendment will be notified in writing to all prospective Bidders who have received the NIT and the amendment will be binding on them. In order to afford prospective Bidders reasonable time to take the amendment

Page 16: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 11 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

into account in preparing their tenders, extension of time as may be reasonable, will be given for submission of tenders.

4.0 SUBMISSION OF TENDERS:

The Bidder shall bear all costs associated with the preparation and submission of Bid and neither the company nor its nominee nor its consultants will be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. Any clarification required by prospective bidder shall be furnished in writing soon after its receipt so as to ensure submission of bid on or before bid closing date. Metric measurement system shall be applied, wherever it is applicable.

5.0 EARNEST MONEY DEPOSIT (EMD)

Bidder shall arrange as part of his Bid, EMD of Rs. 5,00,000/- in the form of Accounts Payee, Demand Draft in favour of “Rashtriya Chemicals Fertilizers Limited”” Payable at Trombay or in the form of a bank guarantee, issued by any of the Indian nationalised/ scheduled banks. No interest shall be payable on EMD. The bank guarantee shall be submitted in the form proforma enclosed.

The bank guarantee for EMD shall be valid for a period of bid validity plus 60 days. The validity will have to be extended suitably, in case of extension of bid validity period

If exempted from submission of EMD, then submit a valid certificate issued by ‘National Small Scale Industries Corporation (NSIC).

6.0 RIGHT OF ACCEPTANCE & REJECTION OF TENDER:

RCF Ltd. reserves the right to accept at their sole discretion any tender in whole or part or split the work among two or more Contractors or reject any or all Bids without assigning any reason thereof. No claim for compensation etc. whatsoever will not be entertained by RCF. If a Contractor whose past performance has not been found satisfactory in the opinion of RCF, then RCF reserves the right to refuse the tender documents or reject the tender while opening or evaluating the tenders.

The decision of RCF regarding performance evaluation shall be final & binding on the Contractors.

7.0 VALIDITY OF BIDS:

Bids shall be valid for at least 90 days after the date of opening of Technical Bid in RCF Ltd. In case where revised price bid is being accepted the validity of revised price bid shall be 90 days from submission of revised price bid. A bid valid for a shorter period may be rejected at the discretion of RCF. In exceptional circumstances, RCF may solicit the bidder’s consent to an extension of the period of validity. The request and responses there to shall be made in writing. The bids shall be suitably extended where it is necessary at the request of RCF. Where bidder is unwillingly to extend the validity period, his bid shall be deemed to be invalid and the EMD

Page 17: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 12 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

would be returned to the bidder. No bidder shall be permitted to modify his bid, after commercial bids have been opened unless asked by RCF due to change in specifications / scope or otherwise.

8.0 AMENDMENT OF BIDS:

Modifications or withdrawal of bids after the bids submission prior to the deadline prescribed for submission of bids may be permitted, provided that written notice of this modification or withdrawal is received by the RCF / Consultant. No bid shall be allowed to be withdrawn after the expiry of the deadline for submission of bids. Withdrawal of a bid after expiry of deadline shall result in the forfeiture of the EMD.

9.0 OPENING OF BIDS.

The tenderers shall submit in the prescribed format as mentioned above. Any bid received after the opening of bids will be treated as ‘Late bids’ and will be ignored.

10.0 NEGOTIATIONS:

RCF reserves the right to conduct negotiations with Contractors to have the possible reduction from the offer or if the condition so warrants. RCF reserves the right to divide the work in appropriate parts by negotiating with the bidders. The bidders shall attend the negotiation meeting in time upon intimation to them by RCF.

11.0 AWARD AND SIGNING OF CONTRACTS / WORK ORDERS :

RCF will determine to its satisfaction whether the Bidder selected as having submitted the lowest evaluated, responsive bid is qualified to satisfactorily perform the contract. RCF will take into account the bidder’s financial, technical and production capabilities. It will be based upon examination of the documentary evidence of the bidders qualifications and any additional information submitted by the bidder.

12.0 DELETED.

13.0 EFFECTIVE DATE :

Effective date of Contract / Work Order shall be the date as specified in the Letter of intent or Work Order. The completion period of the contract shall be inclusive of the mobilization period of 10 days to commence the work and Contractor shall proceed with the work with due expedition and without delay. The Contractor shall take instructions and seek the assistance to take up the work in time by contacting the Engineer. The Contractor shall submit the list of his authorized officials and their authorization to Engineer in time.

14.0 MUTUALLY AGREED DAMAGE :

If the Contractor fails to complete the work and clear the site on or before the schedule date of completion or the Contractor has not achieved the progress of work as set out in time schedule,

Page 18: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 13 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

the Contractor shall be liable without prejudice to the right and remedy of RCF on account of such failure, be liable to pay the compensation as Mutually Agreed Damage (M.A.D.) equivalent to 1% (one percent) of the basic contract value of the work for each week or part of the week for which the Contractor is in default subject to maximum of 10% of the basic contract value of the work. Applicable taxes will also be deducted on LD/MAD amount along with interest thereon if applicable from the vendor/contractors.

15.0 SECURITY DEPOSIT :

On acceptance of the Tender by RCF, for due and faithful fulfillment of the contract, the Successful Tenderer shall have to pay 10% amount of the Contract value with in 15 days from date of issue of LOI / Work order. Security deposit @ 20% of the basic contract value to be submitted by the successful tenderer if difference between the quotes of L1 & L2 bidder is more than 20%, provided there are 3 or more techno commercially qualified bidders. The period of maintenance shall be 12 (Twelve) months from the date of handing over the work to Engineer after satisfactory execution of work in opinion of Engineer. The Security Deposit shall be retained with RCF for the period of maintenance. The work executed by the Contractor shall be under the maintenance period of contract for satisfactory performance and free from all defects. In the event of any defects being noticed in the work during the maintenance period, the Contractor shall, upon the notification from RCF, carry out proper repair / rectification as may be necessary to comply with and without any cost to RCF. In case of non-fulfillment of the terms & conditions of the contract during the period of maintenance, deduction against Security Deposit shall be recovered as may deem fit at the discretion of RCF. No interest or compensation shall be payable in respect of Earnest Money Deposit, Security Deposit or any amount retained by RCF or any money which may be in RCF hand owing to dispute between RCF and the Tenderer or in respect of any delay on part of RCF in making any interim or final payments.

16.0 PRICE ADJUSTMENT / ESCALATION :

The Contractor’s accepted offer shall remain firm and subject to no escalation whatsoever during the entire contract period of the work.

17.0 TAXES / DUTIES : Ref. NIT-Instruction to bidder Clause no 1.06

18.0 RIGHTS OF CANCELLATION :

RCF reserves the right to cancel the contract or part thereof and shall be entitled to rescind the same forthwith by a written notice of seven days to Contractor if:

Page 19: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 14 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

(i) The Contractor does not adhere to any of the terms and conditions of the contract. (ii) The contract or fails to execute the job in time. (iii) The quality of the supply received/workmanship is poor or not in conformity with the

requirement. (iv) The Contractor attempts for any corrupt practices. (v) The Contractor becomes bankrupt or goes into liquidation. (vi) The Contractor makes a general assignment for the benefit of creditors. (vii) A receiver is appointed for any of the properties owned by the Contractor. Upon receipt of said cancellation notice, the Contractor shall discontinue all work on the contract and matters concerned with it. RCF in that event will be entitled to get the job executed from any other sources and recover the excess payment over the Contractor’s agreed price, (if any), from the Contractor. RCF also reserves the right to cancel the contract due to Force Majeure conditions and the Contractor will have no claim of compensation whatsoever.

19.0 TERMINATION FOR CONVENIENCE :

RCF may, by written notice sent to the Contractor, terminate the contract, in whole or in part, at any time for RCF’s convenience. The notice of termination shall specify that termination is for RCF’s convenience, the date /extent to which such termination becomes effective. The works that are complete, at the time of receipt of notice of termination shall be taken over by RCF at the contract terms and prices.

20.0 PAYMENT TERMS:

Following terms of payment shall be applicable - 20.01 Mobilization Advance Mobilization Advance, not exceeding 10% of contract value shall be payable on submission of Bank Guarantee for the 110% equivalent amount from a Scheduled Bank in the prescribed profarma ( annexure VII), valid up to contractual period/ till adjustment of advance whichever is earlier + 6 months of claim period. subject to furnishing the Security Deposit Bank Guarantee. An interest @12% per annum shall, however, be charged on the above mobilization advance till it is recovered. Recovery of this Advance shall be made @ 15% from each bill so that full mobilisation advance including interest is recovered by the time 75% work is done. Mobilization Advance shall be paid only on acceptance of LOI/Work Order and Security Deposit Bank Guarantee. The payment of Mobilization Advance shall be released with certification by Consultant/Owner.

20.02 Running on Account Payment 90% against the value of actual work done shall be paid within seven (07) bank working days from date of certification of Engineer In-charge against running bills

Page 20: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 15 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

submitted by contractor duly certified by Owner/Consultant and after recovery of the following payments. Balance 10% shall be treated as retention money and shall be released at the time of settlement of final bill.

a. Mobilization advance as indicated above.

b Statutory deductions like income Tax, sales tax on works contract etc. as applicable. c. Any other recovery if becomes due.

Payment shall not be released against 1st R/A bill until submission of following documents by contractor to the indenting department.

1. Security Deposit as per clause no 15 of NIT

2. Labour License (as per statutory requirements)

3. EPF Code Registration number with RPFC/ARPFC

4. Insurance Contractor All Risk (CAR) Policy

5. Workmen compensation policy

20.02.1 Material advance against receipt of reinforcement steel and structural Steel:

For structural steel and reinforcement steel, material advance shall be paid @ of Rs. 30000/MT on receipt of material at site and on acceptance of material on interest basis @ 12% per annum, subject to submission of Security Deposit as per clause no 15 of NIT. Recovery of material advance along with interest shall be done, against RA bill for the quantity of work of reinforcement and structural steel completed in all respect. Recovery of payment made against supply of material in excess of actual quantity of work executed shall be done before final bill at the discretion of Engineer In Charge. Material to be weigh at RCF weigh bridge. Any wastage in material shall be on account of the successful tenderer.

20.02.2 Payment in RA bills shall based on quantity of work executed at site (as per the item of work) & verified by RCF/Consultant as per the item rate in work orders. RCF/Consultant is authorized to allow part rate/reduced rate for any item of work. The engineer in charge RCF/Consultant shall specify the reason for the part rate payment in the RA bill.

20.02.3 Payment has been made in RA bill for any item of work but later on some defect is noticed RCF/Consultant is authorized to disallow the payment in successive bill till rectification of the work.

Page 21: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 16 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

20.03 Balance 10% (Retention Money) shall be released along with final bill subject to the

following: The status of contractor as L-1 bidder shall be ensured keeping in view of final executed bill of quantity. All the valid tenders considered in evaluation at the time of award of work shall be re-evaluated at the respective quoted rates with a view to assess whether L-1 contractor price of completed works continuous to be the lowest. In case, after such re-evaluation, final contract value is not the lowest, the contractor shall reimburse the owner the difference in the amount between the re-evaluated tender and the lowest tender amount. This difference of amount shall be adjusted from the final bill. However, if the amount recoverable exceeds the amount payable in final bill, the balance amount shall be recovered by the Owner, from the retention money and or performance bank guarantee/any other moneys or bank guarantees available with the owner for any other job being done by the contractor. The contractor shall restore the performance guarantee to the requisite value to the extent of 10% of contract price in such case where recovery is required to be affected by the encashment of full amount or a part of the performance bank guarantee as soon as the contractor receives such intimation from the owner/consultant.

20.04 The running on A/c Bills shall be submitted on monthly basis.

20.05 The final bill complete in all respect shall be submitted by the contractor within three (3) months of certified completion of work. The bill should be accompanied along with the following documents.

1. Job completion certificate.

2. No claim certificate on Owner’s prescribed profarma.

3. Site clearance certificate. 4. Performance guarantee duly amended to cover certified maintenance period.

5. Material reconciliation statement (statement of material issued by Owner or Consultant to be got certified from stores dept.).

6. Indemnity certificate towards labour payment and all statutory payments.

No claim shall be entertained after receipt of final bill. Settlement of final bill shall be made subject to settlement of all disputes and furnishing of all required documents/clarifications and grant of extension of time, if any, by Owner’s competent authority.

Page 22: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 17 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

21.0 VARIATION IN SCOPE OF WORK_& EXTRA ITEMS:

Quantities indicated in Schedule of quantities are subject to variation on either side. The quantity of individual item may be deleted. Contractor shall not be entitled for any compensation on this account and the quoted rates shall hold good for such Quantity variations etc. plus or minus 25% increase in the overall initial work value shall be allowed as per the sole discretion of RCF as per requirement in the work and RCF reserves the right and it is binding on the part of Contractor to adhere with the terms & conditions of the awarded contract

In case of executing of items of work not included in the rate schedule , the rates for such items shall be fixed / derived on the following basis after prior written approval of Engineer, following the order of basis as under. a) Similar item-rate basis or otherwise. b) On basis of latest Fair Market Schedule of Rates of CPWD or otherwise c) On prevailing market rate basis for deployment of work force and requisite materials in

the work with an addition of 15% thereon for profit and overhead charges.

22.0 FORCE MAJEURE: Neither the Contractor nor RCF shall be considered in default in the performance of their obligations as per the contract so long as such performance is prevented or delayed because of strikes, war, hostilities, revolution, civil commotion, epidemics, accidents, fire, cyclone, flood or because of any law and order proclamation, regulation or ordinance of Government or subdivision thereof or because of any act of God, provided it shall promptly, in any case not later than 14 days of happening of the event, notify the other, the details or of the Force Majeure and the influence on its activities under the contract. The proof of existence of Force Majeure shall be provided by the party claiming it to the satisfaction of the other. Should either party be prevented from fulfilling the obligations provided for in the contract by the existence of causes of Force Majeure lasting continuously for a period exceeding 3 months, then the parties shall consult immediately with each other with regard to the future implementation of the contract. In the event of indefinite delay, even if arising out of reasons due to Force Majeure, RCF shall have the right at their discretion to can the order or part of the work order without any liability on their part to make any payment to the Contractor, while reserving the right to claim refund of any payment if advanced or paid to the Contractor.

23.0 JURISDICTION :

The contract shall be deemed to have been entered into at Mumbai and all causes of action in relation to the contract will thus be deemed to have been arising only within the jurisdiction of the Mumbai Courts.

Page 23: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 18 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

24.0 DISPUTES AND ARBITRATION :

In the event of any question, dispute or difference arising under this contract, the same shall be referred to the sole arbitration of a person appointed to be the Arbitrator by CMD, RCF. It will be of no objection that the Arbitrator is in service of RCF, that he had to deal with the matters to which the contract relates or that in the course of his duties as an employee of RCF he had expressed views on all or any of the matters in dispute or difference, the Arbitrator shall give a reasoned or speaking award. The award of the Arbitrator shall be final and binding on the parties to this contract. In the event of the arbitrator dying, neglecting or refusing to act or resigning or being unable to act for any reason, it shall be lawful for the CMD of RCF to appoint another Arbitrator in place of outgoing Arbitrator in the manner aforesaid. The venue of Arbitration shall be Mumbai. In the event of any dispute or difference between RCF and any other Public Sector Undertaking or between RCF and Government Department relating to the interpretation and application of the provisions of the Contract, such dispute or difference shall be referred by either party to the Arbitration machinery provided by the Department of Public Enterprises.

25.0 FACILITIES TO BE GIVEN BY RCF :

At single point at site Power shall be made available free of cost and water shall be made available on chargeable basis and the cost recovered from Contractor’s bill at rate of 1.50% (One point Fifty percent) of total executed work value. Further distribution shall be arranged by Contractor. All electrical installations put up by Contractor shall be in conformity with Indian Electricity Act (latest edition) or rules there-under. No claim in any form on account of failure of power/water supply will be entertained. The Contractor shall communicate his power requirements to the Owner/ Consultant within 7 days of the placement of LOI/Work Order to allow the planning of the temporary electrical distribution. Power, subject to availability, will be made available free of cost at one point within 100 meters distance from Contractor’s work site and shop, Contractor shall make his own arrangement at his cost for drawing power from the Owner’s distribution boards to his own distribution board. The power supply shall be made available at 415V.3 phase 50 Hz. four wire system. The contractor shall communicate his water requirements to the Owner/ Consultant within 7 days of the placement of LOI / Work order. Contractor shall be provided with limited amount of open space near the site, free of cost. He shall not use at any time any other open / covered land near the site other than the space provided for his use, without the permission of RCF. Contractor shall specify his minimum requirement of space at site well in advance.

Page 24: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 19 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Contractor will be permitted to construct temporary sheds at the space allotted to him at his own cost to accommodate his site office / stores. Any temporary structure set up at site by Contractor shall be of sound construction and Contractor shall be solely responsible for any damage or consequence thereof of the same. Any temporary structure made by Contractor in connection with the work shall be dismantled and removed by him and entire area where the work was performed cleared of any surplus or scrap materials, rubbish or debris within thirty days of issue of Taking over Certificate or such earlier date as RCF may require. In order to complete the work in the scheduled time, the Contractor will be allowed to work beyond normal working hours.

26.0 LAWS PERTAINING TO LABOUR: (i) Contractor shall obtain all licenses / permits required for the employment of labour at site under

relevant laws and shall maintain all such registers / records as required by such laws in force for the time being and display such information and notices as are required. Any information required by Personnel & Welfare Department of RCF for discharge of obligations under such laws shall be promptly furnished by the Contractor.

The Contractor shall keep the Employer - RCF indemnified in case of any action is taken against the Employer by the competent Authority on account of contravention of any of the provisions of any Act or rules made thereunder, regulations or notifications including amendments. If the Employer is caused to pay or reimburse such amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications/bye laws/Acts/Rules/ regulations including amendments, if any, on the part of the Contractor, the Employer-RCF shall have the right to deduct any money due to the Contractor including Security Deposits/pending and other running bills.

Any obligation, financial or otherwise imposed under any statutory enactment, rules and regulations which is prospectively (giving retrospective effect) thereunder shall be the sole responsibility of the Contractor.

The Contractor shall furnish the following information to the Personnel Dept., within 7 days of the receipt of the Work Order or actual date of commencement of work, whichever is earlier through Execution Dept. • Work Order Copy.

• ESI & PF Allotment letter.

• Labour Licence/application for Labour Licence for Form No.V by the Principal Employer, if applicable.

• Nature of work and the no. of workers to be engaged from the date of commencement of work.

Page 25: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 20 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

• List of sub-Contractors, if any, to execute the work along with detail information of Sub-Contractors. • Exact period of Contract as well as Contract value.

• Rate of Wages and the date of payment.

Execution Dept., may please ensure that all above documents are forwarded to Personnel Dept., by the Contractor through Execution Dept. This must reach to Personnel Dept., before forwarding first bill of Contractors for payment so as to comply with the requirements of Law.

SAFETY OF WORKERS: (For Site Job)

Contractor shall take clearance from Safety Department before start of any job within factory premises and their advice shall be implemented in letter & spirit.

Report of every accident minor or major must be immediately submitted to the Chief Safety

officer, RCF Chembur by Shift Incharge and Site Incharge of the Contractor.

Every employee of the Contractor must undergo the job safety training conducted by RCF Safety Dept, as per advice of Chief Safety Officer, RCF, Chembur. Contractor shall report to Safety Department for above course.

Contractor must supply necessary safety appliances to his workmen and workmen must wear

appropriate safety appliances e.g. Helmet, Gas Masks, Safety Belt etc. while working. All safety appliances shall be of good quality, standard make and BIS certified.

All tools, tackles etc. used by the Contractor shall be in safe working condition and shall be certified by the competent person as per statutory requirements, and any damaged/unsuitable tools & tackles must be removed from the Site.

Contractor shall not undertake any work within the Battery Limits of the Plants, unless proper and

valid Safety Work Permit is obtained from concerned Plant/ Dept.

In case any of the safety provisions are violated, the entry Gate Pass of the concerned Worker/workers shall be suspended and necessary action will be taken.

The Contractor shall abide by all the directives of RCF and statutory bodies regarding Safety of

his workmen, equipments etc. issued to him from time to time.

The Contractor shall submit, before actual commencement of the work, the Names, Permanent & Present Address / Age / Qualifications, experience and two Passport size photographs of all employees to be placed at Site to RCF’s Personnel Dept. Any addition to the strength or Workers shall also be intimated to RCF immediately with all details.

Page 26: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 21 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

After completion of job at the site, contractor shall remove all unwanted/ scrap material, material

used during the course of the job, e.g. scaffolding tubes, tools/tackles, metal plates, wooden planks, cotton rags, empty drums, etc. from site and clean up the concerned area to maintain Good housekeeping inside the Plant. A certificate of completion/ surrounding area cleaned-up, shall be obtained from the concerned Plant authority and the same shall be made a part of the job completion document.

Dress Code: All contractor workmen should have dress i.e. proper fitting shirt, pant and shoes in factory premises. Personal protective equipments applicable for specific jobs shall be used as additional measures.

Horse-play, fooling, quarrels/ fights, over speeding of vehicles, talking on mobiles while driving the vehicles, more than two persons on a two wheeler, smoking in Plant area is strictly prohibited.

Contractor shall have appropriate mode of transport of the material like tempo, truck, tankers etc. in good condition with valid RTO registration and other statutory documents. The drivers should have valid driving license and they must abide by RTO regulations inside the factory. PENALTIES FOR NON ADHERENCE OF SAFETY :- The party shall be penalized for any violation of safety rules by their workers/supervisors at workplace during execution of job. Monetary Penalty shall be imposed as per below list for safety violations. Repeated violations shall lead to suspension /stoppage of the work and cancellation of Work Order. Following shall be termed as violation of safety rules and the monetary fine imposed upon the party shall be as elaborated below :- i) Person not wearing safety helmet during working as per job requirement : Rs. 500/- per

each person. ii) Person not wearing shoes during working as per job requirement: Rs. 500/- per each

person. iii) Person not wearing Safety belt (double lanyard full body harness) during working as per the job requirement: Rs. 1000/- per each person. iv) Person not wearing face shield during working as per the job requirement: Rs. 500/- per

each person. v) Person working with lifting/lowering tools/tackles without valid test certificate: Rs. 2000/- per tool/tackle. vi) Person working with electrical supply connection without appropriate plug point: Rs.

1000/- per plug pin connection. Police Verification of all the persons employed for the job shall be done by successful contractor, no extra payment shall be done on this account.

Page 27: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 22 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

HEALTH, SAFETY AND WELFARE

The Contractor should ensure the Industrial and Occupation Hazard and to ensure safe and healthy working conditions at work for the compliance of the Provisions of Factories Act, 1948. The Contractor should provide all the Safety measures and appropriate Supervision to ensure the safety at work site.

The Contractor shall ensure that only medically fit persons are engaged for job after medically examined by a competent Doctor.

Page 28: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 23 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Page 29: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 24 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Page 30: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 25 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Page 31: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 26 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Page 32: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 27 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Page 33: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 28 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Page 34: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 29 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

LABOUR LICENCE (i) Contractor engaging 20 or more workers must obtain valid Labour Licence for employing no., of

persons as Contract Labour and it should mentioned the location and the maximum no. of contract labour to be employed/ engaged before actual execution of work and copy be forwarded to Personnel Dept., before actual execution of work. The Contractor shall not undertake or execute any work through contract labour except under and in accordance with the licence issued on that behalf by the Licensing Officer. The licence may be renewed as per the requirement.

(ii) Contractor shall keep muster rolls of the labour employed at site noting their attendance and

wages. Payments to them shall be made as per rules in the force. Such rolls shall always be open for inspection by RCF.

(iii) Contractor must obtain Registration No. under Bombay Labour Welfare Fund Act & also submit

ESI,PF, allotment letter issued by Govt. authorities to RCF before execution at work at RCF site. (iv) If the work entails employing 20 (twenty) or more contact workers, the Contractor should obtain

a license from competent authority as per provisions of contract labour (Regulations and Abolition) Act-1970 and the Maharashtra Contract Labour (R&A) Rules – 1971 and produce copy before actual commencement of work at RCF site..

(v) The Contractor will be liable for payment of all claims of damages, compensation or expenses

payable as a result of any accident or injury or death sustained by workmen employed or used by him in execution of this contract, which he is liable to pay by rule, law or order of Government. The expenses, if any, incurred by RCF on the above will be recovered from the Contractor, from any amount that may be due from RCF to the Contractor. If any accident or injury or death is sustained by any worker, the Contractor should immediately inform RCF in writing giving full particulars about the injured person for preparing the accident report and giving the necessary first aid.

(vi) The Contractor shall ensure that at all times the persons appointed by him to serve in the

company’s premises are physically fit and are free from any disease, injury or illness, contagious or otherwise, in order to ensure that a healthy, hygienic and clean services are maintained.

(vii) If required, the employees and those declared unfit shall be removed by the Contractor taking action promptly.

(viii) The Contractor shall ensure that the person or persons appointed or to be appointed by those for

service in the company’s premises do not suffer from any legal disqualification for service by reason of his age or any law or statute in force from time to time or any other reason whatsoever.

Page 35: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 30 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

(ix) The employees of the Contractor shall be liable to search by the Company’s Security Force and shall have to strictly observe the Company’s directions.

(x) If the Company is not satisfied with the services for conduct of any of the employees of the Contractor for any reason whatsoever, the Contractor shall remove such employees from the Company’s premises.

(xi) The Contractor shall comply with all the Central, State and Municipal laws and rules and shall be solely responsible for complying with the provisions. Any obligations, financial or otherwise, imposed under any statutory enactments, rules, and regulations there under seven intimated shall be the sole responsibility of the Contractor.

(xii) The Contractor should deposit the P.F & ESIC contributions on every calendar month; the Contractor should give such list of employees and recovery of P.F. & ESIC from them as also the Contractor’s contribution. The bill shall be passed for payment only after the Contractor produces the receipts of P.F. as well as ESIC contributions of workers.

(xiii) The Contractor shall cover their employees under the Group Personal Accident Insurance Scheme.

(xvi) Engagement of child Labour / Adolescent is prohibited and any one violating this clause will be Black Listed and whenever there are violation of the Provisions, the Company will resort to legal action against the Employer as deemed fit.

(xv) All persons employed by the Contractor shall be his own employees for all intends and purposes i.e., Contractors own strength. Contractor Supervisors should available to give instructions to the Contractor workers and will supervise the entire work.

(xvi) The Contractor shall ensure that he, his sub-Contractor and his, or their personnel or

representatives shall comply with all safety regulations issued from time to time by the Company.

Any contract labour problem arising out of contract terms will have to be sorted out and settled

by the Contractor and RCF will not own any responsibility in this regard of whatsoever nature. PRE-EMPLOYMENT MEDICAL EXAMINATION (BEFORE ENGAGEMENT) OF CONTRACT WORKERS “Contractors will have to submit a certificate of fitness in Form 6 in respect of workers to be

engaged inside the factory and no person/ contract labour shall be employed without the valid certificate of fitness”.

Page 36: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 31 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Execution Department while granting the permission for entry of contract workman shall ensure that a certificate is produced by the Contractor in respect of each worker engaged and the copy of the same is maintained in the record so as to produce to be authority whenever asked for.

It is the responsibility of the Contractor to get the Pre-Employment Medical Examination of his workers, done from the Doctor/Agency whose addresses are available with the contract awarding Authority (Execution Dept.), so as to get the certificate from the said Competent Authority. Such Pre-Employment Fitness Certificate obtained by the Contract Awarding Authority/ Department from each Contractor and maintained separately would be periodically checked at random by the Factory Medical Officer/ Welfare Officer.

GROUP INSURANCE :

The Contractor must take Policy under Group Personal Accident Insurance Scheme through Rashtriya Chemicals & Fertilizers Limited and make provision for premium.

27.0 STATUTORY REGULATIONS :

Contractor shall, in all matters arising out of performance of the work order conform at his own expenses with all Acts Orders, Regulations Rules & Bye-laws of Government of India, State Governments, local bodies and other authorities there-under, for the time being in force and applicable to the work. Contractor shall also ensure that any temporary installation, facilities set up by him to carry out the work conform to such regulation, prior to putting the same into use. Any work or part thereof rejected for non-compliance with statutory regulations shall be modified or replaced by Contractor at no cost to RCF within the agreed time schedule so as to make it conform to applicable regulations. Contractor shall also hold RCF harmless from liability or penalty which might be imposed by reason of any asserted or established violation of such acts, regulations, rules etc.

STATUS OF THE CONTRACT LABOUR

All the labours employed and engaged by the Contractor shall be the Contractor’s employee for all indents and purposes and compliance of all statutory laws are concerned.

28.0 SUB CONTRACT

In the event that Contractor intends to employ sub-Contractors then the written consent of RCF should be obtained before the work is being subcontracted. Subcontracting shall not imply any limitation of Contractor’s liability to fulfill the work order. If the sub Contractor should appear unfit to carry out his part of the work order or the progress of the sub-Contractor’s work is such that the planned Time of completion within the terms of the order is jeopardized, RCF has the right to instruct Contractor in writing to terminate the sub-contract at a short notice. The Contractors or the sub-Contractors will not employ any inter-state migrant labour without the permission of Principal Employer. Execution Department must ensure that the following three Proforma with relevant details are submitted to Personnel Department. 1] Indemnity On 200 Rs. Stamp paper for issuing Form V to obtain

Page 37: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 32 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Bond Labour Licence to be submitting by Main Contractor. 2] Affidavit On 100 Rs. Stamp paper to be signed by sub-Contractor

about the Compliance of ESI & PF. 3] Undertaking On letter head to be signed by Main Contractor for

engaging sub-Contractors. 29.0 RCF’s REPRESENTATIVE :

The Engineer appointed by RCF at site shall be responsible for all matters concerning this work, except as otherwise provided herein. All instructions and directions at site to the Contractor shall be issued by the Engineer in writing to Contractor and Contractor’s representative/s at site. Contractor shall carry out the work under the direction of and to the satisfaction of the Engineer-and in accordance with the provisions herein.

30.0 CONTRACTOR’S REPRESENTATIVE:

Contractor shall depute technically qualified, competent and experienced supervisors whose name, qualifications and experience shall be intimated in writing to RCF. The supervisors shall be present at site during working hours and any instruction / directions or other communications delivered to them by Engineer shall be deemed to have been received by Contractor.

31.0 MATERIALS:

Contractor shall have to make their own arrangement for procurement for all materials required for the execution of the work (as mentioned in BOQ). The receipts, test certificates etc., shall be furnished by the Contractor as insisted by Engineer-. An account of consumable materials procured and actually consumed in the work as compared to the theoretical requirement shall be prepared in consultation with Engineer.

32.0 GENERAL : (i) During execution the Contractor shall at all times keep the work and storage area free from

accumulation of waste materials or rubbish. After completion of the work, the Contractor shall remove or dispose off, in a satisfactory manner, all temporary structure, waste and debris and leave the premises in a condition satisfactory to RCF.

(ii) The Contractor shall not object to the execution of work by other Contractors or tradesmen and

offer them every facility for the execution of their several works simultaneously with his own.

(iii) The Contractor shall carry out all his works at site in close consultation with RCF so that other works at the site are not impeded.

Page 38: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 33 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

(iv) The Contractor shall submit Fortnightly Progress Report of the work to Engineer in a mutually agreed format.

(v) The Contractor shall provide at his own cost all necessary safety measures required to protect the public as well as his workmen from accident by providing safety belts, helmets, safety shoes etc. as and when required and shall be bound to bear the expenses of defense of any action or legal proceedings that may be brought by any person for injury or death sustained owing to the neglect of safety precautions and to pay any damages and costs which may awarded in consequence as per rules in force.

(vi) The Drawings and Detailed technical specification shall be supplied in stages, after the award of work, keeping in view the site requirement.

(vii) FABRICATION DRAWINGS FOR STRUCTURALS The CONTRACTOR shall prepare and submit fabrication drawings in triplicate for preliminary approval of CONSULTANT. Fabrication drawings shall be based on design drawings issued by CONSULTANT. One copy of these preliminary drawings duly corrected and signed wherever necessary shall be returned to CONTRACTOR for incorporation of the corrections. After incorporating the corrections, the CONTRACTOR shall submit in 8 (eight) copies of the drawings for final approval. Each drawing shall be accompanied by:- a) Bill of materials giving all details including sizes, numbers and weights. b) Two copies of design calculations for the design of joints. All the joints shall be designed

for full strength of members; unless otherwise specified. Nothing extra shall be payable to Contractor for preparation of fabrication drawings, material lists design calculation etc. Approval of fabrication drawings, however, will not absolve the CONTRACTOR of his responsibility for the safety and correctness of the fabrication details.

c) In case the CONTRACTOR wants to get the fabrication drawings prepared from other agencies, Owner/Consultant’s approval for appointing such agencies shall be obtained by CONTRACTOR before appointing the agency. For this, CONTRACTOR must submit the credentials of the agency along with the request for approval.

d) The Contractor shall supply three (3) sets of as built drawings also, after completion of work but well before the submission of final bill.

(viii) The Contractor shall carry out the work in a manner that would ensure the safety of the property and the personnel working at / near the site and if RCF objects to any unsafe practice in use, the Contractor shall rectify it at his own cost. It shall be the responsibility of the Contractor to install and maintain adequate safety devices, to meet the requirement of all statutory regulations in vogue from time to time and to the satisfaction of RCF. Such safety devices shall include, but not

Page 39: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 34 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

limited to, temporary guards, shores, bracing, scaffolding, guard rails, fences, temporary floorings, notice boards, lights, watchmen etc. to protect and warn the public and guard the works.

(ix) Normally Contractor shall not carry out any work during holidays, Sunday and during night (i.e. between sunrise and sunset duration) without the written permission of the Engineer in-charge. If at any time, the Owner/Consultant is of opinion that the Contractor has fallen behind the approved construction schedule, the Owner/Consultant may, without any cost to Owner/Consultant, require the Contractor to take such steps as may be necessary to improve his progress, especially require him to employ overtime operations, increase the number of shifts, work on holidays and Sundays or increase the capacity of his construction plant and equipment and require him to submit evidence demonstrating the manner in which the Contractor proposes to comply with the construction schedule. Failure of the Contractor to comply with the above will be considered a failure to execute the work with due diligence.

(x) PRE-REQUISITES FOR ISSUE OF GATE PASSES FOR ENTRY

A] WC Policy for Personnel {s} deployed for execution of the job valid till the date of completion of job

B] PF account no. of the individual {s} duly verified by deputing authority on company’s Letter Head and confirming due compliance with the provisions of employees Provident Fund Act 1952 and schemes formulated therein.

C] Two Passport size photographs of the individual[s]

D] Details of manpower mobilised and Gate pass request on letter head

E] Medical fitness certificate from qualified Doctor [MBBS]

F] Safety shoes, Helmet and any other safety appliances required for Safe Execution of job G] Labour License in case the number of labourers engaged is 20 or more H] ESIC registration no. of individual I] satisfactory character verification certificate from Police J] Valid photo ID proof issued by Government

(xi) Penalty Clause for Thermoplastic electrical extension boards fitted with ELCB: The contractor shall be penalized in case of non-return of extension board or return of damaged extension board issued by RCF during job execution. Monetary penalty shall be imposed as per below: 1. A penalty of Rs 7360.00 plus GST per extension board, whichever is applicable at the time of imposing penalty for non-return of thermoplastic extension board. 2. A penalty of Rs 3680.00 plus GST per extension board, whichever is applicable at the time of imposing penalty for return of damaged thermoplastic extension board.

Page 40: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 35 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

ANNEXURE - V

(FORMAT FOR SOLVENCY CERTIFICATE) ( on Bank’s Letter Head )

______________________________________________________________________ REF NO:………………… DATE:……………,,,,,,,,,

To Whomsoever Concerned

This is to certify that to the best of our knowledge and information, M/s

___________________________ (Bidders name with complete address), a customer of our Bank, is

respectable, and is capable of executing orders to the extent of Rs_________

(Rupees________________________). M/s _________________ have been our customer since

______ to date and has been granted the following limits, at present, against various facilities granted by

the Bank:

……………………… ……………..

……………………… ……………...

This certificate is issued without any guarantee, risk or responsibility on behalf of the Bank or any of its

officials.

This certificate is issued at the specific request of the customer.

Yours faithfully, (Bank Official’s signature & stamp

Page 41: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 36 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

ANNEXURE - VI PROFORMA OF BID SECURITY (EMD in BG Form) 

(To be submitted on Rs.500/‐(Five Hundred) non judicial stamp paper) 

Bank Guarantee No: ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ Dated. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  M/s Rashtriya Chemicals and Fertilizers Ltd, …………………., …………………..  Dear Sirs, This  Guarantee  is made  and  issued  on  this  day  ___________________________  by  _________________  ,  a Banking  Company  incorporated  under  Banking  Regulation  Act,  having  its  registered  office  at ______________________ (herein after called BANK which expression shall unless repugnant to the context or contrary  to  the meaning  thereof  include  its  successors  and  assignees)  in  favour  of  Rashtriya  Chemicals  and Fertilizers  Limited,  a  Company  incorporated  under  the  Companies  Act  and  having  its  registered  office  at “Priyadarshni”, Eastern Express Highway, Sion, MUMBAI – 400 022  (hereinafter called  “RCF” which expression shall unless repugnant to the context or contrary to the meaning, thereof, include its successor and assignees)  

WHEREAS the RCF issued a Notice Inviting Tenders (NIT) no.‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐dated‐‐ ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐,  inviting  offers  for  supply/undertake  ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  project  (hereinafter  referred  to  as  the Material/Project) and,  in response there to, M/s ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ a Company  incorporated in ‐‐‐‐‐‐‐‐‐‐‐‐ having its registered office at ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ (hereinafter called “BIDDER”) offered to supply Material/undertake the Project.  

AND  WHEREAS  the  NIT  provides  inter‐alia,  that  a  BID  BOND  for  an  amount  of  Rs.______ (Rupees______________  only)  shall  be  submitted  to  the  Owner  in  India  by  the  Bidders  along  with  their respective  bids,  and  that  if  such  bidder withdraws  his  bid  at  any  time  before  the  execution  of  the  contract between RCF and the successful Bidder on or before ____________ or changes the terms and conditions of the bid without RCF’s  consent, or  if  a Bidder on becoming  the  successful bidder,  fails  to or  refuses  to  execute  a contract  and/ or  to  furnish  a performance bond  to RCF  after  the  issue of  a  Letter of  Intent  to him,  then  the security delivered on this bid bond shall thereupon be due and owing to OWNER as liquidated damages.  1. In consideration of BIDDER’s bid submitted to RCF for supplying Material/undertaking Project, we ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

‐bank hereby agree to pay the RCF an amount not exceeding Rs. ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ (Rupees ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ only) on demand if the BIDDER – (i) withdraws  his  proposal  at  any  time  before  the  execution  of  contract,  in  accordance  with  the  Bid 

Invitation/NIT between OWNER and the successful Bidder on or before __________________, or (ii) changes the terms and conditions of the bid submitted by him without RCF’s consent, or 

Page 42: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 37 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

(iii) on RCF deciding the BIDDER as successful bidder and there upon issuing Letter of intent to the BIDDER by RCF, the BIDDER  (as the successful bidder) fails or refuses to execute a contract and/ or furnish a Bank Guarantee as security deposit and performance guarantee for the faithful performance of the contract, in accordance with the terms and conditions of NIT. 

 2. The  BANK  declare  that  it  is  holding  the  amount  of  Rs.‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  (Rupees  ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  only)  at  RCF’s 

disposal and hereby promises and shall be bound  to pay  to RCF,  forthwith and without demur, on a mere demand made in writing by RCF, stating that the BIDDER has failed to fulfil one of the conditions mentioned in (i) or (ii) or (iii), of clause 1 hereinabove.  

3. This  Guarantee  shall  be  valid  in  respect  of  the  claim  lodged  by  OWNER  with  BANK  on  or  before ____________ or any further extended date of the Bank Guarantee. 

 4. We,  _________  (bank)  undertake  to  pay  RCF  the  money  so  demanded  forthwith,  notwithstanding  any 

dispute(s)  raised by  in  any  suit or proceedings pending before  any  court or  tribunal  relating  thereto, our liability  under  these  presents  being  absolute  and  unequivocal.  The  payment  so made  by  us  under  this guarantee shall be a valid discharge of our liability for payment there under and that RCF shall have no claim whatsoever against us for making such payment. 

 5. The claim if any, under this Guarantee, shall be lodged at (bank‐branch and address) ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

‐‐‐‐. 6. The BANK hereby agrees that the Courts in Mumbai shall have exclusive jurisdiction in any matter of dispute 

between RCF and the BANK and that all the future correspondence in regard to this bank guarantee shall be addressed  to  Chief  Finance Manager,  Rashtriya  Chemicals  and  Fertilizers  Limited  Administrative  Building, Mahul Road, Chembur, Mumbai 400 074. INDIA.  

7. This Guarantee  shall be  in  addition  to  and  shall not  in  any way be prejudiced  and  affected by  any other security now or hereafter held by RCF for all or any part of the moneys herein mentioned. 

 8. We have the power to issue this Guarantee in your favour under the Charter of our Bank and the undersigned 

has full power to execute this Guarantee under the Power of Attorney granted to him by the Bank.  SIGNED AND DELIVERED ON THIS _______________ DAY OF ________  Yours faithfully,  For and on behalf of _____________________. (bank)   Signature of Authorised Official of bank  Name of the Official:  Designation of the Official:  

Page 43: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 38 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Name of Bank:  Branch:  Address of Branch:  Telephone / Mobile No :  Fax No:  Email Id: 

Page 44: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 39 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

ANNEXURE - VII PROFORMA FOR GUARANTEE FOR ADVANCE PAYMENT (On Rs.500/- Stamp Paper) In Consideration of M/S Rashtriya Chemicals & Fertilizers Limited, a Company incorporated under Companies Act,1956 and having its registered office at Priyadarshini, Eastern Express Highway, Sion, Trombay Road, Mumbai-400022 (hereinafter referred to as "RCF" , which expression unless repugnant to the context and meaning thereof shall include its successors and assigns) having agreed to make advance payment of Rs_______ (Rupees_____________) in one or more installments to M/S ________a company incorporated under ___________Act and having its registered office at __________________(hereinafter referred to as "CONTRACTOR " which expression unless repugnant to the context and meaning thereof shall include its successors and assigns), provided the CONTRACTOR furnishes a Bank Guarantee for the said sum of Rs. _______ (Rupees _______________) as required under the terms and conditions of CONTRACT/WORK ORDER/Purchase Order no. ______dated ________(hereinafter referred as the 'Order') placed by RCF on the said CONTRACTOR, We , ______________Banking Companies incorporated under the Banking Regulations Act, having our registered office at __________(hereinafter referred to as the 'BANK' which expression shall include its successors and assigns) do hereby undertake to pay RCF an amount not exceeding Rs ___________on demand made by RCF on us due to default in repayment of the advance and/or applicable interest thereon by the said CONTRACTOR. 1. We, ____________the BANK hereby undertake to pay the amount under the guarantee without demur merely on a demand from RCF stating that there is a default in repayment of advance and/or interest by the CONTRACTOR or that, by the reason of the CONTRACTOR'S failure to comply with the terms and conditions as stipulated in the Order or amendments(s) thereto RCF is of the opinion that said CONTRACTOR would not repay the said advance and/or interest. The demand made by RCF on the BANK shall be conclusive as to the default and also as to the amount due and payable by the BANK under this guarantee, notwithstanding any dispute or disputes raised by the said CONTRACTOR regarding the validity of such default and we agree to pay the amount so demanded by RCF without any demur. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs________ 2. We, _____________the BANK further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the recovery of the said advance along with interest thereon and that it shall continue to be enforceable till the dues of RCF under or by virtue of the said Order have been fully paid and its claims satisfied or discharged . 3. We, _____________the BANK undertake to pay to RCF any money so demanded notwithstanding any dispute or disputes raised by the said CONTRACTOR in any suit or proceedings pending before

Page 45: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 40 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

any court of tribunal relating thereto as our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the said CONTRACTOR shall have no claim against us for making such payment. 4. We, ________the BANK further agree that RCF shall have full liberty, without our consent and without affecting in any manner our obligation hereunder, to vary, any of the terms and conditions of the Order or to extend time for completion of the contractual obligation by the said CONTRACTOR from time to time or to postpone, for any time or from time to time, any of the powers exercisable by RCF against the said CONTRACTOR and to forbear or enforce any of the terms and conditions relating to the order and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said CONTRACTOR or for any forbearance, act or omission on the part of RCF or any indulgence by RCF to the said CONTRACTOR or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions, have effect of so relieving us. 5. In order to give full effect to this guarantee, RCF will be entitled to act as if the BANK were the principal debtor and the BANK hereby waives all rights of surety ship. 6. Our liability under this guarantee is restricted to Rs___ and shall remain in force upto______ and unless demand or claim under this guarantee is made on us on or before the said the date of expiry, we shall be discharged from all liabilities under this guarantee thereafter. 7. This guarantee will not be discharged due to change in the constitution of the BANK or of the said CONTRACTOR. 8. The BANK hereby agrees that the Courts in Mumbai shall have exclusive jurisdiction in any matter of dispute between RCF and the BANK and that all the future correspondence in regard to this BANK guarantee shall be addressed to Chief Finance Manager, Rashtriya Chemicals &Fertilizers Ltd, Priyadarshini Building, Sion – Trombay Road, Sion, Mumbai 400 022. 9. We, _________________ the Bank lastly undertake not to revoke this Guarantee. Signed on the ______ day of ________ For the Bank Signature Name(s) & Designation(s) Witness Name & Address.

Page 46: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 41 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

ANNEXURE –VIII

FORMAT FOR BANK GUARANTEE TOWARDS SECURITY DEPOSIT AND PERFORMANCE GUARANTEE (To be submitted on Rs. 500/- non judicial stamp paper) Bank Guarantee No. __________ dated ________ M/s Rashtriya Chemicals & fertilizers Ltd, …………………., ………………….. ………………….. Dear Sirs, In consideration of M/s Rashtriya Chemicals and Fertilizers Limited, [hereinafter referred to as ‘RCF’, which expression unless repugnant to the context and meaning thereof shall include its successors and assigns], having agreed to exempt, M/s __________________________________having its registered/principal office at ______________________________________________ [hereinafter referred to as ‘Supplier / Contractor’ which expression unless repugnant to the context and meaning thereof shall include its successors and assigns], from depositing with RCF a sum of Rs.___________ towards security / performance guarantee in lieu of the said Supplier / Contractor having agreed to furnish an irrevocable bank guarantee for the said sum of Rs. _________ as required under the terms and conditions of Contract / Work Order / Purchase Order no. ______________________ dated __________ [hereinafter referred as the ‘Order’] placed by RCF on the said supplier / contractor, we, ____________________________________________ [hereinafter referred to as ‘the Bank’ which expression shall include its successors and assigns] do hereby undertake to pay RCF an amount not exceeding Rs. ______________ [Rupees _________________ ] on demand made by RCF on us due to a breach committed by the said Supplier / Contractor of the terms and conditions of the Order. 1. We ____________ the Bank hereby undertake to pay the amount under the guarantee without any demur merely on a demand received in writing from RCF stating that the Supplier / Contractor has committed breach of the term(s) and/or condition(s) contained in the Order and/or failed to comply with the terms and conditions as stipulated in the Order or amendment(s) thereto. The demand made on the Bank by RCF shall be conclusive as to the breach of the term(s) and/or condition(s) of the Order and the amount due and payable by the Bank under this guarantee, notwithstanding any dispute or disputes raised by the said Supplier / Contractor regarding the validity of such breach and we agree to pay the amount so demanded by RCF forthwith and without any demur. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ______________ [Rupees _________________ ]. 2. We, ______________ the Bank further agree that this irrevocable guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Order and that it shall continue to be enforceable till all the dues of RCF under or by virtue of the said Order have been fully paid and its claim satisfied or discharged or till RCF certifies that the terms and conditions of the Order have been fully and properly carried out by the Supplier / Contractor and accordingly discharge the guarantee. 3. We ________________ the Bank, undertake to pay to RCF any money so demanded notwithstanding any dispute or disputes raised by the said Supplier / Contractor in any suit or proceedings pending before any court or tribunal relating thereto as our liability under this present being absolute and unequivocal. The payment so made by us under this Guarantee shall be valid discharge of our liability for payment there under and the said Supplier / Contractor shall have no claim against us for making such payment.

Page 47: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 42 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

4. We ________________ the Bank further agree that RCF shall have full liberty, without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the Order or to extend time of performance by the said Supplier / Contractor from time to time or to postpone, for any time or from time to time, any of the powers exercisable by the RCF against the said Supplier / Contractor and to forbear or enforce any of the terms and conditions relating to the Order and shall not be relieved from our liability by reason of any such variation or extension being granted to the said Supplier / Contractor or for any forbearance, act or omission on the part of RCF or any indulgence by RCF to the Supplier / Contractor or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so relieving us. 5. In order to give full effect to this guarantee, RCF will be entitled to act as if the BANK were the principal debtor and the BANK hereby waives all rights of surety ship. 6. Our liability under this bank guarantee is restricted to Rs. _________ [Rupees __________________] and shall remain in force up to _______________ and thereafter till the expiry of the extended period, if any, (hereinafter Validity period). Unless a demand is made under this guarantee on us in writing at any time from the date of issue of the guarantee till the expiry of the Validity period, we shall be discharged from all liabilities under this guarantee thereafter. 7. The claim, if any, under this guarantee, shall be lodged at (address of BANK & Branch) _________________________________________. 8. This guarantee will not be discharged due to change in the constitution in the Bank or the said Supplier / Contractor or the provision of the contract between Supplier / Contractor and RCF. 9. The BANK hereby agrees that the Courts in Mumbai shall have exclusive jurisdiction in any matter of dispute between RCF and the Bank and the Bank hereby agrees to address all the future correspondence in regard to this bank guarantee to Chief Finance Manager, Rashtriya Chemicals and Fertilizers Limited, Administrative Building, Mahul Road, Chembur, Mumbai 400 074. INDIA. 10. We have the power to issue this Guarantee in your favour under the Charter of our Bank and the undersigned has full power to execute this Guarantee under the Power of Attorney granted to him by the Bank. 11. We, _____________ the Bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of the RCF in writing. SIGNED AND DELIVERED ON THIS _______________ DAY OF _______ Yours faithfully, For and on behalf of _____________________. (bank) Signature of Authorised Official of bank Name of the Official: Designation of the Official: Name of Bank: Branch: Address of Branch: Telephone / Mobile No : Fax No: Email Id

Page 48: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 43 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

ANNEXURE –IX

Page 49: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 44 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Page 50: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 45 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

ANNEXURE –X

Page 51: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 46 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Page 52: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 47 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Page 53: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 48 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Page 54: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 49 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

ANNEXURE –XI

Page 55: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 50 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Page 56: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 51 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Page 57: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 52 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Annexure - XII

Clauses of Integrity Pact RCF is committed to ensure that it carries its business with integrity and transparency. The Company has framed rules to avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to :- Enabling RCF to procure/ undertake the Project/Work(Delete what is not applicable) at a competitive price in conformity with the defined specifications by avoiding the high costs and the distortinary impact of corruption on public procurement, and Enabling BIDDER to abstain from bribing or indulging in any corrupt practices in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and RCF will commit to prevent corruption, in any form, by its officials. RCF has therefore laid down the following transparent procedures ( wherever required is referred to as the ’Integrity Pact’) which is expected to be adhered by the Company as well as the BIDDER: 1. Commitments of RCF:

1.1 RCF undertakes that no official of RCF, connected directly or indirectly with the Project/Work, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any other person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract.

1.2 RCF will, during the pre-contract stage, treat all BIDDERs alike, and will provide to all

BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular Bidder in comparison to other BIDDERs.

1.3 In case any preceding misconduct on the part of any official(s) is reported by the

BIDDER to RCF with full and verifiable facts, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by RCF and such a person shall be debarred from further dealings related to contract process. In such a case while an enquiry is being conducted by RCF the proceedings under the contract would not be stalled.

Page 58: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 53 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

2. Commitments of BIDDER

2.1 The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:

2.2 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,

consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the RCF, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

2.3 The BIDDER further undertakes that it has not given, offered or promised to give, directly

or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of RCF or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with RCF for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with RCF.

2.4 BIDDER shall disclose the name(s) and address(es) of foreign principals, associates,

agents and distributors, advisors, representatives and sub-contractors. 2.5 BIDDER shall disclose the payments to be made by them to agents/ brokers or any other

intermediary, in connection with this bid/ contract. 2.6 The BIDDER further confirms and declares to RCF that he has not engaged any

individual or firm or company, whether Indian or foreign, to intercede, facilitate or in any way to recommend to RCF or any or its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or Company in respect of any such intercession, facilitation or recommendation.

2.7 The BIDDER, either while presenting the bid or during pre-contract negotiations or before

signing the contract, shall disclose complete details of any payments made, is committed to or intends to make to any officials of RCF or their family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

2.8 The BIDDER will not collude with other parties, interested in the contract, to impair the

transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract.

Page 59: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 54 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

2.9 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair

means and illegal activities. 2.10 The BIDDER shall not use improperly, for purposes of completion or personal gain, or

pass on to others, any information provided by RCF as part of the business relationship, such as plans, technical proposals and business details including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care to ensure that no information is divulged to others.

2.11 The BIDDER commits to refrain from giving any complaint in connection with the

Project, directly or through any other manner, without supporting it with full and verifiable facts.

2.12 The BIDDER shall not instigate or cause to instigate any third party to commit any of

the actions aforestated. 2.13 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the

BIDDER, either directly or indirectly, is a relative of any of the employees of RCF, or, if any relative of an employee of RCF has financial interest/stake in the BIDDER, the same shall be disclosed by the BIDDER at the time of filing the tender.

The term `relative’ for this purpose would be as defined in Companies Act, 1956 or any modifications thereof.

2.14 The BIDDER shall not lend to or borrow any money from or enter into any monetary

dealings or transactions, directly or indirectly, with any employee of RCF. 3. Previous Transgression

3.1 The BIDDER declares that no previous transgression occurred in the last three years, in respect of any corrupt practices envisaged hereunder, and/or with any Public Sector Enterprises/ Government department that could justify BIDDERs exclusion from the tender process.

3.2 The BIDDER agrees that if it makes any incorrect statement in the bid, BIDDER can be disqualified from the tender process of the contract, and if already awarded, the Contract can be terminated for such reason.

4. Earnest Money (Security Deposit) 4.1 The earnest Money/ Security Deposit, required to be given by the BIDDER shall be as

mentioned in NIT.

Page 60: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 55 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

4.2 In case the successful BIDDER violates any of the terms of NIT, RCF shall be entitled

to forfeit the EMD/SD without assigning any reason.

5. Sanctions For Violations 5.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or

acting on its behalf (whether with or without the knowledge of the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle RCF to take all or any one of the following actions, wherever required:-

(i) To immediately call off the pre contract negotiations without assigning any reason or

giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue.

(ii) The Earnest Money Deposit (in pre-contract stage) and /or Security Deposit/Performance Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided by RCF, without assigning any reason therefor.

(iii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

(iv) To recover all sums already paid by RCF, together with interest thereon at 2% higher than the prevailing Lending Rate of State Bank of India or at 2% higher than LIBOR as may be applicable based on whether the bidder is an Indian party or a foreign party. If any outstanding payment is due to the BIDDER from RCF in connection with any other contract for any other Project/Work/ Supply, such outstanding payment could also be utilized to recover the aforesaid sum and interest.

(v) To encash the advance bank guarantee and performance bond/ warranty bond, if furnished by the BIDDER, in order to recover the payments, already made by RCF, along with interest.

(vi) To terminate all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to RCF resulting from such termination and RCF shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER.

(vii) To debar/blacklist the BIDDER from participating in future bidding processes of RCF for a minimum period of five years, which may be further extended at the discretion of RCF.

Page 61: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 56 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

(viii) To recover all sums paid, in violation of this Pact by BIDDER to any middleman or agent or broker, with a view to securing the contract

(ix) In case where irrevocable Letters of Credit have been opened in respect of any contract signed by RCF with the BIDDER, the same shall not be opened.

(x) Forfeiture of Performance Bond in case of a decision by RCF to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.

5.2 RCF will be entitled to take all or any of the actions mentioned at para 5.1 (i) to (x) also on the Commission by the BIDDER or any one employed by it or acting on its behalf (Whether with or without the knowledge of the BIDDER) of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

5.3 The decision of RCF to the effect that a breach of the provisions of the conditions has been

committed by the BIDDER shall be final and conclusive on the BIDDER. However, the Bidder can approach the Independent Monitor appointed for the purposes of this Pact.

6.0 Facilitation of Investigation

In case of any allegation of violation of any provisions of these terms or payment of

commission, RCF shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination

7.0 Law and Place of Jurisdiction Indian Law shall be applicable to the NIT and Courts in Mumbai shall have Jurisdiction.

8.0 Other Legal Actions

The Actions stipulated in this Integrity Pact are without prejudice to any other legal action

that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

Validity

The validity of this Integrity Pact shall be from date the NIT is issued and extend upto 5

years or the complete execution of the contract to the satisfaction of RCF and the BIDDER/ Seller, including warranty period, whichever is later. In case BIDDER is not

Page 62: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 57 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

awarded Contract/Purchase Order, this Integrity Pact shall expire after twelve months from the date of issue of the NIT.

Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

Page 63: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 58 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

ANNEXURE - XIII

 VENDOR DATA UPDATION FORM 

  Both New Vendors and Existing Venders may please note that details listed below are required and will used for making all payments POs / WOs, refund of EMDs / SDs, forwarding the details of payments by email,  issue of TDS certificates, Works Contract TDS Certificate, C Form for CST purchases etc. 

  Vendors registered with RCF and currently receiving payment through Direct Bank Credit need to indicate only the RCF Vendor code and may not fill and furnish the other details again, if all the details as above are already furnished to RCF earlier and available in RCF SAP Vendor Master.  

SN  Title  Sub Titles     Purpose to be used for 

I  NAME  Title (Whether Company / M/s / Mr / Mrs / etc.)       

      Name (As it appears on the Bank Cheque)  *    

      Type (Whether for Purchases or Services)     will be filled by RCF 

      RCF  Vendor  Code   (for existing  RCF Vendors)             

     RCF  Vendor  Code   (for new Vendors, RCF will create and fill) 

*  will be filled by RCF 

II  ADDRESS  House/ bldg.  Number  *          Street   *          Street              City / Postal Code  *          District / State  *          Country   *          Region Code  will be filled by RCF 

III  SUPPLY STATE 

District  /  State  (If  the  state from which supplies are going to  be made  is  different  from the  State  given  above,  then specify the Place / State for C‐ forms.) 

*  To be given, if applicable. 

       Other Region Code  will be filled by RCF 

IV  REGISTRATION NUMBER 

Company registration number  *   

V  BIDDER TYPE  India / Foreign  *   

VI  COMPANY DETAILS 

Company's Establishment Year  *   

    Company's Nature of Business  *   

   

Company's Legal Status: Limited company / Undertaking / Joint venture / Partnership / Others 

*   

VII  COMMUNICATION  Contact person  *    

      Telephone incl. ext.    STD Code  Tel No  Extn       Mobile Phone   *    

Page 64: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 59 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

      Fax     STD Code  Tel No       Email  *    

    Date Of Birth (DD/MM/YYYY)  *   

      Standard communication method      by email only 

VIII  ACCOUNT CONTROL 

If also a RCF's Customer?     Yes  /  No 

      Group Key  will be filled by RCF 

IX  TAX INFORMATION 

Goods and Service Tax Network (GSTN) No.       

     PAN NO.       X  DETAILS OF BANK  Bank Key     will be filled by RCF 

      Bank Account No. of Vendor  *    

      Name of Bank  *          Name of Branch  *          Bank IFSC Code  *    

      Bank Branch Code (Only for SBI accounts)       

      Bank Address  *          Bank City  *    

      9 Digit code appearing on MICR cheque  *    

      Telephone No. of Bank     STD Code  Tel No  Extn       Fax No. of Bank     STD Code  Fax No. 

     Type of Account (for SB A/c=10, Current A/c=11 or CC=13 ) 

*   

      Region  will be filled by RCF 

XI  REFERENCE DATA  Industry  (whether  PSU,  air force, military, Govt., others)   *    

     

Micro  /  SSI  Status  (Whether  Micro,  Small,  Medium Enterprise under Micro , Small and  Medium  Enterprises Development Act, 2006) Ancillary unit 

 *    

    Proprietor of MSE’s is from  SC/ ST  category  *   

   For new vendors :       1  It is mandatory (Compulsory) to fill relevant data for item marked " * "2  Enclose a blank Cheque/a photocopy of the Cheque.3  Enclose a photocopy of Pass Book first page containing name and address of Account Holder 4  We hereby authorise RCF Ltd to make all payments to us by Direct Credit to our Bank Accounts details of which are given 

above.  5  We hereby authorise RCF Ltd to deduct bank charges applicable for such Direct Bank Payments 

            Signature …………………………………    Place:  Common Seal     Name  …………………………………    

Page 65: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 60 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Date:        Designation …………………………………    

ANNEXURE - XIV

EXCEPTIONS AND DEVIATIONS  Name of work :Civil, Structural & other allied and piling works for Urea Trombay-V revamp Project in RCF Factory, Chembur. ENQUIRY NO. (PNPM / EM-191/ E / 201) Offer No. & Date  : ________    If considered unavoidable, BIDDER may stipulate here exceptions and Deviations to NIT specifications / conditions,  in the following format only.   Exceptions & Deviations  indicated elsewhere  in the BID shall be considered null and void.  If  there  are no deviations,  then BIDDERS  should  certify  that on  the  sheet  (below)  that  there  are no deviations.  Sl No. 

Page No. of NIT Document                   

Section and clause no. of  NIT Document 

Subject                    Deviation 

                                      Place:          Signature of Authorized Signatory: ___________________ Date:          Name               : ___________________   

Designation             : ___________________  Seal               : ___________________  

Page 66: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

COMMERCIAL NIT CIVIL, STRUCTURAL & OTHER ALLIED AND PILING

WORKS FOR UREA REVAMP TROMBAY_V PROJECT

PNPM / EM-191/ E / 201/PART-1 0

DOC. NO. REV.

Page 61 of 61

______________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

ANNEXURE – XV

DECLARATION BY BIDDER  To                      Date:  RCF Limited  Priyadarshini, Eastern Express High way,  Sion, Mumbai‐400022    Dear Sir,   Name of work :Civil, Structural & other allied and piling works for Urea Trombay-V revamp Project in RCF Factory, Chembur. ENQUIRY NO. (PNPM / EM-191/ E / 201)  We  hereby  confirm  that  we  are  not  under  any  'liquidation',  any  'court  receivership'  or  similar proceedings and 'bankruptcy'.   We  further  confirm  that, we  have  not  been  blacklisted  or  kept  under  holiday  by  any  Public  Sector Undertaking / Government Organization / RCF Limited.   We agree that if it is noticed in future, our Bid may be rejected / terminated.            Place:          Signature of Authorized Signatory: ___________________ Date:          Name               : ___________________   

Designation             : ___________________  Seal               : ___________________  

Page 67: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PROJECTS & DEVELOPMENT INDIA LTD

EM191-PNCV-TD-0201 0 DOCUMENT. NO. REV.

PAGE 1 OF 3

_________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F1 REV 0 All rights reserved

PART-II

TECHNICAL

Page 68: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TENDER DOCUMENT FOR CIVIL STRUCTURAL & OTHER ALLIED WORKS

EM191-PNCV-TD-0201 0

DOCUMENT. NO. REV

PAGE 2 OF 3

_________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

TENDER DOCUMENT FOR

CIVIL STRUCTURAL & ALLIED WORKS FOR

REVAMP PROJECT OF TROMBAY-V UREA PLANT

AT RASHTRIYA CHEMICALS FERTILIZERS LTD (RCF)

CHEMBUR, MUMBAI, MAHARASHTRA – INDIA

0 22.05.2018 ISSUED FOR TENDER CG CG UPT

REV REV DATE PURPOSE PREPD REVWD APPD

Page 69: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TENDER DOCUMENT FOR CIVIL STRUCTURAL & OTHER ALLIED WORKS

EM191-PNCV-TD-0201 0

DOCUMENT. NO. REV

PAGE 3 OF 3

_________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

CONTENTS

SL.NO DESCRIPTION DOCUMENT NO.

1 TENDER DOCUMENT FOR CIVIL

STRUCTURAL & OTHER ALLIED WORKS EM191-PNCV-TD-201 (03 PAGES)

ANNEXURES

2 ANNEXURE-A: GENERAL SPECIFICATION FOR CIVIL STRUCTURAL & OTHER ALLIED WORKS

EM191-PNCV-GS-201 (07 PAGES)

3 ANNEXURE-B:TECHNICAL SPECIFICATION FOR CIVIL, STRUCTURAL & OTHER ALLIED WORKS

EM191-PNCV-TSA-201 (13 PAGES)

4 ANNEXURE-C:STANDARD SPECIFICATION FOR DISMANTLING AND DEMOLISHING

EM191-PNCV-TSB-201 (08 PAGES)

5 ANNEXURE-D:PREAMBLE TO SCHEDULE OF RATES FOR CIVIL STRUCTURAL & OTHER ALLIED WORKS

EM191-PNCV-PR-0201 (14 PAGES)

6 ANNEXURE-E: SCHEDULE OF RATES FOR CIVIL STRUCTURAL & OTHER ALLIED WORKS

EM191-PNCV-SRA-0201 (22 PAGES)

7 ANNEXURE-F:TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-201 (22 PAGES)

8 ANNEXURE-G: SCHEDULE OF RATES FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-SRB-0201(10 PAGES)

9 ANNEXURE-H:REFERENCE DRAWINGS

• PLOT PLAN DRAWING

(2 PAGES)

Page 70: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PROJECTS & DEVELOPMENT INDIA LTD

EM191-PNCV-GS-0201 2 DOCUMENT. NO. REVPAGE 1 OF 7

_________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F1 REV 0 All rights reserved

GENERAL SPECIFICATIONS FOR

CIVIL STRUCTURAL & ALLIED WORKS FOR

REVAMP PROJECT OF TROMBAY-V UREA PLANT,

RASHTRIYA CHEMICALS FERTILIZERS LTD (RCF)

CHEMBUR, MUMBAI, MAHARASHTRA – INDIA

2 27.02.18 REVISED AS PER COMMENTS GC GC UPT

1 10.10.17 REVISED AS PER COMMENTS GC GC UPT

0 28.09.17 REVISED AS PER COMMENTS GC GC UPT

P 31.05.16 FOR REVIEW & COMMENTS GC GC UPT

REV DATE PURPOSE PREPARED REVIEWED APPROVED

Page 71: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

GENERAL SPECIFICATIONS FOR CIVIL STRUCTURAL & OTHER ALLIED WORKS

EM191-PNCV-GS-0201 2 DOCUMENT. NO. REV.

PAGE 2 OF 7

_________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

CONTENTS

SL. NO. DESCRIPTION SHEET NUMBER 1. 0 GENERAL 3

2.0 SCOPE OF WORK 4

2.4.1 CIVIL STRUCTURAL & OTHER ALLIED WORKS 5

3.0 PILING WORK 7

4.0 MATERIAL OF CONSTRUCTIONS 7

Page 72: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

GENERAL SPECIFICATIONS FOR CIVIL STRUCTURAL & OTHER ALLIED WORKS

EM191-PNCV-GS-0201 2 DOCUMENT. NO. REV.

PAGE 3 OF 7

_________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

1. 0 GENERAL

1. 1 This section of the tender Documents deals mainly with the Scope and Technical Specifications needed for the execution and construction of complete Civil, Structural steel Works, Piling and other Allied Works on Item Rate basis. The work shall have to be carried out both below and above ground level and construction of all civil, structural, Bored Cast in situ Vertical Piles and other allied works associated with the “REVAMP PROJECT OF TROMBAY-V UREA PLANT AT TROMBAY, RASHTRIYA CHEMICALS FERTILIZERS LTD (RCF), CHEMBUR, MUMBAI, MAHARASHTRA – INDIA” as per the items indicated in the "Schedule of Rates".

1.2 In the event of conflict between the requirements of two or more clauses of the

specifications/ Documents, the more stringent requirement as per the interpretation of the Owner/ Consultant shall prevail.

1.3 The Contractor shall inspect and examine the site and its surrounding and shall satisfy himself before submitting his bid as to the nature of the ground and subsoil, the form and nature of the site, the quantum and the nature of work and material necessary for successful completion of the works and the means of access to site and in general shall himself obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect his Tender. Under no circumstances, extra payment consequent on any misunderstandings or otherwise on the part of the Contractor shall be allowed.

1.4 Works covered herein below may have to be executed also in operating plant, if required. The Contractor shall have to take all safety precaution to protect all the existing equipment, structures, facilities and buildings etc. from damage. In case, any damage occurs due to the activities of the Contractor on account of negligence, ignorance, accidental or any other reasons whatsoever, the damage shall be made good by the Contractor at his own cost to the satisfaction of the Owner / Consultant. The Contractor shall have to take also all necessary safety measure, at his own cost, to avoid any harm/ injury to his workers and staff and facilities of the existing plant.

Page 73: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

GENERAL SPECIFICATIONS FOR CIVIL STRUCTURAL & OTHER ALLIED WORKS

EM191-PNCV-GS-0201 2 DOCUMENT. NO. REV.

PAGE 4 OF 7

_________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

2.0 SCOPE OF WORK

2.1 The Scope of Work consists of execution/ construction/ demolition /dismantling and erection of Civil, Structural and other allied Works associated with “REVAMP PROJECT OF TROMBAY-V UREA PLANT AT TROMBAY, RASHTRIYA CHEMICALS FERTILIZERS LTD (RCF), CHEMBUR, MUMBAI, MAHARASHTRA – INDIA” proposed within/outside the battery limits of plant.

2.2 The work to be performed under the Scope of Work consists of providing all labor, materials except if indicated in Schedule Of Rates, supervision, scaffolding, construction equipment, tools, tackles and plants, supplies, transportation, all incidental items though not indicated or specified, but reasonably implied or necessary for successful completion of the work including Contractor's supervision strictly in accordance with the "Good for Construction" Drawings to be supplied progressively by the Owner/ Consultant, "Technical Specifications" and "Schedule of Rates" of this Tender on Item Rate basis. Sampling & testing of material & equipment shall be done as per relevant clauses of BIS & shall not be paid extra. The contractor shall preferably establish a laboratory at site for all relevant site test as per BIS requirements. The nature of work shall generally involve earth work in grading and leveling of the site area by excavation and filling with available/ imported selected good earth under desired compaction, dewatering, shoring, strutting, etc., excavation in trenches for foundations, back-filling around completed structures and plinth filling with available excavated/ imported selected good earth/sand, cohesive non-swelling soil and sand as specified, disposal of excavated surplus earth/ materials, breaking /stripping & forming of pile heads, concreting including reinforcements and formwork, fabrication and erection of structural/ miscellaneous steel, encasing of structures, inserts, anchor bolts, construction of reinforced cement concrete columns, slabs, beams, equipment foundations, trenches and drains with covers, drainage, brick masonry, damp proofing, anti-termite treatment, ventilation, roads, pathways, any sort of water proofing/ water proof treatment works on roof, any sort of anticorrosive painting and/ or lining on PCC, RCC and steel structures ,fixing of steel structures /equipment with fasteners, trenches, tanks, etc. and erection of miscellaneous items and finishes such as plastering, flooring, painting, steel/ aluminum/wooden doors, windows and ventilators, glass & glazing, rolling shutters, transformer gates, drains, etc. The work also includes dismantling and/or demolishing of existing PCC/RCC, structural steel, flooring, plastering, brick masonry, rolling shutters, any sort of roofing with water proof treatment works including stacking separately service- able and disposal of unserviceable materials & rebuilding as per requirements. The Tender Drawings attached with this specification provides a

Page 74: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

GENERAL SPECIFICATIONS FOR CIVIL STRUCTURAL & OTHER ALLIED WORKS

EM191-PNCV-GS-0201 2 DOCUMENT. NO. REV.

PAGE 5 OF 7

_________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

general idea about the work to be performed under the scope of this Contract. The enclosed Drawings are preliminary Drawings which are for bidding purposes only and are by no means the final Drawings or show the full range of the work under the scope.

2.3 The scope of work may also includes preparation of fabrication Drawings for structural steel works on the basis of the design drawings to be supplied progressively by the Owner/ Consultant and Bar Bending Schedule for the reinforcements including getting them Approved from the Owner/ Consultant.

2.4 The complete work associated with the proposed “REVAMP PROJECT OF TROMBAY-V UREA PLANT AT TROMBAY, RASHTRIYA CHEMICALS FERTILIZERS LTD (RCF), CHEMBUR, MUMBAI, MAHARASHTRA – INDIA” as per the items indicated in the "Schedule of Rates". Consists of mainly but not Limited to the followings:-

2.4.1 CIVIL STRUCTURAL AND OTHER ALLIED WORKS

The scope of work under this includes construction/ execution, providing necessary engineering supervision through qualified and technical personnel, skilled and unskilled labor, etc. and mobilization of all relevant and adequate plants, tools and tackles, equipment, machineries, etc., to carry out all civil and structural works for successful completion of the proposed Revamp Project of Trombay-V Urea Plant Fertilizer Complex At Trombay, Rashtriya Chemicals & Fertilizers Ltd, Maharashtra India”. The scope of work shall include also dismantling and/or demolishing of existing plain cement concrete and reinforced cement concrete, brick masonry work below and above ground level, structural steel, floors, plastering, rolling shutter and any sort of roofing works including stacking separately serviceable materials and disposal of unserviceable materials. The above work shall have to be carried out both below and above ground level. All the civil & structural works shall be carried out strictly in accordance with the "Technical Specifications (EM191-PNCV-TSA/B-0201), Preamble to schedule of rates (EM191-PNCV-PR-0201) and "Schedule of Rates (EM191-PNCV-SR-0201) enclosed with this document. The complete civil and structural Steel works associated with the different Units of the proposed Revamp project, consists of mainly but not limited to the followings.

A) Steel Structural works

Page 75: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

GENERAL SPECIFICATIONS FOR CIVIL STRUCTURAL & OTHER ALLIED WORKS

EM191-PNCV-GS-0201 2 DOCUMENT. NO. REV.

PAGE 6 OF 7

_________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

• Steel Structure for Pipe Racks.

• Structural Steel works for platforms and Staircases

• Extension of Existing equipment supporting structures

• Grating and hand railing for staircase and platforms

• Modification & strengthening of existing Structural members.

• Structural steel members (I section & Purlins), which are severely damage & with corrosion at moderate to severe level, shall be replaced with new one after taking care of temporary supports to incoming members. At all the places, where thickness is considerably reduced, the members shall be welded with additional steel plates to made of lost thickness.

• Structural steel members, with corrosion at moderate level, will be replaced/strengthen. Also local strengthening at connections shall be done by welding additional plates, wherever thickness reduction is more than 40%.

• Steel structure is to be painted with epoxy based protective paint from reputed manufacture.

B) Concrete works

• Foundations for new equipments

• Foundation for Pipe Racks.

• Foundations for VAM Package

• Pump foundations

• Modification of existing paving & new paving

• Dyke wall and Paving inside urea plant if any

• Modification/new Catchment drain network inside urea plant area

• Alkali/Acid resisting brick lining works

• dismantling and/or demolishing of existing plain cement concrete and reinforced cement concrete, brick masonry work below and above ground level, structural steel

• Modification of existing foundation/structure

• Other miscellaneous works Repair of Brick works / masonry works/concrete works in patches Plastering in patch works Painting on old & new works ,Etc

Page 76: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

GENERAL SPECIFICATIONS FOR CIVIL STRUCTURAL & OTHER ALLIED WORKS

EM191-PNCV-GS-0201 2 DOCUMENT. NO. REV.

PAGE 7 OF 7

_________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

3.00 PILING WORKS The Piling Works shall be carried out at the desired locations, as shown in

construction Drawings, to be supplied to the contractor at the time of execution. The work consists of mobilization of all relevant and adequate equipment, plants, tools, machineries etc. and providing necessary engineering supervision though qualified and technical personnel, skilled and unskilled labour, etc., required to match the work schedule and to carry out the following types of piling works, , complete in all respects as per direction of Engineer-in-Charge:

a) BORED CAST-IN-SITU CONCRETE VERTICAL PILES

All the above work shall be carried out in accordance with the “Technical Specifications”, - EM191-PNCV-TS-0202, “Schedule of Rates- EM191-PNCV-SR-0202 and Construction Drawings to be supplied to the contractor at the time of execution.

4.00 MATERIAL OF CONSTRUCTIONS Based on recommendation provided in Geo-technical report, Plant site is located close to the coast. Hence, following special protective measures are necessary to protect subsurface concrete and reinforcement from extreme/severe corrosive exposure environment of foundation and structures.

A) FOR OPC/ PPC/ PSC GRADE-53 CEMENT i) LARSEN & TUBRO CEMENT ii) THE ASSOCIATED CEMENT COMPANIES LIMITED iii) JK CEMENT iv) VIKRAM v) AMBUJA CEMENT vi) ULTRATECH CEMENT

B) FOR REINFORCEMENT STEEL (Fe-500D) i) STEEL AUTHORITY OF INDIA LTD. ii) TATA IRON & STEEL CO. LTD. iii) RASTRIYA ISPAT NIGAM LIMITED (Vishakhapattanam) iv) JINDAL STEEL AND WORKS (JSW)

C) FOR STRUCTURAL STEEL –Fy 250 MPA as per Is-2062 of Following make:- i) STEEL AUTHORITY OF INDIA LTD. ii) TATA IRON & STEEL CO. LTD. iii) RASTRIYA ISPAT NIGAM LIMITED (Vishakhapattanam). iv) JINDAL STEEL AND WORKS (JSW)

Page 77: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PROJECTS & DEVELOPMENT INDIA LTD.

EM191‐PNCV‐TSA‐0201 1   DOCUMENT NO. REV

Page 1 of 22  

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved  

PART-A

TECHNICAL SPECIFICATIONS

FOR

CIVIL, STRUCTURAL AND OTHER ALLIED WORKS FOR

TROMBAY-V UREA PLANT,

RASHTRIYA CHEMICALS FERTILIZERS LTD

MAHARASHTRA – INDIA

Page 78: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 2 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

CONTENTS  1.0  GENERAL ......................................................................................................................... 3 2.0  REFERENCE CODES & STANDARDS ........................................................................... 3 3.0  EARTHWORK .................................................................................................................. 3 

3.1  EXCAVATION ............................................................................................................... 3 3.2  FILLING ......................................................................................................................... 5 

4.0  PLAIN AND REINFORCED CONCRETE WORK ............................................................ 7 4.1  MATERIALS .................................................................................................................. 7 4.2  MIXING .......................................................................................................................... 8 4.2  WATER CEMENT RATIO, LAYING & CURING ............................................................ 8 4.4  GRADES OF CONCRETE ............................................................................................ 8 4.5  DESIGN MIX CONCRETE ............................................................................................ 9 4.6  TESTING OF CONCRETE ............................................................................................ 9 4.7  PROPORTIONING ........................................................................................................ 9 4.8  PRE CAST CONCRETE ............................................................................................. 10 

5.0  STEEL REINFORCEMENT ............................................................................................ 10 6.0  FORM WORK ................................................................................................................. 11 

6.3  STRIPPING TIME ........................................................................................................ 11 7.0  BRICK MASONRY WORK ............................................................................................. 11 8.0  STRUCTURAL STEEL WORK ....................................................................................... 12 

8.1  STEEL ......................................................................................................................... 12 8.2  FABRICATION ............................................................................................................ 12 8.3  FABRICATION DRAWINGS ........................................................................................ 12 8.4  WELDING .................................................................................................................... 13 8.5  MS BLACK/HIGH STRENGTH BOLTS AND NUTS .................................................... 13 

9.0  PAINTING ON STRUCTURAL STEEL .......................................................................... 13 9.1  SCOPE ........................................................................................................................ 13 

10.0  STEEL / ALUMINIUM DOORS, WINDOWS AND VENTILATORS ................................ 17 11.0  FLOORING AND PAVING .............................................................................................. 17 

11.1  SUB BASE OF FLOOR ............................................................................................ 17 11.2  CEMENT CONCRETE FLOOR FINISHES .............................................................. 17 

12.0  PLASTERING ................................................................................................................. 17 13.0  EXTERIOR PAINTING .................................................................................................... 18 14.0  GLAZING ........................................................................................................................ 18 15.  PROTECTIVE COATING AND LINING SYSTEM .......................................................... 19 

15.4  FIRE PROOFING BY IN-SITU CONCRETE (ENCASING) .................................. 20 16.0  CULVERT WORK ........................................................................................................... 20 

16.1  PIPE CULVERTS ..................................................................................................... 20 16.2  BOX CULVERTS ..................................................................................................... 21 

17.0  STORM WATER DRAINS .............................................................................................. 21 18.0  METHODOLOGY FOR DERIVING ANY EXTRA ITEM RATES .................................... 22  

Page 79: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 3 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

1.0 GENERAL

1.1 This specification covers the technical requirements for the construction of foundation, structure etc. required for the completion of the work.

1.2 These technical Specifications shall be supplementary to the specifications contained in the CPWD specifications, wherever at variance, these Particular Specifications shall take precedence over the provisions in the CPWD Specifications.

1.3 Specifications of materials and workmanship shall be as described in the Central Public Works Department Specifications Vol. I & II (latest) include latest amendments, unless otherwise specified. These CPWD Specifications shall be deemed to form part of this contract. The CONTRACTOR shall procure and maintain copies of the latest CPWD Specifications at site for reference.

2.0 REFERENCE CODES & STANDARDS

2.1 Wherever reference of IS Specifications/ or IS Codes of Practice are made in the Specifications/ Schedule of Rates or Preambles, reference shall be to the latest edition of IS (Bureau of Indian Standards).

IS:456 Code of practice for plain & reinforced concrete

IS:800 Code of practice for general construction in steel

IS:875 Code of practice for design loads

IS:1893 Criteria for earth quake resistant design of structures

IS:2911 Code of practice for design and construction of pile foundations

IS:3370 Code of practice for concrete structures for storage of liquids

IS:4991 Criteria for blast resistant design of structures for explosions above ground

IS:11089 Code of practice for design and construction of ring foundation

IS:12118 Two parts polysulphide based sealant

IS:13920 Code of practice for ductile detailing of reinforced concrete structures

Subjected to seismic forces.

National Building Code Factory Rules

3.0 EARTHWORK

3.1 EXCAVATION

3.1.1 Excavation shall be carried out in soil of any nature and consistency, in the presence of water or in the dry, met on the site to the lines, levels and contours shown on the detailed drawings and CONTRACTOR shall remove all excavated materials to soil heaps on site or transport for use in filling on the site or stack them for reuse as directed by the Engineer-in-Charge.

3.1.2 Black cotton soil, and other expansive or unsuitable soils excavated shall not be used for filling in foundations, and plinths of buildings or in other structures including manholes, septic tanks etc. and shall be disposed off within the contract area marked on the drawings, as directed, levelled and neatly dressed.

Page 80: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 4 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

3.1.3 In case of trenches exceeding 2 metres depth or where soil is soft or slushy, the sides of trenches shall be protected by timbering and shoring. The CONTRACTOR shall be responsible to take all necessary steps to prevent the sides of trenches from caving in or collapsing. The extent and type of timbering and shoring shall be as directed by the Engineer-in-Charge.

3.1.4 Where the excavation is to be carried out belowthe foundation level of adjacent structure, the precautions to be taken such as under pinning, shoring and strutting etc. shall be determined by Engineer-in-Charge. No excavation shall be done unless such precautionary measures are carried out as per directions of Engineer-in-Charge.

3.1.5 Specification for Earth work shall also apply to excavation in rock in general. The excavation in rock shall be done such that extra excavation beyond the required width and depth as shown in drawings is not made .If the excavation done in depth greater than required /ordered. The CONTRACTOR shall fill the extra excavation with concrete of mix 1:5:10 as the foundation concrete at his own cost.

3.1.6 CONTRACTOR shall make all necessary arrangements for dewatering / defiling as required to carry out proper excavation work by bailing or pumping out water, which may accumulate in the excavation pit from any cause/ source whatsoever.

3.1.7 CONTRACTOR shall provide suitable draining arrangements at his own cost to prevent surface water entering the foundation pits from any source.

3.1.8 The CONTRACTOR is forbidden to commence the construction of structures or to carry out concreting before Engineer-in-Charge has inspected, accepted and permitted the excavation bottom.

3.1.9 Excavation in disintegrated rock means rock or Bouldersincluding brickbats which may be quarried or split with crow bars. This will also include laterite and hard conglomerate.

3.1.10 Excavations in hard rock - meant excavation made in hard rock to be done manually, or and / or pneumatic hammers.

3.1.11 The measurements for excavations shall be restricted and limited to minimum excavation line as per drawing for payment purposes.

3.1.12 Adequate protective measures shall be taken to see that the excavation does not affect or damage adjoining structures. The CONTRACTOR shall take all measures required for ensuring stability of the excavation and safety of property and people in the vicinity. The CONTRACTOR shall erect and maintain during progress of work, temporary fences around dangerous excavations at no extra cost.

3.1.13 Excavation in ordinary soil means excavation in ordinary hard soil including stiff heavy clay, hard shale, or compact moorum, or any materials, which can be removed by the ordinary application of spades, shovels, picks and pick axes. This shall also include removal of isolated boulders each having a volume not more than 0.50m³.

3.1.14 Excavation in soft rock includes limestone, sandstone, laterite, hard conglomerates, etc. or other rock which can be quarried or split with crowbars or wedges. This shall also include excavation of tarred pavements, masonry work and rock boulders each having a volume of not more than 0.25m³.

Page 81: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 5 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

3.1.15 Excavation in hard rock includes any rock bound in ledges or masses in its original form or cement concrete for which in the opinion of the Engineer-in-Charge, requires the use of compressed air, equipment, sledge hammer and non-explosive materials viz. Acconex manufactured by A.C.C. Ltd. Specifications and instructions for use shall be as per manufacturer.

3.1.16 In case of any difficulty concerning the interpretation of type of soil as mentioned above, the Engineer-in-Charge shall decide whether the excavation in a particular material is in ordinary soil, soft rock or hard rock and his decision in this matter shall be final and binding on the CONTRACTOR and without appeal.

3.2 FILLING

3.2.1 Back filling of excavations in trenches, foundations and elsewhere shall consist of one of the following materials approved by Engineer-in-Charge.

i) Soil ii) Sand iii) Moorum iv) Hard-core v) Stone/gravel

All back filling material shall be approved by the Engineer-in-Charge.

3.2.2 Soil filling - Soil material shall be free from rubbish, roots, hard lumps and any other foreign organic material. Filling shall be done in regular horizontal layers each not exceeding 20 cm. depth.

3.2.3 Back filling around completed foundations, structures, trenches and in plinth shall be done to the lines and levels shown on the drawings.

3.2.4 Back filling around pipes in the trench shallbe done after hydro testing is done.

3.2.5 Back filling around liquid retaining structuresshall be done only after leakage testing is completed and approval of Engineer-in-Charge is obtained.

3.2.6 Sand used for filling under foundation concrete, around foundation and in plinth etc. shall be fine/ coarse, strong, clean, free from dust, organic and deleterious matter. The sand filling under foundation shall be rammed with Mech. compactor. Sand material shall be approved by Engineer-in-Charge.

3.2.7 Moorum for filling, where ordered, shall be obtainedfrom approved pits and quarries which contain siliceous material and natural mixture of clay. Moorum shall not contain any admixture of ordinary earth. Size of moorum shall vary from dust to 10 mm.

3.2.8 Hard-core shall be of broken stone of 90 mm to 10 mm size suitable for providing a dense and compact sub grade. Stones shall be sound, free from flakes, dust and other impurities. Hard core filling shall be spread and levelled in layers, 15 cm thick, watered and well compacted with ramming or with mechanical / hand compacts including hand packing wherever required.

3.2.9 If any selected fill material is required to be borrowed, CONTRACTOR shall make arrangements and procure such material from outside borrow pits. The material of source shall be subject to prior approval of Engineer-in-Charge. CONTRACTOR shall make necessary access roads to borrow areas and maintain the same, if such

Page 82: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 6 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

access roads do not exist at no extra cost.

3.2.10 Plinth filling shall be carried out with approved material as described earlier, in layers not exceeding 150mm, watered and compacted with mechanical compaction machines. Engineer-in-Charge may however permit manual compaction by hand tampers in case he is satisfied that mechanical compaction is not possible. When filling reaches the finished level, the surface shall be flooded with water, unless otherwise directed, for at least 24 hours, allowed to dry and then the surface again compacted as specified above to avoid settlements at later stage. The finished level of the filling shall be trimmed to the level specified. Compacted surface shall have at least 95% of laboratory maximum dry density. A minimum of one test per 250 sq. meters of compacted area shall be done.

3.2.11 Whenever the fill material (earth or soil) is purchased, CONTRACTOR shall get the approval of Engineer-in-Charge. The CONTRACTOR shall arrange to determine the following properties of the soil and shall get the approval of Engineer-in-Charge.

i) Clay content : 15% to 20%

ii) Laboratory dry density

: Not less than 1800 kg/m³

iii) Plasticity Index : Not more than 20

3.2.12 The fill shall be compacted using a vibrating compactor of not less than 1.5 tonne. The fill shall be thoroughly compacted in layers as directed but not more than 200 mm thick. Adequate water shall be used for compaction and the density after compaction shall be not less than maximum dry density obtained in test of IS: 2720 Part-8. Compacted surface shall have at least 90% of laboratory maximum dry density. A minimum of one test per 250 sq. meters of compacted area shall be done.

3.2.13 The Gravel fill shall be non plastic granular material, well graded, strong, with maximum particle size of 50 mm, with not more than 15% passing a 4.75 mm IS sieve, free of all debris, vegetable matter and chemical impurities.

3.2.14

3.2.15

3.2.16

All clods, lumps etc. shall be broken before compaction.

Surface dressing shall be carried out on the entire area occupied by the buildings including plinth protection as directed without any extra cost. The depths of excavation shown on the drawings are the depths after surface dressing.

The site around all buildings and structures to a width of 3 metres beyond the edge of plinth protection, ramps, steps, etc. shall be dressed and sloped away from the buildings.

3.2.17 In case of grading/banking successive layers of filling shall not be placed, until the layer below has been thoroughly compacted to satisfy the requirements laid down in this specification.

i) Prior to rolling, the moisture content of material shall be brought to within +/-2% of the optimum moisture content as described in IS 2720 Part-7. The moisture content shall preferably be on the wet side for potentially expansive soil.

Page 83: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 7 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

ii) After adjusting the moisture content as described, the layers shall be thoroughly compacted by means approved by Engineer-in-Charge, till the specified maximum laboratory dry density is obtained.

iii) General, fill shall be placed in layers not exceeding 300 mm thickness and shall be thoroughly compacted to achieve a compaction of at least 90% of laboratory maximum dry density up to a depth of 600 mm below finished grade. Final fill of 600 mm thickness shall consist of preferably natural material in, as dug condition except that stones larger than 100 mm shall be removed. It shall be placed in layers not exceeding 150 mm thickness and compacted to achieve of at least 95% of laboratory maximum dry density. Each layer shall be tested in field for density and accepted by Engineer-in-Charge, subject to achieving the required density before laying the next layer. A minimum of one test per 250 sq meters for each layer shall be conducted.

iv) If the layer fails to meet the required density, it shall be reworked or the material shall be replaced and method of construction altered as directed by Engineer-in-Charge to obtain the required density.

v) The filling shall be finished in conformity with the alignment, levels, cross-section and dimensions as shown in the drawing.

vi) Extra material shall be removed and disposed off as directed by the Engineer-in-Charge.

4.0 PLAIN AND REINFORCED CONCRETE WORK

This specifications deals with cement concrete, plain or reinforced, for general use, and covers the requirements for concrete materials, their storage, grading, mix design, strength & quality requirements, pouring at all levels, reinforcements, protection, curing, form work, finishing, painting, admixtures, inserts and other miscellaneous works.

4.1 MATERIALS

4.1.1 Cement: Any of the following cements may be used as required in foundation/plinth & super structure with the prior approval of RCF/PDIL.

IS - 12269 53 Grade Ordinary Port Land Cement

IS - 1489 Portland Pozzolana Cement (PPC)

IS - 455 Portland Slag Cement (PSC)

4.1.2 Water: Water used for mixing and curing concrete and mortar shall conform to the requirements as laid down in IS: 456. Sea water shall not be used for concrete work.

4.1.3 Aggregate 4.1.3.1 General

a) Coarse and Fine aggregates for Civil and Structural Works (for cement concrete plain and reinforced) shall conform in all respects to IS: 383 (Specification for Coarse and Fine Aggregates from Natural Sources for Concrete). Aggregates shall be obtained from an approved source known to produce the same satisfactorily. Aggregates shall consist of naturally occurring (crushed or uncrushed) stones, gravel and sand or a

Page 84: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 8 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

combination thereof. These shall be chemically inert, hard, strong, dense, durable, clean and free from veins, adherent coatings, injurious amounts of alkalies, vegetable matter and other deleterious substances such as iron pyrites, coal, lignite, mica, shale, sea shells etc.

b) Aggregates which may chemically react with alkalies of cement or might cause corrosion of the reinforcement shall not be used.

c) The maximum quantities of deleterious materials in the aggregates as determined in accordance with IS: 2386 Part II (Methods of Test for Aggregates for Concrete), shall not exceed the limits defined in IS: 383.

4.1.3.2 Coarse Aggregates

a) Coarse aggregates are the aggregates, which are retained on 4.75 mm IS Sieve. Itshall have a specific gravity not less than 2.6 (saturated surface dry basis).

b) These may be obtained from crushed or uncrushed gravel or stone and may besupplied as single sized or graded. The grading of the aggregates shall be as per1S:383 or as required by the mix design, to obtain densest possible concrete.

4.1.3.3 Fine Aggregates a) Fine aggregates are the aggregates which pass through 4.75 mm IS sieve but not

more than ten percent (10%) pass through 150 micron IS sieve. These shall comply with the requirements of grading zones I, II and III of IS: 383. Fine aggregates conforming to grade zone IV shall not be used for reinforced concrete works.

b) Fine aggregates shall consist of material resulting from natural disintegration of rock and which has been deposited by streams or glacial agencies, or crushed stone sand or gravel sand confirming to BIS 383 and confirming to test as per BIS 2386 part 1 to VI). Sand from sea shores, creeks or river banks affected by tides, shall not be used for filling or concrete works.

4.1.3.4 If required the aggregates (both fine and coarse) shall have to be thoroughly washedand graded as per direction of Engineer-in-Charge.

4.2 MIXING

All cement concrete plain or reinforced shall be machine mixed. Mixing by hand may be employed where quantity of concrete involved is small, with the specific prior permission of the Engineer-in-Charge. 10% extra cement shall be added in case of hand mixing as stipulated in IS-456.

For large and medium project sites the concrete shall be sourced from ready- mixed concrete plants or from on site or off site batching and mixing plants (IS 4926)

4.2 WATER CEMENT RATIO, LAYING & CURING

Water Cement Ratio, Laying & Curing shall be done as per IS: 456.

4.4 GRADES OF CONCRETE

4.4.1 Grades lower than M-25 shall not be used in reinforced concrete.

4.4.2 A sieve analysis test of aggregates shall be carried out as and when the source of supply is changed without extra charge notwithstanding the mandatory test required to be carried out as per CPWD specification.

4.4.3 All tests in support of mix design shall be maintained as a part of records of the contract. Test cubes for mix design shall be prepared by the CONTRACTOR under

Page 85: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 9 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

his own arrangements and at his costs, but under the supervision of the Engineer-in-Charge.

4.5 DESIGN MIX CONCRETE

4.5.1 Design mix shall be allowed for major works where it is contemplated to be used by installing weigh batch mixing plant as per IS 4925. At the time of tendering, the CONTRACTOR, after taking into account the type of aggregates, plant and method of laying he intends to use, shall allow in his tender for the design mix i.e., aggregate/cement/admixturesand water/cement ratios which he considers will achieve the strength requirements specified, and workability for concrete to be properly finished.

4.5.2 Before commencement of concreting, CONTRACTOR shall carry out preliminary tests for design mix on trial mixes proposed by him in design of mix to satisfy the Engineer-in-Charge that the characteristic strength is obtained. In this regard, CONTRACTOR may consult govt. approved lab /reputed institute to get design mix done as per IS 10262 at his own cost. The concrete mix to be actually used shall be approved by the Engineer-in-Charge.

4.5.3 Notwithstanding the above, the following shall be the maximum combined weight of coarse and fine aggregate per 50 kg of cement.

Grade of Concrete Maximum weight of fine & coarse aggregates together per 50 kg of cement (for nominal mix only)

1. M - 10 480 kg

2. M - 15 350 kg

3. M - 20 250 kg

4.5.4 The workability of concrete produced shall be adequate, so that the concrete can be properly placed and compacted. The slump shall be as per IS 456.

4.5.5 The minimum consumption of the cement irrespective of design mix shall not be less than the following:

M 7.5 (1:4:8) 170 kg/cu m

M 10 (1:3:6) 240 kg/cu m

M 15 300 kg/cu m

M 20 330 kg/cu m

M 25 350 kg/cu m

M 30 400 kg/cu m

4.6 TESTING OF CONCRETE

4.6.1 Testing of concrete, sampling and acceptance criteria shall be in accordance with IS 456.

4.7 PROPORTIONING

Mixes of cement concrete shall be as ordered. Where the concrete is specified by grade, it shall be prepared by mixing cement, sand and coarse aggregate by weight

Page 86: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 10 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

as per mix design. In case the concrete is specified as volumetric mix, then dry volume batching shall be done, making proper allowances for dampness in aggregates and bulking in sand. Equivalent volume batching for concrete specified by grade may however be allowed by the Engineer-in-Charge at his discretion.

4.8 PRE CAST CONCRETE

a) The specifications for pre cast concrete will be similar as for the cast in situ concrete. All pre cast work shall be carried out in a yard made for the purpose. This yard shall be dry, properly levelled and having a hard and even surface. If the ground is to be used as a soft former of the units, shall be paved with concrete or masonry and provided with a layer of plaster (1:2 proportion) with smooth neat cement finish or a layer of MS sheeting. The casting shall be over suitable vibrating tables or by using form vibrators as per directions of Engineer-in-Charge.

b) The yard, lifting equipment, curing tank, finished material storage space etc. shall be designed such that the units are not lifted from the mould before 7 (seven) days of curing and can be removed for erection after 28 (Twenty Eight) days of curing. The moulds shall preferably be of steel or of timber lined with G.I.sheet metal. The yard shall preferably be fenced.

c) Lifting hooks, wherever necessary or as directed by Engineer-in-Charge shall be embedded in correct position of the units to facilitate erection, even though they may not be shown on the drawings and shall be burnt off and finished after erection.

d) Pre cast concrete units, when ready shall be transported to site by suitable means approved by Engineer-in-Charge. Care shall be taken to ensure that no damage occurs during transportation. All adjustments, levelling and plumbing shall be done as per the instructions of the Engineer-in-Charge. The CONTRACTOR shall render all help with instruments, materials and staff to the Engineer-in-Charge for checking the proper erection of the pre cast units.

e) After erection and alignment the joints shall be filled with grout or concrete as directed by Engineer-in-Charge. If shuttering has to be used for supporting the pre cast unit they shall not be removed until the joints has attained sufficient strength and in no case before 14 (fourteen) days. The joint between pre cast roof planks shall be pointed with 1:2 (1 cement: 2 sand) mortar where called for in the drawings.

5.0 STEEL REINFORCEMENT

5.1 Steel reinforcement shall comprise:

1) Mild steel bars conforming to IS: 432 Part-I. 2) Cold twisted bars conforming to IS: 1786 3) CRS bars 4) TMT bars 5) Hard drawn steel wire fabric conforming to IS: 1566

5.2 All joints in reinforcement shall be lapped adequately to develop the full strength of the reinforcement as per provision of IS: 456 or as per instruction of Engineer-in-Charge.

Page 87: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 11 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

6.0 FORM WORK

6.1 The shuttering or form work shall conform to the shape, lines and dimensions as shown on the drawings and be so constructed as to remain sufficiently rigid during placing and compacting of the concrete and shall be sufficiently tight to prevent loss of liquid from the concrete. The surface that becomes exposed on the removal of forms shall be examined by Engineer-in-Charge or his authorized representative before any defects are made good. Work that has sagged or bulged out, or contains honey combing, shall be rejected. All shuttering shall be plywood or steel shuttering.

6.2 The CONTRACTOR shall be responsible for sufficiency and adequacy of all form work. Centering and form work shall be designed & detailed in accordance with IS 14687 and approved by the Engineer-in-Charge, before placing of reinforcement and concreting.

6.3 STRIPPING TIME Forms shall not be struck until the concrete has reached strength at least twice the stress to which the concrete may be subjected at the time of removal of form work. The strength referred to shall be that of concrete using the same cement and aggregates, with the same proportions and cured under conditions of temperature and moisture similar to those existing on the work. Where possible, the form work shall be left longer as it would assist the curing.

Note:The number of props left under, their sizes and disposition shall be such as to be able to safely carry the full dead load of the slab, beam or arch as the case may be together with any live load likely to occur during curing or further construction.

7.0 BRICK MASONRYWORK This specification covers the construction of brick masonry in foundations, arches, walls, etc. at all elevations. The provision of BIS: 2212 shall be complied with unless permitted otherwise.

7.1 BRICKS

All bricks shall conform to minimum class designation 5(50) as designated in CPWD Specifications unless specified otherwise.

7.2 MORTAR

7.2.1 Cement and water shall conform to the requirements laid down for cement concrete work.

7.2.2 Sand for masonry mortar shall be coarse sand conforming to BIS: 2116. Maximum quantities of clay, fine dust shall not be more than 5% by weight. Organic impurities shall not exceed the limits laid down in BIS: 2116.

7.2.3 Mix of mortar for building brick work shall be as specified in the item of work.

7.2.4 Mixing of mortar shall be done in a mechanical mixer. When quantity involved is small, hand mixing may be permitted by the Engineer-in-Charge. Any mortar remaining unused for more than 30 minutes after mixing shall be rejected.

7.3 BRICK MASONRY

Page 88: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 12 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

Brick work shall be built in English bond, unless otherwise specified. The thickness of joints shall be 10 mm + 3 mm. Thickness of joints shall be kept uniform. In case of foundations and manholes etc. Joints up to 15 mm may be accepted.

7.4 HALF BRICK MASONRY

All courses shall be laid with stretchers. Reinforcement comprising 2 Nos.6 mm dia MS bars shall be provided over the top of the first course and thereafter at every third course.

7.5 FIXTURES

All iron fixtures, pipe spouts, hold fasts of doors and windows, which are required to be built into the wall shall be embedded in cement concrete blocks 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) of size indicated in the item.

7.6 CURING

Brick work shall be protected from rain by suitable covering when the mortar is green. Masonry work shall be kept constantly moist on all faces for a minimum period of seven days.

8.0 STRUCTURAL STEEL WORK

This specification covers the technical requirements for the preparation of shop drawings, supply, fabrication, protective coating, painting and erection of all structural steel rolled sections, built up sections, plates and miscellaneous steel required for the completion of the work.

8.1 STEEL

All structural steel used in construction within the purview of this contract shall, comply with one of the following Bureau of Indian Standard Specifications, whichever, is appropriate or as specified.

IS – 2062 Hot rolled sections and plates

IS – 1079 Cold formed light gauge sections

IS – 1161 Tubular sections (circular)

IS – 4923 Hollow sections (rectangular or square)

8.2 FABRICATION

Fabrication of steel structure shall be carried out in conformity with the best modern practices and with due regard to speed with economy in fabrication and erection and shall conform to IS-800. All members shall be so fabricated as to assemble the members’ accurately on site and erect them in correct positions. Before dispatch to site the components shall be assembled at shop and any defect found rectified. All members shall be free from kink, twist, buckle, bend, open joints etc. and shall be rectified before erecting in position. Failure in this respect will subject the defective members to rejection.

8.3 FABRICATION DRAWINGS

8.3.1 Fabrication and erection drawings shall be prepared by the CONTRACTOR on the basis of design issued to the CONTRACTOR in stages. These drawings shall be

Page 89: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 13 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

prepared by the CONTRACTOR or by an agency approved by the Engineer-in-Charge.

8.3.2 The CONTRACTOR shall however ensure accuracy of the following and shall be solely responsible for the same:

1. Provision for erection and erection clearance. 2. Marking of members. 3. Cut length of members. 4. Matching of joints and holes. 5. Provision kept in the members for other interconnected members. 6. Bill of materials.

8.3.3 Connections, splices and other details where not shown on the design drawings shall be suitably designed and shown on the fabrication drawings based on good Engineering practice, developing full member strength.

8.3.4 The CONTRACTOR shall incorporate all the revisions in his fabrication drawings resulting from revision in design drawings during the course of execution of work at no extra cost.

8.3.5 The CONTRACTOR shall supply three (3) prints of each fabrication drawing submitted for checking to Engineer-in-Charge. After approval of fabrication drawings CONTRACTOR shall supply six (6) prints and two (2) reproducible of each approved fabrication drawing to Engineer-in-Charge. The rates quoted by the CONTRACTOR shall include the same.

8.4 WELDING

Welding shall be adopted in most of the cases for fabrication of steel structure. Welding work shall be carried out as shown in relevant drawings as per IS-816 or as required and approved by the Engineer-in-Charge. Welding of joints shall be so arranged that the resulting tensile and compressive stresses produced by each part of weld tend to balance each other.

8.5 MS BLACK/HIGH STRENGTH BOLTS AND NUTS

M.S.Black or high strength bolts, nuts and washers etc. shall be as per IS-800, IS-1363 and IS-1367. Manufacturer's test certificate shall be made available to the Engineer-in-Charge. For bolted joints, shanks and threaded bolts are to be used to ensure that threaded length do not encroach within the thickness of connected members of dimension beyond the following limit:-

1. 1.5 mm for connected members of thickness below 12 mm and

2. 2.5 mm for connected member of thickness 12 mm and above and that adequate shearing and bearing values required as per design are achieved.

9.0 PAINTING ON STRUCTURAL STEEL

The following specification shall be used for painting of structural steel work.

9.1 SCOPE

This specification shall be used in non coastal area & coastal area.

Page 90: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 14 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

i) Surface Preparation

The surfaces to be painted shall be metal slagblasted to Sa - 2.5 as per Swedish Standard SIS 05-59-00. Air used for Shot blasting must be dry and oil free. Sand used for Shot blasting shall be good quality river sand suitable for achieving the required surface finish. For optimum results pressure of Shot blasting gun should be maintained at around 7 kg/cm2 and maximum height of profile should be kept around 50 microns. Sand blasted surfaces must be coated with primer within 4 hrs in dry climate. Moreover it is not advisable to carry out Shot blasting when humidity exceeds 85% (RH).

ii) Painting systems to be used are indicated below:

a) Epoxy Painting:

Primer P1-2 coats + finish paint FP1 (2 coats) where P1 is epoxy polyamide cured zinc chromate primer having DFT of 35 micron per coat and FP1 is epoxy polyamide cured finish paint having DFT (Dry Film Thickness) of 35 micron per coat.

Equivalent product chart for approved paint manufactures for primer P1 finish paint FP1 indicated above is enclosed.

b) For PU painting:

i) P1 - One coat of Ethyl silicate inorganic zinc primer having DFT of 70 microns per coat.

ii) IP1 - One coat of Epoxy MIO having DFT of 70 microns per coat.

iii) FP1 - One coat of finish epoxy paint using two pack Polyamide cured epoxy having DFT of 40 microns per coat.

iv) FP2 - One coat of Aliphatic Acrylic Polyurethane paint having DFT of 40 microns per coat.

Equivalent product chart for approved paint manufactures for P1, IP1, FP1 & FP2 indicated above is enclosed.

9.1.2 All the surfaces must be metal slag blasted and 2 coats of primer plus 1 coat of finish paint applied in the shop before the same are shifted to site for erection. All the members must be suitably match marked for facilitating proper assembly.

After erection is over all surfaces shall be washed up as follows:

1. Washing with clean water (pressure 7 kg/cm2) using suitable nozzles. During washing broom corn brushes shall be used to remove foreign matters.

2. Solvent washing if required to remove traces of oil grease etc.

3. After washing the surface as indicated above, the surfaces shall be suitably touched up to the extent required so that all the damages to the premiered surfaces caused during erection are done up.

The surfaces affected by welding and / or gas cutting during erection shall also be suitably touched up. Before touch up is taken up surfaces shall be prepared by mechanical means such as grinding, power brushing etc. to achieve surface finish to ST-3.

Page 91: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 15 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

After touch up work is over as indicated above, all the surfaces shall be given one coat of finish paint to the required specification.

9.1.3 The following points must be observed for painting work:

1. Primer and paint shall be compatible to each other and should be from the same manufacturer.

2. The recommendation of the paint manufacturer regarding mixing, matching and application must be followed meticulously.

3. Technical representative of paint manufacturer should be available at site as and when required by Engineer-in-Charge for their expert advice as well as to ensure that the painting work is executed as per the instruction of paint manufactures.

Paints and primers shall be supplied at site in original container with factory seal otherwise such paints and primers shall not be allowed to be used. Mode of application i.e. by spray, brush or roller shall be strictly as per recommendation of paint manufacturer.

Painting materials must be used before the expiry date indicated on the containers.

Number of coats and DFT per coat must be strictly followed as indicated above. If the desired DFT is not achieved for primer and finish paints in two coats (each), CONTRACTOR shall be required to apply extra coat (s) to achieve the desired DFT without any extra cost to Engineer-in-Charge.

Colour shade for each coat of primer and finish paint must be different to identify the coats without any ambiguity.

Shade for the final finish coat shall be decided by Engineer-in-Charge at site.

All painting materials must be accompanied by manufacturers test certificates. However, Engineer-in-Charge has any doubt regarding quality of materials, he shall have the right to direct CONTRACTOR to get the doubtful material tested or and provided (by CONTRACTOR) testing agencies for which no extra payment shall be made to the CONTRACTOR and the charges shall deemed to be covered in the unit rates quoted for fabrication and erection of structural work.

DFT for paint shall be measured at least 20 points and mean DFT shall not vary by more than 10% than specified in DFT.

Instrument for measurement of DFT shall be arranged and provided by CONTRACTOR at his cost.

Thickness of each coat shall also be checked regularly to ensure uniformity in DFT.

9.1.4 Shot blasting and painting works, being a specialized job must be carried out through the approved agencies only.

Page 92: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 16 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

9.1.5 Equivalent Chart for Various Paint Manufacturers for Epoxy paint

ASIAN G & N SHALIMAR J & N BERGER BOMBAY

P1 APCODUR - Epoxy Zinc Chrome Primer

AMERCOAT-71

EPIGARD-4 Zinc Chromate Primer

EPILAC Zinc Chromate Primer

EPILUX-4 Zinc Chromate Primer

PENTADUR PRIMER 1532

FP1 APCODUR CF 692

NEROLAC TWO COMP EPOXY

EPIGARD XL FINISH

EPILAC 974 ENAMEL

EPILUX-4 ENAMEL

PENTADUR ENAMEL 5534 GRAY

9.1.6 EQUIVALENT CHART FOR VARIOUS PAINT MANUFACTURERS FOR PU PAINT

CODE

ITEM

DFT PER COAT (MICRONS)

ASIAN

G & N

SHALIMAR

J & N

BERGER

BOMBAY

P1 ETHYL

SLILICATE

INORGA-NIC

ZINC PRIMER

70

APCOSIL

601

DYMET -

COTE - 9

TUFFKOTE

ZILICATE

J&N INORGA

- NIC

ZINC SILICAT

E PRIMER

ZINC

ANODE

304

HEAPELS

GALVO-SIL

1570

IP1 EPOXY

MIO 70 APCO-

DUR

MIO

AMER COAT

385

EPIGUARD

HB MIO

EPILAC HB

MIO

EPILUX-4

HB MIO

PENTA-DUR

HB MIO 4567

FP1 TWO

PACK POLYA-

MIDE CURED EPOXY

40 APCO-DUR

CF-692

NERO-LAC

TWO COMP

EPOXY

EPIGUARD

XL

EPILAC

974

EPILUX-4

ENAMEL

PENTA-DUR

ENAMEL

5534

FP2 ALIPHA-

TIC ACRYLIC POLYURE

- THANE PAINT

40 APCO-THANE

674

AMER-COAT

450 GL

SHALI-THANE

JN 992

PU FINISH

PAINT

BERGA-

THANE

ENAMEL

PENTO-

THANE

4513

 

Page 93: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 17 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

10.0 STEEL / ALUMINIUM DOORS, WINDOWS AND VENTILATORS

10.1 The Steel doors, windows and ventilators shall be of the size and type as perIS-1361 and IS-1038. Fixing and glazing shall be done as per IS-1081 and as per manufacturer’s instructions. The putty of approved make such as special gold size or equivalent conforming to IS-419 shall be used.

10.2 Aluminium doors, windows and ventilators shall be manufactured from wrought aluminium and aluminium alloy extruded round tube and / or hollow rectangular / square sections conforming to IS: 1285 &IS : 6477 or equivalent as approved by Engineer-in-Charge.

11.0 FLOORING AND PAVING

11.1 SUB BASE OF FLOOR

11.1.1 The area to be paved shall be divided into suitable panels. Form work shall be provided. The boarding / battens shall be fixed in position with their toe at proper level, giving slope where required. Alternatively base concrete may be deposited in the whole area at a stretch.

11.1.2 Before placing the base concrete the sub-base shall be properly wetted and rammed. The concrete of the specified mix shall then be deposited between the forms where provided, thoroughly tamped and the surface finished level with the top edge of the forms. The surface of base concrete shall be spreader uniformly. The surface shall be finished rough to provide adequate bond for the topping. Two or three hours after concrete has been laid the surface shall be brushed with wire brush to remove any scum or Latinate and swept clean so that coarse aggregate is exposed.

11.2 CEMENT CONCRETE FLOOR FINISHES

11.2.1 The surface of base concrete shall be thoroughly cleaned by scrubbing with coir or steel wire brush. Before laying the toping, the surface shall be soaked with water at least for 12 hours and surplus water mopped up immediately before the toping is laid.

11.2.2 The forms shall be fixed over the base concrete dividing into suitable panels. Where glass dividing strips are provided, thickness of glass dividing strips shall be 4 or as indicated. Before placing the concrete toping, neat cement slurry at the rate of 2 kg/sq.m shall be then thoroughly brushed into the base concrete just ahead of the finish. The topping shall then be laid, thoroughly compacted by using screed board/plate vibrator. The surface floated with a wooden float to a fair and even surface shall be left for some time till moisture disappears from it. Junctions with skirting / dado or wall surfaces shall be rounded off using cement mortar 1:2 curing shall be carried out for a minimum of 7 days.

12.0 PLASTERING

12.1 Sand for plastering shall be 50% fine sand and 50% coarse sand from approved sources.

12.2 Preparation of surface shall be done as per CPWD specifications.

12.3 Cement mortar shall be of the mix as indicated in the items and shall be mixed as specified in the CPWD specifications.

Page 94: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 18 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

12.4 Joints in walls etc. shall be raked to a depth of 12 mm, brushed clean with wire brushes dusted and thoroughly washed before starting the plaster work.

12.5 The surface shall be thoroughly washed with water cleaned and kept wet to saturation point before plastering is commenced.

12.6 Cement mortar as indicated, shall be firmly applied to the masonry walls in a uniform layer to the thickness specified and will be pressed into the joints. On concrete surfaces rendering shall be dashed to the roughened surface to ensure adequate bond. The surface shall be finished even and smooth. Hectoring wherever required shall be done as per directions of Engineer-in-Charge. Nothing extra shall be paid on this account.

12.7 All plaster work shall be cured for at least 7 days.

12.8 Integral water proofing compound shall be mixed with cement in the proportion recommended by the manufacturer. Care shall be taken to ensure that the water proofing material gets well and integrally mixed with cement. All other operations are the same as for general plaster work.

12.9 For sand face plaster undercoat of cement plaster 1:4 (1 cement : 4 sand) of thickness not less than 12 mm shall be applied similar to one coat plaster work. Before the under coat hardens the surface shall be scared to provide for the top coat. The top coat also of cement mortar 1:4 shall be applied to a thickness not less than 8 mm and brought to an even surface with a wooden float. The surface shall then be tapped gently with a wooden float lined with cork to retain a coarse surface texture, care being taken that the tapping is even and uniform.

13.0 EXTERIOR PAINTING

13.1 Finishing walls with smooth water-based, Premium Acrylic Smooth exterior paint with Silicone additives of required shade.

13.2 Where shown on drawings for external surfaces of sand faced plaster, or any other surface, two coats of cement paint shall be applied of tint and shade as approved by the Engineer-in-Charge.

13.3 The surfaces shall be prepared as specified for white washing. Before applying cement paint the surface shall be thoroughly wetted to control surface suction. The surface shall be moist but not dripping wet, when the paint is applied. Not less than 24 hours shall be allowed between the two coats. In hot weather the first coat shall be slightly moistened before applying the second coat.

13.4 On external plastered surfaces (one coat primer + minimum 3 coat of paints), sand faced or plain plastered and concrete surfaces, apex weather proof paint shall be vigorously scrubbed on to work the paint into the voids and provide a continuous paint film free from pin holes and other openings.

14.0 GLAZING

14.1 Sheet glass glazing of doors, windows etc. shall be of selected quality glass conforming to IS: 2835. Toughened splinter proof industrial safety glass shall confirm to IS: 2553. No cracked chipped or disfigured glass shall be accepted Glass shall be in one piece for each pan.

Page 95: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 19 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

14.2 Glazing shall be fixed with timber or steel / aluminium beading as called for. Glass shall be back puttied and fixed with beading for a water tight and rattle free installation. Sizes of timber/ steel / aluminium beading shall be as directed.

15. PROTECTIVE COATING AND LINING SYSTEM

15.1 ACID RESISTANT BRICK LINING

i) MATERIAL

These bricks are made of raw materials such as clay or shale of suitable composition with low lime and iron content, feldspar, flint or sand and vitrified at high temperature in ceramic kilns. Bricks shall not absorb more than 2% of their own wt. when soaked in water. Compression strength: > 700 Kg/cm2. Bricks shall not lose more than 1.5% at their own weight when tested for acid resistance.

Chemical compositions of bricks are

a) Al2O3 22-24%

b) SiO2 60-65%

c) Fe2 O3 1.0-2.0%

d) Alkalies 10-12%

a) K-BASED SILICATE MORTAR

Acid Proof cement KSC is a potassium silicate based corrosion cement. Acid brick linings carried out with KSC cement are not subject to crystal formation in the pores of cement. Besides Bitumastic surface is joint-less, hence there is no danger of Acids percolating through the surface.

Characteristics of K-based Silicate mortar:

• Colour : White

• Density (lbs/Cub. ft.) : 130

• Water Absorption : 2-5 %

• Tensile Strength (Psi) : 400

• Compressive strength (Psi) : 2800

• Bond Strength (Psi) : 180

• Coefficient of thermal expansion : 6.0 x 10-6

b) BITUMASTIC MORTAR

It shall consist of an acid proof inorganic filler and blended bitumen. It shall be trowelled to concrete having total thickness of 10 mm.

Characteristics of Bituminous compounds:

• Density (Kg/m3) : 2200

• Water content by mass percent (max) : 0.5

• Flash point °C ,min. : 35

Page 96: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 20 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

• Consistency

a) Before setting (test after 1 hr) min. : 100

b) After setting (test after 24 hr) min. : 80

Mastic shall be heated to 150-300oC and shall be applied in 5 mm layers after surface is cleaned & dried.

c) BITUMINOUS PAINT(PRIMER)

This is generally of heavy grade bituminous corrosion resisting paint. 2 coats of the paint shall be given, and drying time between the 2 coats shall not be less than 5 hours. Also, its drying time after second coat shall not be more than 8 hours. Its finish shall be smooth, glossy and elastic.

The primer shall confirm to the following requirements:

• Viscosity by standard tar viscometer, 4mm orifice at 25°C:4 to 24

• Penetration at 25°C, 100g, 5sec in 1/100 cm : 20 to 50

• Water content percent (max) :0.2

ii) APPLICATION

Sl.no. Description Item or area

1. Bituminous Paint (Primer) Concrete surface

2. 10mm Bitumastic Laying in two layers each shall not be more than 5 mm thick Over Bituminous Paint

3. One layer, 5mm Acid, K-based Silicate Type mortar #

4. One layer, 40mm Acid resistant Brick lining Over K-based Silicate

#:- K-based Silicate mortar should be buttered on all sides of acid-resistant brick except the side facing the surface to be exposed to corrosives

15.4 FIRE PROOFING BY IN-SITU CONCRETE (ENCASING)

Concrete for fire proofing shall be M20 grade. Mixing and placing shall be same as for concrete work

Minimum thickness of concrete coating over the steel shall be 50 mm.

Concrete shall be poured into forms properly oiled and made to correct dimensions. Concrete shall be vibrated as necessary to ensure smooth surface, free from voids and irregularities. Any defects, honey comb etc. shall be rectified by CONTRACTOR at his own cost.

16.0 CULVERT WORK

16.1 PIPE CULVERTS

16.1.1 Reinforced concrete pipes shall be provided between the drain pits of storm water drains to cross the roads. These pipes shall be non-pressure type conforming to IS: 458 and class as specified in the nomenclature of the item. The pipes shall be laid between the drain pits with a uniform slope and with proper bedding, if required, as

Page 97: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 21 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

per approved drawings. The reinforced concrete pipes shall be manufactured by centrifugal process. All pipes shall be true to shape, perfectly straight, sound and free from cracks. The pipes shall be free from defects resulting from imperfect grading of the aggregate mixing or moulding.

16.1.2 Reinforced concrete pipes shall be laid, jointed and tested as per IS: 783. Pipes shall be laid true to alignment and gradients over cement concrete bed of 1:2:4 mix and / or encased, if required, as per approved drawings or as directed by Engineer-in-Charge. No deviations from the lines, depths of cuttings or gradients shall be permitted without approval in writing by Engineer-in-Charge. The joint between concrete drain pit wall and concrete pipe shall be done properly to make it water-tight. The pipe joints shall be spigot and socket joint (rigid type) for pipes of 600 mm. diameter and below and collar joint (rigid type) for pipes over 600 mm. diameter. For both types of joints, the annular space shall be filled up with cement and sand mortar 1:2 mix which shall be rammed with caulking tools. After the day's work, any extraneous matter shall be removed from inside of the pipes. Joints shall be cured properly as per IS: 783. Reinforced concrete pipes shall be tested hydraulically as per IS: 783. Refilling of trenches shall not be commenced until the entire length of the pipe has been tested and approved. The excavation of earth in trenches for laying the concrete pipes and refilling shall be done as per IS: 783.

16.2 BOX CULVERTS

16.2.1 The box-culverts are to be provided across the roads joining the storm water drains on both sides of the road. These box-culverts shall be of either complete reinforced cement concrete construction or brick masonry and reinforced cement concrete construction as specified in the schedule of items. The box-culvert construction shall be carried out as per the approved drawings.

17.0 STORM WATER DRAINS

17.1 The covered precast slab storm water drains shall be of the size and laid to such gradients and in such locations as may be shown in the approved drawings or as directed by the Engineer-in-Charge. The sides and bottom of the drain or the sides and top of embankment, as the case may be, shall be brought to the required profile, slope and gradient and shall be compacted to a firm and even surface. If the situation demands, and where so required by the Engineer-in-Charge in consideration of the nature of the surface, the necessary back filling may be done with small broken stone, moorum, gravel or ballast well consolidated to proper profile. In case the soil is unreliable and if the nature of the work requires it a 75 mm. thick layer of gravel or ballast may be provided over the prepared surface and well consolidated. In the case of embankments of large heights, suitable design of pitching etc., should be worked out and special specifications framed in each case.

17.2 Bricks shall be of M75 class designation bricks conforming to BIS: 1077 as described in nomenclature of the item. Pitching shall be half brick in depth or in multiples of half bricks, as specified. Profiles shall be put up by means of pegs and strings or by placing bricks at intervals not more than 15 metres. Bricks shall then be laid on bed width in parallel rows breaking bond and on sides in either parallel rows breaking bond or herring-bone bond pattern as directed. At the top, at the toe and at every 3 metres intervals, brick courses shall be laid with bricks on ends. All bricks shall be

Page 98: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TSA-0201 2  

DOCUMENT NO. REVPAGE 22 OF 22

FORM NUMBER 02‐0000‐0021 F1 REV 0    All rights reserved 

laid closely in position and firmly embedded, true to line, gradient and in uniform slope throughout.

18.0 METHODOLOGY FOR DERIVING ANY EXTRA ITEM RATES

(For Items Not included in SOR, but may be required during Execution)

In case of executing of items of work not included in the rate schedule, the rates for such items shall be fixed / derived on the following basis after prior written approval of Engineer, following the order of basis as under.

a) Similar item-rate basis or otherwise.

b) On basis of latest Fair Market Schedule of Rates of PWD Maharashtra State or otherwise.

c) On prevailing market rate basis for deployment of work force and requisite materials in the work with an addition of 15% thereon for profit and overhead charges.

Page 99: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

EM191-PNCV-TSB-0201 0 PROJECTS & DEVELOPMENT INDIA LTD DOCUMENT NO REV

SHEET 1 OF 8

 FORM NUMBER 02 ‐0000‐0021 F1 REV 0             All rights reserved  

TECHNICAL SPECIFICATION

FOR

DISMANTLING AND DEMOLISHING WORKS

0 10.10.2017 ISSUED FOR TENDER CG CG UPT REV REV DATE PURPOSE PREPD REVWD APPD

Page 100: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

STANDARD SPECIFICATION EM191-PNCV-TSB-0201 0 FOR DOCUMENT NO REV

DISMANTLING AND DEMOLISHING SHEET 2 OF 8

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

1.0 SCOPE This specification covers the technical and precautionary requirements for the dismantling & demolition of foundation, RCC / steel structure, brick works etc. These technical Specifications shall be supplementary to the specifications contained in the CPWD specifications, wherever at variance, these Particular Specifications shall take precedence over the provisions in the CPWD Specifications. All the measurements shall be as per IS 1200 (relevant part with latest revision) and precautions should be taken as per guidelines mentioned in IS 4130 (latest) 2.0 TERMINOLOGY

(i) Dismantling: The term ‘Dismantling’ implies carefully separating the parts without damage and removing. This may consist of dismantling one or more parts of the building as specified or shown on the drawings.

(ii) Demolition : The term ‘Demolition’ implies breaking up. This shall consist of

demolishing whole or part of work including all relevant items as specified or shown on the drawings.

3.0 PRECAUTIONS

(i) The demolition shall always be well planned before hand and shall generally be

done in reverse order of the one in which the structure was constructed. The operations shall be got approved from the Engineer-in-Charge before starting the work.

(ii) Due care shall be taken to maintain the safety measures prescribed in IS 4130. (iii) Necessary propping, shoring and or under pinning shall be provided to ensure the

safety of the adjoining work or property before dismantling and demolishing is taken up and the work shall be carried out in such a way that no damage is caused to the adjoining work or property. Wherever specified, temporary enclosures or partitions and necessary scaffolding with suitable double scaffolding and proper cloth covering shall also be provided, as directed by the Engineer-in-Charge.

(iv) Necessary precautions shall be taken to keep noise and dust nuisance to the

minimum. All work needs to be done under the direction of Engineer-in-Charge. Helmets, goggle, safety belts etc. should be used whenever required and as directed by the Engineer-in-Charge.

The demolition work shall be proceeded with in such a way that it causes the least damage and nuisance to the adjoining building and the public.

(v) Dismantling shall be done in a systematic manner. All materials which are likely to

be damaged by dropping from a height or by demolishing roofs, masonry etc. shall be carefully removed first. Chisels and cuters may be used carefully as directed. The dismantled articles shall be removed manually or otherwise, lowered to the ground (and not thrown) and then properly stacked as directed by the Engineer-in-Charge.

Page 101: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

STANDARD SPECIFICATION EM191-PNCV-TSB-0201 0 FOR DOCUMENT NO REV

DISMANTLING AND DEMOLISHING SHEET 3 OF 8

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

(vi) Where existing fixing is done by nails, screws, bolts, rivets, etc., dismantling shall be done by taking out the fixing with proper tools and not by tearing or ripping off.

(vii) Any serviceable material, obtained during dismantling or demolition, shall be

separated out and stacked properly as directed by the Engineer-in-Charge within a lead of 50 metres. All unserviceable materials, rubbish etc. shall be disposed off as directed by the Engineer-in-Charge.

(viii) The contractor shall maintain/disconnect existing services, whether temporary or

permanent, where required by the Engineer-in-Charge. (ix) No demolition work should be carried out at night especially when the building or

structure to be demolished is in an inhabited area. (x) Screens shall be placed where necessary to prevent injuries due to falling pieces. (xi) Water may be used to reduce dust while tearing down plaster from brick work. (xii) Safety belts shall be used by labourers while working at higher level to prevent

falling from the structure. (xiii) First-aid equipment shall be got available at all demolition works of any magnitude.

4.0 RECOMMENDATIONS FOR DEMOLITION OF CERTAIN SPECIAL TYPES AND ELEMENTS OF STRUCTURES

(i) Roof Trusses If a building has a pitched roof, the roof structure should be removed to wall plate level by hand method. Sufficient purlins and bracing should be retained to ensure stability of the remaining roof trusses while each individual truss is removed progressively.

(ii) Temporary bracing should be added, where necessary, to maintain stability. The end

frame opposite to the end where dismantling is commenced, or a convenient intermediate frame should be independently and securely guyed in both directions before work starts.

(iii) On no account should the bottom tie of roof trusses be cut until the principal rafters are

prevented from making outward movement. (iv) Heavy Floor Beams

Heavy bulks of timber and steel beams should be supported before cutting at the extremities and should then be lowered to a safe working place.

(v) Brick Work

1 Expert advice should be obtained and at all stages of the demolition, the closest supervision should be given by persons fully experienced and conversant in the type of work to ensure that the structure is stable at all times.

2 As much dead load as possible may be removed provided it does not interfere with the stability of the main structure.

Page 102: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

STANDARD SPECIFICATION EM191-PNCV-TSB-0201 0 FOR DOCUMENT NO REV

DISMANTLING AND DEMOLISHING SHEET 4 OF 8

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

3 Where it is impossible to allow debris to fall to the ground below, centering designed to carry the load should be erected and the arch demolished progressively. The design of the centering should make appropriate allowance for impact.

4 Collapse of the structure can be effected in one action by the use of explosives.

Charges should be inserted into boreholes drilled in brick work. This method is the most effective for demolition of tall viaducts.

5 Where explosives are used it is preferable to ensure the collapse of the whole

structure in one operation to obviate the chance of leaving unstable portions standing. Cantilevers (Not part of a Framed Structure) A cantilever type of construction depends for its stability on the super imposed structure. Canopies, cornices, staircases and balconies should be demolished or supported before the tailing down load is removed.

(vi) Cantilevers (Not part of a Framed Structure) A cantilever type of construction depends for its stability on the super imposed

structure. Canopies, cornices, staircases and balconies should be demolished or supported before the tailing down load is removed.

(vii) In-situ Reinforced Concrete

1 Before commencing demolition, the nature and condition of the concrete, the condition and position of reinforcement, and the possibility of lack of continuity of reinforcement should be ascertained.

2 Attention should be paid to the principles of the structural design to determine

which parts of the structure depend on each other to maintain overall stability. 3 Demolition should be commenced by removing partitions and external non-load

bearing cladding. It should be noted that in some buildings the frame may rely on the panel walls for stability.

(viii) Where hard demolition methods are to be used, the following procedures should be

used.

(a) Reinforced Concrete Beams For beams, a supporting rope should be attached to the beam. Then the concrete

should be removed from both ends by pneumatic drill and the reinforcement exposed. The reinforcement should then be cut in such a way as to allow the beam to be lowered under control to the floor.

(b) Reinforced Concrete Columns For columns, the reinforcement should be exposed at the base after restraining

wire guy ropes have been placed round the member at the top. The reinforcement should then be cut in such a way as to allow the column to be pulled down to the floor under control.

Page 103: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

STANDARD SPECIFICATION EM191-PNCV-TSB-0201 0 FOR DOCUMENT NO REV

DISMANTLING AND DEMOLISHING SHEET 5 OF 8

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

(c) Reinforced Concrete Walls Reinforced concrete walls should be cut into strips and demolished as for

columns. 5.0 MEASUREMENTS

(i) All work shall be measured net in the decimal system, as fixed in its place, subject to the following limits, unless otherwise stated hereinafter.

(a) Dimensions shall be measured correct to a cm.

(b) Areas shall be worked out in sqm correct to two places of decimal.

(c) Cubical contents shall be worked out to the nearest 0.01 cum.

(ii) Parts of work required to be dismantled and those required to be demolished

shall be measured separately. (iii) Measurements of all work except hidden work shall be taken before demolition

or dismantling and no allowance for increase in bulk shall be allowed. (iv) Specifications for deduction for voids, openings etc. shall be on the same basis

as that adopted for new construction of the work. (v) Work executed in the following conditions shall be measured separately.

(a) Work in or under water and/or liquid mud (b) Work in or under foul position.

(vi) Roofs

a. Roof coverings generally including battens boarding, mats, bamboo jaffari

or other subsidiary supports shall be measured in square metres except lead sheet roof covering which shall be measured in quintals (15.2.3) and stone slab roof covering which shall be measured in cubic metres.

b) Ridges, hips and valleys shall be girthed and included with the roof area.

Corrugated or semi corrugated surfaces shall be measured flat and not girthed.

c) Mud phuska on roofs shall be measured in cubic metres. d) Lead sheets in roofs shall be measured in quintals and hips, valleys,

flashings, lining to gutter etc. shall be included in this weight. e. R.B. or R.C.C. roofs shall be measured as specified in 15.3.11.

f. Supporting members, such as rafters, purlins, beams joists, trusses etc. of

wood shall be measured in cubic metres and steel or iron sections, in quintals.

Page 104: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

STANDARD SPECIFICATION EM191-PNCV-TSB-0201 0 FOR DOCUMENT NO REV

DISMANTLING AND DEMOLISHING SHEET 6 OF 8

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

(vii) Ceiling

a) The stripping of ceilings shall be measured in square metres. b) Dismantling of supporting joists, beams, etc. shall be measured in cubic

metres or in quintals. c) Height above floor level, if it exceeds 3.5 m shall be paid for separately.

(viii) Flooring and Pavings

a. Dismantling of floors (except concrete and brick floors) shall be measured

in square metres. b. Supports such as joints, beams etc. if any shall be measured in quintal.

c. Concrete and Brick Roofs and Suspended Floors d. Demolition of floors and roofs of concrete or brick shall be measured in

cubic metres. Beams cantilevers or other subsidiary supports of similar materials, shall be included in the item. In measuring thickness of roofs provide with water proofing treatments with bitumen felts, the thickness of water proofing treatment shall be ignored.

(ix) Walls and Piers

a) Taking down walls and independent piers or columns of brick, stone or

concrete shall be measured, in cubic metres. All copings, corbels, cornices and other projections shall be included with the wall measurements.

b) In measuring thickness of plastered walls, the thickness of plaster shall be ignored.

c) Ashlar face stones, dressed stone work, pre-cast concrete articles, etc. if required to be taken down intact shall be so stated and measured separately in cubic metres.

d) Cleaning bricks stacking for measurements including all extra handling

and removal and disposing off the rubbish as stated shall be enumerated in thousand of cleaned bricks.

e) Cleaning stone obtained from demolished/dismantling stone masonry of

any description including ashlar facing dressed stone work, stone slabs or flagging and pre-cast concrete blocks including all extra handling and disposing off the rubbish as stated shall be measured in cubic metres of cleaned stone.

f) Honey comb works or cavity walls of bricks stone or concrete shall be

measured as solid.

(x) Reinforced Concrete and Brick Work

a. Reinforced concrete structures and reinforced brick roofs and walls shall be measured in cubic metres and if reinforcement is required to be salvaged, it shall be so stated.

Page 105: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

STANDARD SPECIFICATION EM191-PNCV-TSB-0201 0 FOR DOCUMENT NO REV

DISMANTLING AND DEMOLISHING SHEET 7 OF 8

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

b. Where reinforcement is required to be separated, scraped and cleaned, the work shall be measured separately in quintal of salvaged steel.

c. Partitions, Trellis Work etc. d. Partitions or light walls, of lath and plaster, trellis work, expanded metal,

thin concrete or terracotta slabs and other similar materials including frame work if any shall be measured in square metres stating the over all thickness.

(xi) Wood Work

All wood work including karries average 40 sq cm or over in section,shall be

measured in cubic metres, while that under 40 sq cm in section, in running metres.

Ballies shall be measured in running metres. Boarding including wooden chajjas and sun shades along with supports shall be

measured in square metres in its plane. Steel and Iron Work

a. All steel and iron work shall be measured in quintals. The weight shall be

computed from standard tables unless the actual weight can readily be determined.

b. Riveted work, where rivets are required to be cut, shall be measured separately.

c. Marking of structural steel required to be re-erected shall be measured

separately.

d. In framed steel items, the weight or any covering material or filling such as iron sheets and expanded metal shall be included in the weight of the main article unless such covering is not ordered to be taken out separately.

(xii) Doors and Windows

Dismantling of doors, windows, clerestory windows, ventilators etc. (wood or metal) whether done separately or along with removal of wall by making recess in the wall shall be enumerated. Those exceeding 3 sqm each in area shall be measured separately. The item shall include removal of chowkhats architraves, holdfasts and other attachments. If only shutters are to be taken out it shall be measured separately.

(xiii) Pipes and Sewer Lines

a) Water pipe lines including rain water pipes with clamps and specials,

sewer lines (salt glazed ware or concrete) etc. shall be described by their diameter and length measured in running metres inclusive of joints.

b) If the joints, special and fittings etc. are required to be separated, it shall be so stated and enumerated.

Page 106: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

STANDARD SPECIFICATION EM191-PNCV-TSB-0201 0 FOR DOCUMENT NO REV

DISMANTLING AND DEMOLISHING SHEET 8 OF 8

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

c) Pucca drains shall be measured under relevant items.

d) Valve cistern, public fountain platform, fire hydrants, etc. shall be enumerated.

e) Manholes and inspection chambers shall be enumerated stating the size

and depth of manhole/inspection chamber. They shall be classified into different groups depending upon the depth, in unit of half and one metre depth. The depth of the manhole shall be the distance between the top of manhole cover and invert level of the drain.

f) Ventilating shafts, gully traps, flushing cisterns and other appurtenant

items of work shall be enumerated.

(xiv) Posts or Struts Posts or struts (wood, steel or RCC) section including taking out embedded

portion shall be measured in running metres. (xv) Fencing Wire Mesh Wire mesh fencing of any type with frame shall be measured in square metres. (xvi) Glazing Taking out any portion of serviceable glass except polished plate, from old

sashes, skylights, etc. (any thickness, weight or size) raking out old putty, etc. shall be measured in square metres. Irregular circular panes shall be measured as rectangle or square enveloping the same. The width and height being measured correct to the nearest 0.5 cm.

(xvii) Road Work

a. Different types of road surfaces shall be measured separately.

b. Road surfaces metalling or soling (base) shall be measured in square metres.

c. Concrete paving shall be measured as in 15.3.8 or 15.3.9 as the case may

be.

6.0 RATES The rate shall include the cost of all labour involved and tools used in demolishing and dismantling including scaffolding. The rate shall also include the charges for separating out and stacking the serviceable material properly and disposing off unserviceable material within a distance of 50 metres. The rate shall also include for temporary shoring for the safety of portions not required to be pulled down, or of adjoining property, and providing temporary enclosures or partitions, where considered necessary.

Page 107: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS.

EM191-PNCV-PR-201 2   

DOCUMENT NO. REV

PAGE 1 OF 14  

FORM NO: 02-0000-0021F1 REV2 All rights reserved 

PREAMBLE TO SCHEDULE OF RATES

FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS FOR

TROMBAY-V UREA PLANT

RASHTRIYA CHEMICALS FERTILIZERS LTD

MAHARASHTRA – INDIA

Page 108: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL,

STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-PR-0201 2  DOCUMENT. NO. REV.PAGE 2 OF 14

 

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

CONTENTS

SL. NO. DESCRIPTION SHEET NUMBER

1.00 GENERAL 3 to 6

2.00 DEFINITION OF PLINTH 6

3.00 MATERIALS 6 & 7

4.00 TESTS 7

5.00 EXECUTION OF WORK:

5.01 EARTH WORK 7 & 8

5.02 PLAIN & R.C.C. WORKS 9 & 10

5.03 REINFORCEMENT AND EMBEDMENTS 10

5.04 SHUTTERING 11

5.05 MASONRY 11 & 12

5.06 WOOD WORK & JOINERY 12

5.07 STRUCTURAL STEEL WORK 12 & 13

5.08 DOORS, WINDOWS & VENTILATORS 13 & 14

5.09 FLOORS AND BASES 14

5.10 FINISHING WORKS 14

5.11 MISCELLANEOUS 14

Page 109: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL,

STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-PR-0201 2  DOCUMENT. NO. REV.PAGE 3 OF 14

 

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

1.00 GENERAL

1.01 The plans have been evolved tentatively based on information available with Owner / Consultant but the dimensions and details etc. are liable to changes. The Tenderers shall not be entitled to claim any higher rate or compensation on this account. The tender drawings are intended mainly to give an indication of the probable type of construction. The successful Tenderers will, however, be required to execute the work as per detailed approved drawings issued to them from time to time. Steel structures can be changed to R.C.C. or vice versa. Owner reserves the right to add / delete any of the building works mentioned in the N.I.T., during the currency of the contract.

1.02 The Tenderers shall note that the quantities of the different Items, as given in the "Schedule of Rates" are tentative based on tentative tender drawings and are subject to variation and they shall not be entitled to claim any higher rate or compensation on this account. Owner / Consultant reserves the right to change / modify the size and type of sections at any time. Owner / Consultant does not guarantee work under each item of the Schedule of Quantities. The total quantum of work may vary up to ± 25% on either side and nothing extra will be paid on this account. Quantum of individual item may vary to any extent.

1.03 The Tenderers shall be fully responsible for the correct setting out and execution of the work in accordance with approved drawings which will be supplied to them progressively. All tools, tackles, construction equipments etc., required for the successful execution / construction of the complete work shall be responsibility of the Tenderers.

1.04 The quantities given in the "Schedule of Rates" are approximate and are given only for the guidance for quoting rates. Payments on bills shall, however, be made on actual measurements of quantities of work done as per approved drawings. Unless otherwise specified, measurements of quantities shall be taken as per Indian Standards IS: 1200.

1.05 The rates to be inserted in the "Schedule of Rates" are to be inclusive of the value of the work described under several items including all costs and expenses which may be required for the construction of the work described together with all taxes, general risks, liabilities and obligations such as temporary buildings / hutments, fencing, watching, lighting, insurance, labour regulations, indemnity, maintenance and the like. The prices shall be inclusive of all labours, materials, tools, plants, equipment, hoists, tackles, scaffoldings, the sundries, etc., as may be necessary for the completion of the work in all respects.

1.06 No work shall be undertaken at site until detailed approved drawings have been issued by the Owner / Consultant in writing. Subsequent revision in the drawings which become necessary shall be incorporated and revised drawings issued to the Contractor who shall execute the work as per the latest revised drawings. Nothing extra will be paid on this account and no claim whatsoever will be entertained on this account. The Owner / Consultant reserves to themselves the right to modify / revise / alter etc. in any drawing supplied to the Contractor.

Page 110: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL,

STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-PR-0201 2  DOCUMENT. NO. REV.PAGE 4 OF 14

 

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

1.07 Any fabrication / construction done before final approval of the drawings shall be the Contractor's responsibility.

1.08 In case of any discrepancy between the description of items given in the "Schedule of Rates" and Specifications, drawings and other documents, the decision of the Owner / Consultant in writing shall be final, binding and conclusive for the purpose of this contract.

1.09 The term "Design and drawings" mentioned in the description of Items in the "Schedule of Rates" means the detailed approved design drawings marked "Good for Construction".

1.10 The work "As described", "As shown", "As directed" or "As approved", "As mentioned" in the description of Items shall mean as directed in design or detailed drawings and as directed by the Engineer-in-Charge.

1.11 The Owner shall furnish the Contractor with only reference points of the job site and a level bench mark, and the Contractor shall at his own cost and initiative, set out the works to the satisfaction of the Engineer-in-Charge but shall solely be responsible for the accuracy of such setting up not withstanding satisfaction as aforesaid of the Engineer-in-Charge or any other assistance rendered by the Engineer-in-Charge for the purpose.

1.12 The Contractor shall provide, fix and be responsible for the maintenance of all stakes, templates, level marks, profiles and the like and shall take all precautions necessary to prevent their removal or disturbance, and shall be responsible for the consequence of such removal or disturbance and for their efficient and timely reinstatement. The Contractor shall also be responsible for the maintenance of all survey marks, boundary marks, distance marks and centre line marks, whether existing or supplied / fixed by the Contractor.

1.13 Before commencing the work, the Contractor shall at his own cost and initiative provide all necessary references, level posts, pegs, bamboos, flags, ranging rods, strings and other materials for proper layout of the work in accordance with the scheme for fixing bench marks acceptable to the Engineer-in-Charge. The centre of longitudinal or face line and cross line shall be marked by means of small masonry pillars. Each pillar shall have distinct mark at the center to enable a TOTAL STATION to be set over it. No work shall be started until all these points are approved by the Engineer-in-Charge in writing.

But such approval shall not relieve the Contractor of any of his responsibilities in respect of the adequacy or accuracy, thereof. The Contractor shall also provide all labour, material and other facilities necessary for the proper checking of layout and inspection of the points during construction.

1.14 Pillars bearing geodetic marks located at the site / unit of works under construction should be protected and fenced by the Contractor.

1.15 On completion of works, the Contractor must submit to the Engineer-in-Charge the geodetic documents according to which the work was carried out.

Page 111: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL,

STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-PR-0201 2  DOCUMENT. NO. REV.PAGE 5 OF 14

 

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

1.16 The Contractor shall be exclusively responsible for the provision and maintenance of horizontal and vertical alignments and levels and for the correctness of every part of the work in accordance there with and shall at his own cost rectify any errors or imperfections therein.

1.17 The Contractor shall at all times during the progress and continuance of the works be responsible for and effectively maintain and uphold in good, substantial, sound and perfect condition of all / and every part of works and shall make good from time to time and at all times as often as the Engineer-in-Charge shall require any damage or defect that may during the above period arise in or be any way connected with works.

1.18 The portion which is under HOLD shown in the approved drawing or the portion which would be brought under HOLD during execution on account of coordinating different activities of other working agencies shall be taken up by the Contractor to execution only after the said HOLD is withdrawn. The Contractor on this account shall not be entitled to claim for any compensation.

1.19 The Contractor shall maintain adequate drainage facilities at the work site at all times during the execution of the work.

1.20 No compensation shall be made by the Owner / Consultant for any damage done by rain or traffic during the execution of the work.

1.21 The Contractor shall afford all reasonable facilities such as scaffolding etc., and cooperation to the various other agencies and Contractors, for services not included in this contract, who may be working on the site simultaneously so that entire work can proceed smoothly and simultaneously to a successful completion. The Tenderer must take all the aforesaid factors into consideration while quoting his rates. Nothing extra shall be paid on any ground out of or relating to the aforesaid factors.

1.22 For details of works, materials and workmanship, attention is invited to the "Schedule of Rates", Scope Drawings, Special Conditions of Contract, Materials and Job Specifications, this section, etc. and the Tenderers must quote the rates keeping in full view the requirement of the said documents.

1.23 Except otherwise clearly stated, CPWD Specifications with Correction Slips ( latest) shall be followed in all Civil, Structural and other allied Works and in absence of CPWD Specifications for any work, relevant Indian Standard codes of practices (latest) shall be followed. Where there are no Specifications available for any work either in CPWD Specifications or in IS Codes of practices, the work shall be carried out as per the direction of Engineer-in-Charge.

1.24 The following notations have been used throughout the "Schedule of Rates" and Materials and job Specifications:

1. Cu.M Cubic Metre 2. Sq.M Square Metre 3. m. Metre 4. mm Millimeter 5. Cm. / Cms. Centimeter / Centimeters

Page 112: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL,

STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-PR-0201 2  DOCUMENT. NO. REV.PAGE 6 OF 14

 

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

6. No. / Nos. Number / Numbers 7. Tonne / Te. Metric Tonne 8. Kg. Kilogram 9. RCC Reinforced Cement Concrete 10. PCC Plain Cement Concrete

1.25 The quoted rates shall be applicable for all heights, depths etc. except otherwise clearly stated in the description of items and nothing extra shall be paid to the contractor on this account.

1.26 Description of items and mode of measurement for payment indicated herein shall override those given elsewhere if these are at variance.

1.27 Any materials / accessories / fittings etc. which may not be specifically mentioned in the description of items but which are normally used or necessary are to be provided by the contractor without any extra cost to Owner / Consultant and the work must be completed in all respects.

2.00 DEFINITION OF PLINTH

2.01 The portion of a structure between the surface of the finished ground and the surface of the floor immediately above the ground will be considered as plinth, which is generally 300 mm to 600 mm above finished ground level of the site area.

2.02 Plinth Level as shown in the drawing shall be treated as plinth level for the purpose of payment.

3.00 MATERIALS

3.01 The supply / procurement of all materials, required for the job, shall be the responsibility of the Contractor unless otherwise stated in the "Schedule of Rates" and elsewhere in the tender documents. The quality of the materials procured by the Contractor shall be subject to the approval of Engineer-in-Charge or his authorized representative before the materials are allowed to be used in the works. All the materials to be procured by the Contractor shall be in conformity with the CPWD Specifications with correction slips (latest) and in absence of which as laid down in the relevant Indian Standard Codes of practices (latest).

3.02 Transport of all materials shall be the Contractor's responsibility and it shall be at their own risk and cost.

3.03 The Engineer-in-Charge shall determine the suitability of materials to be used on the job and the Contractor shall get all materials approved by the Engineer-in-Charge. Any material procured and brought to site by the Contractor, found not to conform to the specifications and does not meet the approval of the Engineer-in-Charge, for use, will be rejected, and the Contractor shall remove and dispose off the same at his own cost and he shall not have any claim for compensation in this regard.

Page 113: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL,

STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-PR-0201 2  DOCUMENT. NO. REV.PAGE 7 OF 14

 

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

4.00 TESTS

4.01 According to the nature and importance of works, Owner / Consultant will demand the conduct of tests on concrete and other building materials etc., in which case the Contractor shall get the same done at his own cost in a laboratory to be approved by the Owner / Consultant.

4.02 Providing and operating necessary measurements and testing devices, materials and consumables are included in the scope of work and the rates quoted shall be deemed to include the cost of such tests which are required to ensure achievement of specified quality of work.

5.00 EXECUTION OF WORK

5.01 EARTH WORK

i) The prices for all excavations shall include for removing and clearing away all shrubs, bushes, roots etc.

ii) The prices for all excavations shall also include for all leveling and ramming foundation beds, trimming of sides and bottom, grading to proper level as required.

iii) Removal and carrying shall include for all loading, unloading and handling as may be necessary and also all necessary means of transport (Mechanical or animal or manual) as required.

iv) The prices are also to include removal of water caused by rain, seepage, spring due to water table or any other cause, either by pumping or by bailing, that may accumulate in the trenches, foundations, pits, etc. It is likely that the subsoil water may encounter during excavation. The Contractor shall be responsible to remove all water accumulated in trenches, foundations, pits, etc. due to subsoil seepage, rainwater or from any other sources. For the above reasons, if the Contractor is required to install some special type of dewatering system, the same shall be arranged by the Contractor at his own cost and nothing extra shall be payable. The Contractor shall be fully responsible for removal of all water from the working area including necessary shoring and strutting, etc., wherever required, in order to maintain safe working condition and good engineering practice at his own cost and nothing extra shall be paid on this account.

v) Where excavations are made in excess of the depth required the Contractor shall, at his own expenses, fill up to the desired level with lean concrete of nominal mix. 1:5:10 (1 cement: 5 coarse sand: 10 graded stone aggregate 40 mm nominal size).

vi) In case of hard / dense soil, the last 150 mm depth of such depth specified in the drawing or decided by the Owner shall be excavated just prior to the laying of plain cement concrete bed.

vii) In case surplus excavated materials are to be disposed off at different leads as per items in the "Schedule of Rates" the distance for such disposal shall be measured over the shortest practicable route as decided by Engineer-in-Charge and not necessarily the route actually taken by the Contractor for disposal. For the purpose of

Page 114: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL,

STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-PR-0201 2  DOCUMENT. NO. REV.PAGE 8 OF 14

 

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

measurement of lead, the area excavated shall be divided into blocks (mutually agreed) and for each block the distance from center of the block to center of disposed material pertaining to this block shall be taken.

viii) For payment of Earthwork in foundations / pits / trenches, etc., the mode of measurement of excavation, backfilling and disposal of surplus excavated material shall be over the mat concrete dimensions and for the depth as per drawing plus working space as required as per IS 1200. Extra excavation carried out by the Contractor with sloping sides or with larger base area or with extra deepening of trenches / pits / foundations, etc. in excess to working space required as per IS 1200 for working convenience shall not be measured and paid for. However, for the cases where waterproofing / acid proofing is indicated as per drawings on outer sides, the mode of measurement shall be as per IS: 1200.

ix) Nothing extra shall be paid for sorting / screening of the excavated materials to obtain good earth for filling.

x) Nothing extra shall be paid on account of any lift for disposal of excavated materials.

xi) Proper precautions shall be taken during the excavations to prevent any damage to the existing structures, pipes, sewer lines etc. If such damage occurs, it shall be rectified by the Contractor at his own expense.

5.02 PLAIN AND REINFORCED CEMENT CONCRETE WORKS

a. The prices for concrete beds and slabs are to include for laying on any type of subgrade, laying to falls or camber and for preparing surface to receive concrete.

b. All concrete surfaces shall be finished to a fair face to give smooth and even surfaces and nothing extra shall be paid on this account.

c. The prices are to include leaving pockets, cutouts and holes and to provide wooden boxes or any other suitable arrangement in R.C.C for providing pockets for bolts as per approved working drawings and nothing extra shall be paid on this account.

d. All pockets / holes are to be properly covered by suitable means, so that dirt, rain water etc., should not enter the pockets / holes etc. No deduction in R.C.C quantity shall be made for pockets and nothing extra shall be paid for providing pockets as mentioned in para 5.02c above.

e. For measurement of openings in plain concrete / R.C.C work, refer clause No. 4.13 of IS: 1200 (Part-3).

f. Threads of bolts etc., which have already been fixed in the pockets, are to be greased and properly covered with gunny bags or polythene sheet to protect it from damage from all sources and nothing extra shall be paid on this account.

g. The prices shall include for all rebating, throating, chamfering, weathering, moulding etc. to accord with the details shown in the approved working drawings.

h. Nothing extra shall be paid for any intricate work for foundation of equipments and machinery (Static / Dynamic) in R.C.C walls and other superstructure work or in concreting in small and thin sections in P.C.C or R.C.C work.

Page 115: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL,

STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-PR-0201 2  DOCUMENT. NO. REV.PAGE 9 OF 14

 

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

i. The prices for concrete are to include for hoisting and / or lowering to any heights and / or depth required and in any type of form work, packing around reinforcement wherever required and finishing the surfaces to fair and even surfaces.

j. The prices shall include for working up or hacking of concrete surface for providing keys for further concrete work and shall also include all plane, rebated or grooved construction and other joints.

k. All reinforced cement concrete used shall be of controlled concrete with designed mix and weigh batched conforming to IS : 456 unless otherwise specified. In all concrete and R.C.C work, broken graded coarse aggregate shall be used. The design mixes of concrete of different grades shall be established at the beginning of the work considering the required workability. However, if batching plant facility is not available, only nominal mix concrete is permissible.

l. Concrete admixtures for workability, if necessary, may be used in R.C.C., if decided by the Engineer-in-Charge. No extra payment for material or mixing etc. shall be made on this account.

m. Machine and equipment foundations shall mean all foundations including pedestals of vessels, towers, pumps, compressors, motors or any other equipment or machinery (both static and dynamic), pipe supports etc., and / or the like.

n. The prices shall include applying cement slurry on reinforced cement concrete surfaces, keys of construction joints etc. @ 2.75 Kg/Sq.m of surface area of receiving cement concrete including roughening and proper cleaning etc., complete as directed by Engineer-in-Charge.

o. The prices shall include for performing water tightness for all water retaining R.C.C structure as stipulated in IS: 3370 (Part-I), wherever specified in the drawing.

p. Cement to be used for plain & reinforced cement concrete and other works shall be of Ordinary Portland Cement conforming to IS : 269 unless otherwise stated in the "Schedule of Rates" and elsewhere in this Section of NIT.

q. Any concrete having honeycomb is not acceptable and shall be rejected and redone at contractor's cost.

5.03 REINFORCEMENT AND EMBEDMENTS

a. Wastage in cutting will not be paid for. Steel actually fixed in position only will be paid by the linear measurement including hooks and laps. Lapping of bars will be allowed only where the required bar length exceeds the standard lengths available. All other laps provided, unless otherwise specified in the drawings, shall not be measured and paid for. Weight of binding wire shall not be measured for payment.

Page 116: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL,

STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-PR-0201 2  DOCUMENT. NO. REV.PAGE 10 OF 14

 

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

b. Bars shall be issued in lengths and in forms as available in the stores. Nothing extra shall be paid for decoiling and straightening of the bars.

c. Reinforcement are to be tack welded in addition to binding by 18 S.W.G annealed wire wherever necessary to improve efficiency of the joint. Bars of 28 mm diameter and above shall be provided with stitch weld in addition to binding with 18 SWG annealed wire and nothing extra shall be paid for stitch welding. Welding of mild steel plain and deformed reinforcements shall conform to IS: 2751, 'Code of practice for welding of mild steel plain and deformed bars for reinforced concrete construction'.

d. The Contractor shall prepare the bar bending schedule for all reinforced cement concrete work as per the approved / "good for construction" drawings furnished by the Owner / Consultant and nothing extra shall be paid on this account.

5.04 SHUTTERING

a. The prices for shuttering shall include for providing splayed edges, notching, chamfering, allowances for overlaps and passing at angles, battens, strutting bolting, wedging, easing, striking and removing.

b. The concrete work should have ply wood / steel shuttering as not to require any plastering, after striking out the shuttering. Any concrete having honeycomb is not acceptable and is liable to be rejected and redone at Contractor's cost.

c. The prices are also to include for all necessary supports, struts, braces, etc., dressing with shuttering compound and / or other approved method to prevent adhesion between concrete and form work and all raking for circular cutting and waste.

d. The prices shall also include for all labour and materials necessary for providing form work at all heights and depths and including striking, dismantling the form work assembly etc. after the necessary stripping period of concreting is over and also making all the joints in shuttering fully leak-proof providing low density polythene sheets / bitumen paper.

e. The prices shall also include for forming detailed design required for the form work and / or all other sundry labour.

f. All shuttering shall be either plywood or steel shuttering to produce plain, smooth and even surfaces, which will thus be integrally finished. If any impressions of the shuttering joints are noticed after the striking of the shuttering, the same should be treated by rubbing with Carborundum stones and nothing extra shall be paid on this account.

g. In case of dowel bars projecting out from R.C.C works such as columns, beams etc. nothing extra shall be paid for any special provision like making holes that may be required to be left in the form work.

Page 117: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL,

STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-PR-0201 2  DOCUMENT. NO. REV.PAGE 11 OF 14

 

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

5.05 MASONRY WORKS

The prices for brick work shall include the following:

a. Fair face of brick work with selected brick with class designation 75 or as specified in the description of relevant Items in the "Schedule of Rates" from the lot.

b. Raking out joints for plastering and pointing done as separate process of finishing joints, flush as the work proceeds.

c. All rough and / or fair cutting and waste unless specifically stated otherwise.

d. Plumbing to angles.

e. Providing holes left or formed for fixing pipes etc.

f. Forming reveals to the jambs, where fair cutting on exposed face is not involved.

g. All masonry work shall be done using mortar with coarse sand.

5.06 WOOD WORK AND JOINERY

a. All joiner's work shall include necessary nails and screws, and all other necessary materials.

b. The description includes all necessary keys, wedges, dowels, hard or bamboo pins, pined tenon joints and cleaning of nail heads.

c. Nothing extra will be paid for rebated and / or splayed meeting stiles of doors and Windows.

5.07 STRUCTURAL STEEL WORK

a. The weight of structural steel work for the sake of payment shall be calculated by linear measurements and unit weight taken from the relevant IS codes based on approved fabrication drawings assuming all members to be cut square without making any deduction for bolts, bevel ends or edges, beveling of plates. Gusset plates shall be paid for minimum rectangle enveloping their actual periphery.

b. Welds, black-bolts, high tensile bolts, nuts, plain and tapered washers etc. shall not be measured and paid for. Rate for the structural steel work shall be deemed to include the same. Nothing extra shall be paid on this account.

c. Nothing extra shall be paid over the unit rates for structural members to be built up by butt or fillet welding as indicated in the approved fabrication drawings or as per the instruction of Engineer-in-Charge, from either:

i. Plates.

ii. Two or more rolled steel sections.

iii. One or more rolled steel sections and plates.

Page 118: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL,

STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-PR-0201 2  DOCUMENT. NO. REV.PAGE 12 OF 14

 

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

d. Nothing extra shall be paid over the unit rates for sealing the joints of box sections made out of channels or joists by continuous butt welding.

e. All paints and primers specified in various Items in the "Schedule of Rates" shall be best quality of approved brand and manufacturer such as M/s. Asian Paints, M/s. Berger Paints (India) Ltd., M/s. Johnson & Nicholson and / or other equivalent paint approved by the Engineer-in-Charge.

f. On box / compound sections, the painting shall be done before fabrication on all those surfaces which become inaccessible after fabrication.

g. Prior approval of the Engineer-in-Charge shall have to be obtained for changing the sections due to non-availability of certain sections and using built-up sections / compound sections and nothing extra shall be paid on this account.

h. The word "Fabrication" wherever used for the description of work herein shall include:

Straightening, cutting, notching, beveling, drilling or cutting holes, necessary welding, fastening, etc. to prepare the structural member as per fabrication drawings.

I. The word "Erection" wherever used for description of work shall include:

Hoisting, putting in position at all required heights, aligning and fixing with necessary welding, bolting and / or other fasteners as per approved drawings and technical specifications with all safety standards.

j. Preparation of "AS-BUILT" construction drawings incorporating all approved changes at site shall be in Contractor's scope of work and it shall be considered included in relevant Items of the "Schedule of Rates".

k. For sand blasting / painting by the specialised agency other than indicated in the NIT, if proposed by the Contractor, the same shall be got approved from the Engineer-in-Charge at site.

l. The Contractor shall prepare design of joints and detailed fabrication and erection drawings in sequence of erection on the basis of detailed design drawings supplied by the Owner / Consultant from time to time. Nothing shall be paid extra on this account. The above fabrication drawings must show clearly all shop and site joints and connection with erection marks on each loose parts.

m. The Contractor shall submit his design calculations for the design of joints. All joints shall be designed for full strength of the members or otherwise as indicated in the design drawings.

n. The design calculations of joints and fabrication drawings will be checked and approved by the Owner / Consultant as per mutually agreed time schedule and the Contractor should strictly adhere to these approved drawings and specifications. Fabrication work shall be taken up only with the approved fabrication drawings.

Page 119: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL,

STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-PR-0201 2  DOCUMENT. NO. REV.PAGE 13 OF 14

 

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

5.08 STEEL AND ALUMINIUM DOORS, WINDOWS & VENTILATORS

a. The prices are to include for necessary hardware fittings and fixtures as specified and fixing to frames with necessary lugs etc., all necessary chases, holes, etc., grouting of holes and making good to match after doors, windows and ventilators, etc. are fixed. The price of steel doors / windows / ventilators is also to include application of required primer and paint of approved shade, make and manufacturer.

b. The prices shall also to include for providing good quality glass panes of required thickness as indicated in the "Schedule of Rates".

5.09 FLOORS AND BASES

a. The price for hard core shall include for all labour in laying to falls or camber, hand packing, edges of haunches forming splayed edges, watering and rolling with power driven roller and ramming wherever required to solid compaction.

b. The prices shall include also for works at all heights and depths.

5.10 MISCELLANEOUS

i) The Contractor may have to splice shorter length of structural steel members to obtain required length at site. If extra pieces of materials are required for splicing (say for lap jointing) then the same will be measured and paid for in the relevant structural steel items and nothing extra on any other account shall be paid to the Contractor for such splicing.

ii) The Contractor should note that steel wedges, packing plates, shim plates, etc. used by them for leveling and alignment of structural members are to be considered erection devices and these should be taken out after proper alignment is over to the satisfaction of Engineer-in-Charge. Such erection devices shall neither be measured nor paid for.

a) FLOORS AND BASES

i) The price for hard core shall include for all labour in laying to falls or camber, hand packing, edges of haunches forming splayed edges, watering and rolling with power driven roller and ramming wherever required to solid compaction.

ii) The prices shall include also for works at all heights and depths.

b) FINISHING WORKS

i) The prices shall include for work at any height / depth and for all necessary scaffolding etc. as required.

ii) The prices shall include for providing and laying of materials for all the Items of plaster and also raking to form key for plaster and for all work in narrow width, formed angles, chamfered external angles and for making good the faces.

Page 120: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

PREAMBLE TO SCHEDULE OF RATES FOR CIVIL,

STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-PR-0201 2  DOCUMENT. NO. REV.PAGE 14 OF 14

 

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

iii) The Contractor may have to splice shorter length of structural steel members to obtain required length at site. If extra pieces of materials are required for splicing (say for lap jointing) then the same will be measured and paid for in the relevant structural steel items and nothing extra on any other account shall be paid to the Contractor for such splicing.

iv) The Contractor should note that steel wedges, packing plates, shim plates, etc. used by them for leveling and alignment of structural members are to be considered erection devices and these should be taken out after proper alignment is over to the satisfaction of Engineer-in-Charge. Such erection devices shall neither be measured nor paid for.

v) Contractor shall install mini batching plant of suitable capacity within the plant premises at their own cost .The place for mini batching plant shall be provided by client.

**********************

Page 121: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

REVAMP PROJECT OF TROMBAY-V UREA PLANT

SCHEDULE OF RATES FOR CIVIL & STRUCTURAL WORKS

EM191-PNCV-SRA-201 2

DOC. NO. REV.

PAGE 1 OF 22

PART-A

SCHEDULE OF RATES FOR CIVIL, STRUCTUAL AND OTHER ALLIED WORKS FOR

REVAMP PROJECT OF TROMBAY-V UREA PLANT, RASHTRIYA CHEMICALS FERTILIZERS LTD (RCF)

CHEMBUR, MUMBAI, MAHARASHTRA – INDIA

Page 122: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY

RATE AMOUNT (IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SOR-201 2 27.02.18 GC GC UPT 2 OF22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

A EARTH WORKS:

i)

The prices for all excavations are to include for removing and clearing away all shrubs, bushes, roots, removal of staked material & disposing the same from the site etc, as per direction of owner /consultant.

ii) The prices are also to include for all levelling and ramming foundation beds, trimming of sides and bottom grading to proper level as required mechanically or manually.

iii)

Removal and carrying shall include for all loading, unloading and handling as may be necessary and also all necessary means of transport (Mechanical or animal or manual as required).

iv)

The prices are also to include removal of water from all kinds of sources, either by pumping or by bailing, that may accumulate in the trenches, foundations, pits etc. The contractor shall be responsible to remove all water accumulated in foundations/pits / trenches etc, due to subsoil seepage, rainwater or from any other source. The water table is generally 0.15 m to 0.9m below GL. Even if the contractor is required to install some special type of dewatering system such as well point system for lowering water table, the same shall be arranged by contractor and no extra payment shall be made to contractor for it. The contractor shall be fully responsible for removal of all water from its working area.

Page 123: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 3 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

However, in cases where any items or materials indicated in drawings or elsewhere in N.I.T, or required to complete work should be included.

v) Nothing extra shall be paid on account of any lift for disposal of excavated materials.

vi)

Where excavation are made in excess of the depth required, the contractor shall at his own expense fill up to the desired level with lean concrete of mix 1.5.10 as suitable in consultation with owner/consultant

vii)

The prices are also to include for the removal of water caused by rains/seepage etc. either by pumping or by bailing out that may accumulate in the trenches and foundation pits etc. The proper cleaning of trenches mechanically and manually as required.

viii)

The tentative quantity of major item of civil work has been considered, all other items required to be executed but not covered here has to be envisaged by Bidder to complete the work in all respect and to make it functional shall to include in price. Nothing extra will be entertained. The item and quantity are indicative and may vary on either side while actual execution at site .Bidder to envisage and include while pricing/quoting.

Page 124: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 4 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

A EXCAVATION AND BACKFILLING

A-01

Excavation to required side slopes below ground level in all kinds of soils as defined in IS: 1200 for foundations of buildings, footings, columns, plinth beams, walls, machine/ equipment foundations, isolated pits, pavements, trenches for pipelines /cables, pipe sleepers, drains, etc., to the required levels and grades in both dry and wet conditions, including dressing of sides and ramming of bottoms, getting out excavated earth with lift upto 1.50 M and disposal of surplus excavated materials within a lead of 50 M including stacking, levelling and dressing etc., including providing temporary supports to all service lines such as overhead and underground water, sewage and drain pipes, cables etc. and shoring and strutting including dewatering wherever necessary, complete in all respects as per direction of Engineer-in-Charge.

Note: As the work is to be done in running plant and close to existing equipment, Excavation with in battery limit of Plant, manual excavation is preferred. Use of JCB / excavation Machinery shall be permitted depending on the site Specific conditions at the discretion of Engineer In Charge.

Cu.M 1000

A-02 Same as Item No. A-01, but lift from 1.5 M to 3.0 M. Cu.M 600

A-03 Same as Item No. A-01, but In Ordinary Rock (not requiring blasting, wedging or similar means) as defined in IS: 1200 including disintegrated rock (Copra).

Cu.M 500

Page 125: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 5 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

A-04 Same as Item No. A-03, but lift from 1.5 M to 3.0 M. Cu.M 200

A-05 Same as Item No. A-01, but in hard rock (requiring blasting) as defined in IS: 1200. Cu.M 10

A-06 Same as Item No. A-05, but lift from 1.5 M to 3.0 M. Cu.M 10

A-07 Disposal: Removal and carriage of surplus excavated earth, debris, etc., from the site of work to other areas anywhere within the factory/plant battery limits beyond the initial lead of 50 M and spreading and levelling the same in layers not exceeding 20 cm thickness including loading and unloading as per the direction of Engineer-in-Charge.

Cu.M 800

A-08 Backfilling: Filling with available excavated good earth (excluding rocks / boulders), as approved and directed by Engineer-in-Charge, in trenches, plinth, under floors, sides of foundation etc., at all depths in layers not exceeding 20cm. in thickness including consolidating and dressing each deposited layer by ramming and watering with lead upto 50 metres, complete in all respects.

Cu.M 850

A-09 Backfilling: Supplying and filling with selected good earth brought from source approved by the Engineer -in-Charge(Rate shall include Royalty, Taxes, Octoroi, etc., levied by the local authorities, all transportation, loading and unloading, etc., and nothing extra will be paid on this account).

Cu.M 50

CONCRETE WORKS

Page 126: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 6 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

B. PLAIN CEMENT CONCRETE :

B-01 Providing and laying Plain Cement Concrete (PCC) of 1:4:8 (1 cement: 4 coarse sand: 8 graded stone aggregate 20 mm nominal size), machine mixed and mechanically vibrated in foundations and plinth beams, for rafts, footings, bases of pedestals, trenches and pits, machine and equipment foundations, pile caps, pipe supports, etc., including all necessary cost of centring and shuttering, complete in all respects as per direction of Engineer-in- Charge.

Cu.M 150

C REINFORCED CEMENT CONCRETE (RCC): FOR FOUNDATION AND PLINTH

C-01 Providing and laying reinforced cement concrete of grade M-30 (using 20 mm. nominal gauge graded stone aggregate) with minimum cement content of 400 Kg/Cu.M of concrete machine mixed and mechanically vibrated and finished to a fair face but excluding the cost of centring, shuttering and reinforcement in foundation and plinth, for rafts, footings, bases of columns, pedestals, beams, walls, columns, slabs, machine and equipment foundations, pile caps, box sections, pipe supports, etc., complete in all respects as per direction of Engineer-in- Charge.

Cu.M 300

C-02 Same as Item No. C-01, but in walls of any thickness, shape or size including attached buttresses, pilasters and their caps and bases.

Cu.M 150

Page 127: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 7 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

C-03 Providing and laying reinforced cement concrete of grade M-20 in pavement floors/grade slab (using 20mm. nominal gauge graded stone aggregate) machine mixed and mechanically vibrated and finished to a fair face but excluding the cost of centring, shuttering and reinforcement in slabs at ground floor level. Floors are to be cast in the panel of 3 metre x 3 metre with vroom finish complete in all respects as per direction of Engineer-in-Charge.

Cu.M 150

FOR SUPERSTRUCTURE:

C-04 Providing and laying reinforced cement concrete of grade M-30 (using 20 mm. nominal gauge graded stone aggregate), with minimum cement content of 400 Kg/Cu.M of concrete, machine mixed, mechanically vibrated and finished to a fair face but excluding the cost of centering, shuttering and reinforcement in superstructure at all heights for columns, pillars, posts, attached pilasters, portals, struts, inclined posts, pedestals for equipments and similar vertical members, etc., complete in all respects as per direction of Engineer-in-Charge.

Cu.M 150

C-05 Same as Item No. C-04, but in walls of any thickness, shape or size including attached buttresses, pilasters and their caps and bases.

Cu.M 100

Page 128: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 8 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

C-06 Providing and fixing in position precast reinforced cement concrete of grade M-25 (using 12.5 mm. nominal gauge graded stone aggregate) trench/ drain covers, in foundation and plinth, machine mixed, mechanically vibrated and finished to a fair face including centering, curing, shuttering etc. at all levels for all type of works including all pockets, slits, slots, etc. for lifting hook or surface drainage etc. including cost of all labour, material, equipment, transportation, loading, unloading, etc. with pre-fabrication moulds for manufacture of pre-cast units, MS erection fixtures etc. for laying at any elevation but excluding the cost of steel, reinforcing bars and their binding etc. all complete as per specification and as directed by the Engineer. (Fixing steel reinforcement and embedded steel if any will be paid separately under relevant items).

Cu.M 50

GROUTING

C-07 Providing and grouting under base plate with cement mortar 1:1 (1 cement: 1 coarse sand) including necessary finishing, etc., complete in all respects as per direction of Engineer-in-Charge.

Cu.M 2

C-08 Providing and grouting in pockets with cement concrete 1:1:2 (1 cement: 1 coarse sand: 2 stone aggregate 10 mm and down gauge) including necessary finishing, etc., complete in all respects as per direction of Engineer-in-Charge.

Cu.M 2

Page 129: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 9 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

C-09 Providing and laying "SHRINKKOMP- 10" or any other approved equivalent anti-shrinkage grouting in pockets, under base plates of light static equipments, structural steel columns, etc., and as specified in the drawing, complete in all respects as per direction of Engineer-in-Charge.

Cu.M 2

C-10 Providing and fixing in position shalitex board in expansion joints or around machine foundations or in floors with necessary shalitex sealing compound, complete in all respects as per direction of Engineer-in-Charge :

a) 25 mm thick. Sq.M 20

b) 50 mm thick. Sq.M 10

D REINFORCEMENT AND EMBEDMENTS :

D-01 Supplying, cutting, bending, hoisting, placing in position and binding with 18 SWG annealed wire, high yield strength deformed reinforcements as per IS: 1786 for all R.C.C. works including all necessary handling at all heights and depths complete in all respects and as per direction of the Engineer-in Charge. (Fe 500D of only TATA/SAIL/JSW/RINL make steel to be used)

MT 150

Page 130: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 10 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

D-02 Anchor Bolts: Supplying, fabricating and fixing in position M.S. holding down bolts assembly consisting anchor bolts, heads, nuts, washers etc., and the like including embedding in cement concrete/R.C.C. works as per approved drawings complete in all respects including one coat of approved quality anti-corrosive paint over a coat of approved quality primer. (All material supply is in contractor's scope.)

Kg. 500

D-03 Insert Plates: Supplying, fabricating, erecting and fixing in position to line and level all M.S Inserts such as anchor plates, angles, tees, channels, plates with lugs, hooks, sleeves etc. embedding in cement concrete /R.C.C. works at all levels including welding, bolting, drilling, cutting, scaffolding, holding in position, providing one coat of approved anti-corrosive paint and / or Bituminous paint on exposed surfaces, etc. all complete in all respects and as per specifications, drawing and as per direction of Engineer-in-Charge.(Templates if any required for fixing the inserts will not be paid for).

Kg 500

D-04 Pipe Sleeves : Supplying, fabricating and fixing pipe sleeves made out of 20 gauge black M.S. Sheet in all R.C.C. works with necessary anchor plates etc. complete in all respects and as per direction of Engineer-in-Charge.(all material supply is in Contractor's scope of work)

Kg 100

D-05 Fixing in position and embedding in cement concrete/R.C.C. works M.S. holding down bolts with nuts and washers, fixtures, anchor plates, insert plates, pipe sleeves and the like as per approved drawings complete in all respects including providing one coat of approved quality anti-corrosive paint over a coat of

Kg. 200

Page 131: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 11 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

approved quality primer. (M.S. holding down bolts inserts plate, fixtures etc. shall be supplied by Owner/vendor free of cost at their stores at site).

E STRUCTURAL STEEL :

E-01 Supplying, de-rusting by shot blasting fabricating, erecting, hoisting and fixing in position structural steel work in rolled steel joints, channels, angles tees, flats, plates, lattice members built up / compound sections in columns, portals, girders, beams, bracings, trusses, Purlins, rafters, staircase, steps, hand-railings, walkway, toe plates, side walling, trestles, Conveyor gantries etc. including gusset plates, anchor plates etc., including site and shop fasteners, riveting, bolting, welding at shop or work site at all heights etc. & epoxy painting complete as per drawing and direction of Owner / Consultant. (All material supply is in contractor’s scope including paints (As per TS). (only TATA/SAIL/JSW/RINL make steel to be used)

a) With providing and applying two coats of epoxy zinc chromate primer of approved quality on structural steel work after the preparation of surfaces including providing and applying finished coats epoxy base paint of approved make in 3 coats at a dry film thickness of minimum 200 microns( for three coats) on structural steel work complete in all respects as per specifications and direction of Engineer-in-Charge. (1 kg. of epoxy base paint of approved make covers average 8 to 9 Sq.M. per coat, including surface preparation by Shot blasting / power driven brushes.

MT 90

Page 132: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 12 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

E-02 Supplying, transporting, de-rusting, and fabricating structural steel work in cat ladders and cages at all heights including brackets, cleats, plates, rungs, chain, pins, hinges, etc., framed, bolted and/or welded together and fixed in position including necessary plugs and plugging and preparing surface, applying one coat of red oxide zinc chromate primer and one coat of Synthetic Enamel paint after fabrication and second coat of synthetic enamel paint after erection, with approved colour, shade and brand etc. complete in all respects and as per direction of Engineer-in-Charge.

MT

5

E-03 Supplying of bolts (from 12 mm. to 52 mm. dia.), nuts, plain and tapper washers for fixing equipments on structures, as per drawings and direction of Engineer-in-Charge. Bolts shall conform to property class 8.8 of IS: 1367.

Kg

200

E-04 Supplying, transporting, fabricating as per approved fabrication drawings 30 mm. thick hot dip Galvanised (86 microns thick ) M.S. grating made out of M.S flats as main members and Tor Steel bars as secondary members, all welded together to form a perfect mesh including getting those grating planks inspected and approved by Client/ Consultant, transporting to site, erecting and fixing in position these grating planks at all heights with necessary G.I. clips/ G.I. clamps tack welded for making floors, platforms, stair steps, etc., as required at site as per direction of Engineer-in-Charge (The rates shall include cost of G.I. clips/ clamps. The Contractor may procure gratings from grating manufacturer approved by Engineer-in-Charge. The rates shall also include all charges incurred during inspection and testing).

MT

12

Page 133: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 13 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

E-05 Providing and fixing M.S.Pipe hand railing (medium grade) conforming to IS-1239 consisting of top and middle horizontal rails of 32 mm dia. and 25mm dia. nominal bore respectively, 1050 mm high upright members of 32 mm dia. nominal bore at 2000 mm maximum distance centre to centre of each member including all joints, bends, elbows, and specials as required and upright members welded or bolted to structural steel work/toe plates or welded to M.S. insert plates with M.S. lugs embedded in R.C.C. works, complete in all respects and the cost includes preparing surface, applying one coat of red oxide zinc chromate primer and one coat of Synthetic Enamel paint after fabrication and second coat of synthetic enamel paint after erection, with approved colour, shade and brand etc. complete as directed by Engineer In Charge. (Toe plate and Insert plate shall be paid under separate respective items)

MT

5

F SHUTTERING :

F-01 Providing, fabricating, erecting and fixing in position with bolts and nuts, nails and ties, etc., centring and shuttering materials true to line and level, including strutting, propping, staging etc. with necessary bracing in all axes to give a stable assembly including chamfering the corners of columns and beams etc., wherever required including making joints in the shuttering fully leak-proof, including striking, dismantling and removing the aforesaid assembly after concreting is over, including all labour and materials complete in all respects and as per direction of Engineer-in-Charge :

Page 134: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 14 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

a. FOR FOUNDATION AND PLINTH

(i) Foundation and plinth in rafts, footings, columns, pedestals, beams, walls, slabs, machine and equipment foundations, pile caps and pipe support foundations, etc.

Sq.M 650

b. FOR SUPERSTRUCTURE:

(i) Columns, beam wall, roof, pillars, posts, struts, inclined posts, attached pilasters, portals and similar vertical members.

Sq.M 200

(ii) Walls of any thickness, height and shape including attached buttresses, pilasters, and their caps and bases, etc.

Sq.M 250

G FLOORS AND BASES

G-01 Providing and laying of hard core /crushed stone of approved quality and size below grade slabs, foundations at any depth and to any thickness carried out in layers not exceeding 150 mm. in thickness with interstices between the stones wedged in with smaller stones of suitable size, coarse aggregate of size 90mm to 40 mm and down and sand filled in interstices including cost of sand and coarse aggregates, its transportation, loading, unloading, watering, ramming, blinding and well consolidating, compacting, all labour, equipment, etc. complete in all respects as per direction of Engineer-in-Charge.(Payment shall be made for finished thickness of hard core)

(a). Consolidation by hand/ mechanical rammers Cu.M 200

Page 135: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 15 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

G-02 Supplying and filling in foundations, trenches, plinth, under floors and sides of foundations, etc., with coarse sand of approved quality at all depths in layers not exceeding 150 mm. in thickness including consolidating and dressing each deposited layer by ramming and watering, etc., complete in all respects as per direction of Engineer-in-Charge.

Cu.M 100

H FINISHING

H-01 Providing, supplying and Painting of two coats of 85/25 as per IS: 702, mixed with 1% of antistripping compound meeting the requirement of IS: 6241 industrial grade Hot Bitumen at the rate of 1.7 kg/sq.m/layer in foundation and plinth over dry RCC / Cement Concrete Surfaces (both horizontal and vertical surfaces) such as all equipment foundations, column footings, columns, beams, pedestals, etc after cleaning with brushes and finally with cloth soaked in kerosene oil. Including necessary preparation of surfaces such as scraping removal of loose particles, dust thorough cleaning, etc., complete in all respects and as per direction of Engineer-in-Charge.

Sq.M 1300

H-02 Providing and constructing brick work using bricks of class designation 7.5 in cement mortar 1 : 6 ( 1 cement: 6 coarse sand ) in walls, etc. at all depths, places and positions including raking out joints, curing, scaffolding etc. complete excluding plastering and painting.

Cu.M 10

Page 136: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 16 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

H-03 Repairs to plaster of thickness 12 mm to 20 mm in patches of area 2.5 sq. meters and under, including cutting the patch in proper shape, raking out joints and preparing and plastering the surface of the walls complete, including disposal of rubbish to the dumping ground, all complete as per directions of Engineer-In-Charge.

a) With cement mortar 1:4 (1 cement : 4 fine sand) Sq.M 20

H-04 Providing 12 mm thick plaster in cement mortar 1:6 on the even side of walls, finished to a smooth finish as per specification.

Sq.M 20

H-05 Providing and applying two (2) coats of Oil bound washable distemper paint over walls(Inside) of plastered surfaces as per IS 161, of approved manufacturer and in approved shades, including cleaning and preparing the wall surface, one layer of primer with distemper primer, curing, labour, material, scaffolding, equipment, handling, transportation etc. Cleaning stain from floors, walls, glass panes etc. all complete as per specifications, drawings, and instructions of the Engineer. etc. at all elevations.

a) On new work Sq.M 10

b) On old work

Sq.M 10

Page 137: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 17 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

I ACID AND ALKALI RESISTANT TILES :

I-01 Supplying and laying of acid and alkali resistant tiles including one coat of Bitument primer followed by 12 mm thick bitumastic layer,set in potassium silicate bedding mortar and jointed with epoxy based material (overall 50 mm thick) including all labour, materials, equipment, scaffolding, handling, transportation ,cleaning etc. complete in all respects and as per direction of Engineer-in-Charge.

a) 10 mm thick acid and alkali resistant tiles for skirting/dado Sq.M 50

b) 25 mm thick acid and alkali resistant tiles for flooring Sq.M 100

J ROOFING

J-01 Providing & fixing 6 mm. thick non asbestos corrugated cement sheets/ridges/corners with necessary J/L hooks at all heights including scaffolding etc. complete as directed

Sq.M

100

J-02 Providing & applying two coats of synthetic enamel painting over one coat of primer of approved manufactured as directed to steel surface.

Sq.M

100

J-03 Dismantling of roofing at any height including ridges, hips, valleys and gutters etc., and stacking the material within 50 metres lead.

Sq.M 50

Page 138: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 18 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

J-04 Demolishing of existing RCC roof including Tarfelting work, cutting and stacking of steel bars and disposal of unserviceable materials within 50 m lead and handing over steel bars to owners/consultant's store at site and making good the remaining existing RCC roof including repairing the Tarfelting work of the roof wherever necessary and as directed by Engineer-in-Charge.

Sq.M 50

J-05 Providing and fixing in position at all heights 100mm dia UPVC rain water pipes confirming to BIS :13592 Type A on masonry walls using wall plugs and standard holder bat clamps comprising of two semi-circular halves of flat iron and cast iron base screwed on wooden plugs or using clamps welded to structural steel members or M.S. insert plates where pipes are to be fixed on G.F. side cladding/ R.C.C. members including all necessary fittings, such as tees, shoes, off-sets, branches, swan necks, elbows, bends, heads, etc., including jointing with spun yarn soaked in bitumen and cement mortar 1:2 (1 cement: 2 coarse sand) complete. (plate inserts, if any, to be embedded in R.C.C shall be paid separately) :

M 20

K DISMANTLING AND DEMOLISHING

Note: Measurement of surface area of floor shall be taken PCC size of new foundation as per drawing plus working space as required as per IS 1200. Breaking of Floor in excess to working space required as per IS 1200 shall not be measured and paid. Further rectification of excess broken floor shall be at the cost of contractor and nothing shall be paid for excess breaking of floor”.

Page 139: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 19 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

K-01 Dismantling of existing Plain Cement Concrete paved area including under-layers and floor finish for new construction including disposal of materials within 50 m lead and making good the same after new construction is over and complete as directed by Engineer-in-Charge.

Sq.M 100

K-02 Demolishing of existing RCC/Cement concrete floor including under layers and disposal of unserviceable materials and stacking of serviceable materials within 50 m lead and making good the affected area same as that of surrounding ground level.

Sq.M

20

K-03 Demolishing of existing reinforced cement concrete work at all heights/ depths including cutting and stacking of steel reinforcements and disposal of unserviceable materials within a lead of 50 metre and handing over reinforcements to the Owner's/Consultant's store at site, complete as directed by Engineer-in-Charge.

Cu.m 50

K-04 Demolishing existing brick work in cement mortar (any proportion) at any heights/depths including stacking of serviceable materials and disposal of unserviceable within a lead of 50 metres, complete as directed by Engineer-in-Charge.

Cu.M 10

K-05 Dismantling existing RCC/Cement concrete storm water drain completely, stacking out of serviceable materials and disposal of unserviceable materials within 50 m lead or as directed by Engineer-in-Charge.

M 10

Page 140: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 20 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

K-06 Renewing existing RCC/Cement concrete storm water drain, after new construction of culvert over drain is over, for the dismantled area (excluding the culvert position) and making good the same as the existing shape. (culvert construction shall be paid separately) :

M 10

K-07 Dismantling the existing structural steel works in columns, portals, beams, girders, bracings, trusses, rafters, Purlins, stair-cases, steps, gantries, trestles, walkways, railing, side runners, louvers, etc., in single section / built up or compound section in R.S. joists, channels, angles, tees, plates, base plates, lacings, bolts, nuts, cutting rivets / welding at all heights including stacking separately the serviceable, handing over the same to the Owner's/Consultant's store at site and disposal and stacking of unserviceable materials at scrap yard within plant premises, complete in all respects and as directed by Engineer-in-Charge.

MT 45

K-08 Dismantling of existing M.S. Grating upto the area of floor to be dismantled including stacking of materials at scrap yard within plant premises and making good the remaining portion upto the area as shown in the drawing or as directed by Engineer-in-Charge

Kg. 500

K-09 Chipping of R.C.C/ P.C.C. and making good as directed by Engineer-in-charge

Cu.M 10

Page 141: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 21 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

K-10 Repairing & Renewing existing RCC/Cement concrete works in patches including chipping / dismantling the damaged portion to required depth/thickness and re-doing the same with rich cement concrete/ cement mortar and making good the same as the existing shape. Including scaffolding, centering, shuttering and disposal of unserviceable material within 50 metres leads.etc. Complete in all respects as per direction of Engineer-in- Charge.

Cu.M 10

K-11

Providing anchor fastner steel galvanised HAS-E rod of HILTI or equivalent, 30mm dia and 380mm length ( threading and projection length shall 110mm), on RCC pedestal and fixing with heavy duty injection adhesive like HIT re-500 of HILTI. The cost shall be inclusive of providing Core 40 mm Dia. X 270 mm Deep in RCC pedestal. Each

10

K-12 Providing and applying adhesive like araldite of CIBA-GEIGY make or equivalent as per manufacturer’s specification on the exposed concrete surfaces, all complete as per directions of Engineer-in-Charge.

Sq.M 100

K-13

Providing and supplying heavy duty injection adhesive like HIT-RE 500 of HILTI for rebar fixing in dry conditions. The system shall consist of two foils consisting or resin and hardener. Rebarring of steel rod shall be done upto full steel utilization depth. The job shall be executed under supervision of HILTI representative with the fixing arrangement as per standard procedure. The payment shall be done on the basis of depth of embedment in running metre (The approx. quantity of adhesive shall be approximately 20ml/22ml /27ml/30ml /32ml per 100 mm length of embedment for 12mm/16mm /20mm/ 22mm/25mm dia. bar respectively. ) Excluding cost of reinforcement

Page 142: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

SCHEDULE OF RATES FOR

CIVIL, STRUCTUAL AND OTHER ALLIED WORKS

EM191-PNCV-SRA-201 2 27.02.18 GC GC UPT 22 OF 22

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

a) 10 mm dia. RM 50

b) 12 mm dia. RM 50

c) 20 mm dia. RM 50

d) 25mm dia RM 50

TOTAL:-

Amount in Figure : Rs…………………………………………………………….

Amount in Words : Rs…………………………………………………………….

Discount, if any : Rs…………………………………………………………….

Total Amount in figure : Rs…………………………………………………………….

Total Amount in words : Rs…………………………………………………………….

Signature of Tenderer :

Name & seal of Tenderer :

Place / Date :

Page 143: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED

CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1

DOCUMENT NO REV SHEET 1 OF 24

___________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F1 REV 0 All rights reserved

PART-B

TECHNICAL SPECIFICATIONS

FOR

BORED CAST- IN- SITU CONCRETE PILES

1 10.10.17 REVISED AS PER COMMENTS CG CG UPT 0 28.09.17 ISSUED FOR REVIEW GC GC UPT P 31.05.17 ISSUED FOR REVIEW GC GC UPT

REV DATE PURPOSE PREPARED REVIEWED APPROVED

Page 144: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 2 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

CONTENTS

Sl. No. Description Sheet Number

1.00 SCOPE 3

2.00 GENERAL REQUIREMENTS 3

3.00 CODES AND STANDARDS 5

4.00 MATERIALS 6

5.00 CONCRETE 6

6.00 REINFORCEMENT 6

7.00 PILE INSTALLATION 7

8.00 SAMPLING, TESTING AND QUALITY ASSURANCE 11

9.00 LOAD TEST ON PILES 13

10.00 RECORDING OF DATA & PRESENTATION 19

ANNEX-A PILE DATA 20

ANNEX-B PILE LOAD TEST DATA 22

TABLE-1 FREQUENCY OF SAMPLING AND TESTING 24

Page 145: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 3 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

1.00.0 SCOPE 1.01.0 This specifications cover the installation of bored cast-in-situ reinforced concrete

vertical piles. 1.01.1 Installation of bored cast-in-situ concrete vertical piles shall also conform to IS:

2911 (Part-1/Section-2). 1.02.0 This specifications also covers the technical requirements for load test (Initial and

Routine tests) on reinforced concrete single vertical piles of to assess their vertical, horizontal and pull-out load carrying capacity.

1.02.1 Load tests on piles shall conform to IS: 2911 (Part-4).

2.00.0 GENERAL REQUIREMENTS 2.01.0 The work shall include mobilization of all necessary equipments, providing

necessary engineering supervision through qualified and technical personnel, skilled and unskilled labour, etc. as required to carry out the complete piling work, load tests and submission of records / reports as per schedule.

2.02.0 The Contractor shall guarantee the "Safe Load" capacity of piles for various modes i.e., vertical, lateral and pull-out loads for piles installed by him.

2.03.0 Consequent upon award of work and prior to installation of piles, the Contractor shall submit design of piles in terms of allowable capacity, length, diameter, termination criteria, reinforcement, etc. for Owner's/ Consultant's approval. Owner's/Consultant's approval on pile design in no way absolve the Contractor for his responsibility to carry out all the initial (vertical, lateral and pull-out) load test of piles prior to installation of the job piles. The pile capacity to be used in design shall be arrived at from the initial load test of piles.

2.04.0 The Contractor shall make his own arrangements for locating the co-ordinates and position of piles shown in approved drawings and for determining the Reduced Levels (R.L) of these locations with respect to the single bench mark indicated by the Engineer-in-Charge. Two established reference lines in mutually perpendicular direction shall be indicated to the Contractor. The Contractor shall provide at site all the required survey instruments to the satisfaction of the Engineer-in-Charge so that the work can be carried accurately according to specifications and drawings.

2.05.0 In case of working piles, if the pile rejected due to any reasons, attributable to contractor the Contractor shall install extra piles at no extra cost to the Owner.

2.06.0 It is essential that all equipment and instruments are properly calibrated both at commencement and immediately after the tests so that they represent true values. Certificates to this effect from an approved institution shall be furnished to the Engineer-in-Charge. If the Engineer-in-Charge so desires the contractor shall arrange for having the instruments tested at an approved laboratory at his own cost and the test report shall be submitted to the Engineer-in-Charge. If the Engineer-in-Charge desires to witness such tests Contractor shall arrange to conduct the test in his presence.

Page 146: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 4 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

2.07.0 The complete jacking system including the hydraulic jack, hydraulic pump and pressure gauge shall be calibrated as unit. The complete unit shall be calibrated over its complete range of travel for increasing and decreasing loads same as that of test loads. The calibration certificate shall be submitted to the Engineer-in-Charge.

2.08.0 The reaction load to be made available for the test shall be at least 25 % greater than the maximum jacking force. The reaction system as relevant shall be designed for the total reaction load. All reaction loads shall be stable and balanced during all operations of testing. During testing, stability of reaction system shall be ensured.

2.09.0 The load applied on the pile shall be measured by a calibrated pressure gauge mounted on the jack with a least count of not more than 10 % of the safe load.

2.10.0 The displacement of pile (In vertical, horizontal and uplift) shall be measured using dial gauges having a least count 0.01 mm.

2.11.0 Load test shall be conducted at pile cut off level (COL). If the water table is above the COL the test pit shall be kept dry through out the test period by suitable dewatering methods.

2.11.1 In case of initial vertical load test where the water table level is higher than the COL Contractor may use reaction piles for testing purposes in each case. Engineer-in-Charge may at his discretion decide to rise the COL above water table.

2.12.0 Full details of the equipment proposed to be used and the test setup with detail sketches shall be submitted to the Engineer-in-Charge, before making arrangement to carry out the tests, for his approval. Approval of the Engineer shall also be obtained after the test set up is complete prior to commencement of loading.

2.13.0 All operations in connection with pile load test shall be carried out in a safe manner so as to prevent the exposure of people to hazard.

2.14.0 If any test has to be discontinued, which in the opinion of the Engineer-in-Charge interferes with the load test results, and he decides to abandon the test, the Contractor shall install another pile for the purpose and repeat the test after correcting the fault and the cost of all such operations, including the cost of test pile, shall be at the Contractor's expense.

2.15.0 After completion of piling work contractor shall submit four copies of the following documents for Owners record and future reference: a. Initial load test data for all tests done along with the pile data and the analysis

of the initial test results. b. Pile data along with concrete mix design detail (note pile data shall contain

details as per requirement of Annexure- A). c. Routine load test data for all tests done.

Page 147: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 5 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

d. A full record giving all details of test in the Performa shown in Annexure- B shall be submitted in triplicate to the engineer immediately on completion of each test. The record shall also include the plots of: i. Load VS. Settlement ii. Time VS. Settlement (for each increment of load) iii. Characteristic of the piles and the interpretation of the pile load test curve

as per the criteria for safe loads as mentioned in the specification. 2.16.0 Before commencement of the work, the Contractor shall submit Quality Assurance

Plan to the Owner/Consultant for their approval.

3.00.0 CODES AND STANDARDS 3.01.0 All standards and codes of practice referred to herein shall be the latest editions

including all applicable Amendments issued. 3.02.0 All works shall be carried out as per the relevant Indian Standard Codes. In case of

conflict between the specification and the IS codes referred to herein, the former shall prevail. Some of the applicable Indian Standards and codes are referred to here below: IS: 432(Part I&II) Specification for mild steel and medium tensile steel bars

and hard drawn steel wire for concrete reinforcement. IS: 456 Code of Practice for plain and reinforced concrete. IS: 1786 Code of practice for twisted steel high strength deformed

bars for concrete reinforcement. IS: 2911(Pr-I/Sec-2) Code of practice for design and construction of pile

foundations- Bored cast-in-situ concrete pile. IS: 2911(Part-4) Code of practice for design and construction of pile

foundation Load test on piles. IS: 5121 Safety code for piling and other deep foundations. IS: 10262 Recommended guidelines for concrete mix design.

Page 148: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 6 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

4.00.0 MATERIALS 4.01.0 General All materials vise cement, steel, aggregates, water etc., which are to be used for

pile construction shall conform relevant IS codes specifications for properties, storage and handling of common building materials. However, aggregates more than 20 mm shall not be used.

5.00.0 CONCRETE 5.01.0 Enclosed Technical Specifications for cast-in-situ concrete and allied works along

with IS: 2911 Part I/Sec.2 - Code of Practice for Design and construction of pile foundations (Bored cast-in-situ concrete pile) shall be applicable to concrete works for piles. Use of plasticizer to control the water cement ratio shall be permitted on specific approval from Engineer-in-Charge.

5.02.0 Grade and Minimum Cement Content 5.02.1 Design Mix of Concrete grade M-30 shall be used with OPC/PSC cement (Grade-

53); the cement content shall be as per mix design conforming to IS: 10262. However, the minimum cement content shall be 400 Kg, per cubic metre of concrete. In case of piles subsequently exposed to free water or in case of piles where concreting is done under water or drilling mud using methods other than the tremie, 10 percent extra cement over that required for the design grade of concrete at the specified slump shall be used subject to minimum quantities of cement specified above.

5.02.2 For the concrete, water and aggregates specifications laid down in IS: 456 shall be followed in general. Natural rounded shingle of appropriate size may also be used as coarse aggregate. It helps to give high slump with less water cement ratio.

5.03.0 Slump of Concrete The slump of concrete shall vary between 100 to 150 mm. 6.00.0 REINFORCEMENT 6.01.0 Longitudinal reinforcement in pile shall be high strength deformed steel bars with

characteristics strength of 500 N/Sq.mm. conforming to IS: 1786 unless specified otherwise. Lateral reinforcement in pile shall be of mild steel conforming to IS: 432 (Part-1) or HYSD steel bar conforming to IS: 1786.

6.02.0 The minimum area of longitudinal reinforcements shall be 0.4 percent of the sectional area calculated on the basis of outside area of casing or the pile shaft where casing is not used, whichever is more. The minimum number of longitudinal reinforcement shall be six(6) and its minimum diameter shall be 12 mm. The stipulated minimum reinforcement shall be provided for the full length of pile. Adequate reinforcement shall be provided to take full uplift loads.

Page 149: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 7 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

6.03.0 The longitudinal reinforcement shall project up to development length as per requirements laid in IS: 456 in terms of multiple of bar diameter above cut off level unless otherwise indicated.

6.04.0 The minimum diameter of the links or spirals bar shall be 8 mm and the spacing of the links or spiral shall not be less than 150 mm. The laterals shall be lied to the longitudinal reinforcement to maintain its shape and spacing.

6.05.0 Reinforcement cage shall be sufficiently rigid to withstand handling and installation without any deformation and damage. As far as possible number of joints (laps) in longitudinal reinforcement shall be minimum. In case the reinforcement cage is made up of more than one segment these shall preferably be assembled before lowering into casing tube/pilebore by providing necessary laps as per IS: 456.

6.06.0 Laps shall be staggered as far as practicable and not more than 50% bars shall be lapped at a particular section. Lap joints shall be staggered by at least 1.3 times the lapped length (Centre to Centre).

6.07.0 Proper cover and central placement of the reinforcement cage in the pile bore shall be ensured by use of suitable concrete spacers or rollers cast specifically for the purpose.

6.08.0 Minimum clear cover to all main reinforcements in piles shall not be less than 50 mm unless otherwise specified.

7.00.0 PILE INSTALLATION Installation of piles shall be carried out as per pile layout drawings. Installation

criteria and the direction of the Engineer-in-Charge. 7.01.0 EQUIPMENT AND ACCESSORIES 7.01.1 The equipment accessories for installation of bored cast-in-situ piles shall be

selected giving due consideration to the sub-soil conditions, ground water conditions and the method of casting etc. These shall be of standard type and shall have the approval of the Engineer-in-Charge.

7.01.2 List of details of equipment and accessories proposed to be used for the job shall be submitted along with the bid.

7.01.3 The capacity of the rig shall be adequate so as to reach the specified founding level.

7.02.0 CONTROL OF POSITION AND ALIGNMENT 7.02.1 Piles shall be installed as accurately vertical as possible. The permissible limits for

deviation with respect to position and alignment (inclination) shall conform to IS: 2911 (Part-1/Sec.-2), which is reproduced below for ready reference. a. The maximum deviation of vertical piles shall not exceed 1.5 per cent in

alignment.

Page 150: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 8 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

b. Piles shall not deviate more than 75 mm or D/10 whichever is more from their designed position at cut off level.

In case of piles deviating beyond these limits, the piles shall be replaced or supplemented by one or more additional piles without any extra cost to the Owner.

7.03.0 BORING 7.03.1 Boring operations shall be done by rotary or percussion type drilling rigs using

direct, reverse mud circulation (DMC or RMC) methods or grab method. In soft clays and loose sands, bailer method, if used, shall be used with caution to avoid the effect of suction. Boring operations by any of the above methods shall be done using drilling mud.

7.03.2 The Contractor shall satisfy himself about the suitability of the method to be adopted for site. If DMC or RMC is used bentonite slurry shall be pumped through drill rods by means of high pressure pumps. The cutting tool shall have suitable ports for the bentonite slurry to flow out at high pressure. If on mobilization, the Contractor fails to make a proper bore for any reason, the Contractor has to switchover to other boring methods as approved by the Engineer-in-Charge at no extra cost to the Owner.

7.03.3 Working level shall be above the cut off level. After the initial boring of about 1.0 to 2.0 m temporary guide casing shall be lowered in the pile bore. The diameter of guide casing shall be of such diameter to give the necessary finished diameter of concrete pile. The centre line of guide casing shall be checked before continuing further boring. Guide casing shall be minimum 1.0 m length. Additional length of casing may be used depending on the condition of strata, ground water level etc.

7.03.4.0 Use of drilling mud (bentonite suspension/slurry) for stabilizing the sides of the pile bore is necessary wherever is likely to collapse in the pile bore. Drilling mud to be used shall meet the following requirement.

7.03.4.1 Liquid limit of bentonite when tested in accordance with IS: 2720(Part-V) shall be more than 300 percent and less than 450 percent.

7.03.4.2 Sand content of the bentonite powder shall not be greater than 7 percent. 7.03.4.3 Bentonite solution should be made by mixing it with fresh water using pump for

circulation. The density of the freshly prepared bentonite suspension shall be between 1.034 and 1.10 gm/ml depending upon the pile dimensions and type of soil in which the pile is to be cast. However the density of bentonite suspension after mixing with deleterious materials in the pile bore may be up to 1.25 gm/ml.

7.03.4.4 The Marsh viscosity when tested by a Marsh cone shall be between 30 to 60 seconds.

7.03.4.5 The differential free swell shall be more than 540 percent. 7.03.4.6 The pH value of the bentonite suspension shall be between 9 and 11.5

Page 151: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 9 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

7.03.5 The bentonite slurry and the cuttings, which are carried to the surface by the rising flow of slurry shall pass through setting tanks of adequate size to remove the sand and spoils from the slurry, before the slurry is re-circulated to the boring. The bentonite slurry mixing and recirculation plant shall be suitably designed and installed.

7.03.6 The bentonite slurry shall be maintained at 1.5 m above the ground water level during boring operations and till the pile is concreted. When DMC and RMC method is used the bentonite slurry shall be under constant circulation till start of concreting.

7.03.7 The size of cutting tools shall not be less than the diameter of the pile by more than 75 mm. However, the pile bore shall be of the specified size.

7.03.8 Socketing shall be done as per Geo-technical Report/ pile design requirement point of view wherever required.

7.04.0 CHISELING 7.04.1 Chiseling may be restored to with the permission of the Engineer-in-Charge below

the socketing horizon. The chiseling tool or bit shall be of adequate size and weight so as to reach the desire depth.

7.05.0 LENGTH OF PILE:- The length of pile below cut off level shall be as per pile drawing.

7.06.0 CLEANING OF PILE BORE 7.06.1 After completion of the pile bore up to the required depth, the bottom of the pile

bore shall be thoroughly cleaned. Cleaning shall ensure that the pile bore is completely free from sludge /bored material, debris of rock/boulder etc. Necessary checks shall be made for pile bore as described in the subsequent clauses to confirm the thorough cleaning of the pile bore.

7.06.2 Pile bore shall be cleaned by fresh drilling mud through tremie pipe before start of concreting and after placing reinforcement.

7.06.3 Pile bore spoil along with used drilling mud shall be disposed off from site as directed by the Engineer-in-Charge.

7.07.0 ADJACENT STRUCTURES 7.07.1 When working near existing structures care shall be taken to avoid any damage to

such structures. 7.08.0 CONCRETING 7.08.1 Concreting shall not be done until the Engineer-in-Charge is satisfied that the pile

termination level is reached and the pile bore is cleaned properly and thoroughly. 7.08.2 The time interval between the completion of boring and placing of concrete shall

not exceed 6 hrs. In case the time interval exceeds 6 hrs. the pilebore shall be abandoned. However, the Engineer may allow concreting provided the Contractor

Page 152: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 10 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

extends the pile bore by 0.5 m beyond the proposed depth, and clean the pilebore. The entire cost of all operation and materials for this extra length shall be borne by the Contractor.

7.08.3 Pile bore bottom shall be thoroughly cleaned to make it free from sludge or any foreign matter before and after placing the reinforcement cage.

7.08.4 Proper placement of the reinforcement cage to its full length shall be ensured before concreting.

7.08.5 Concreting shall be done by tremie method. The operation of tremie concreting shall be governed by IS: 2911(Part-1/Sec.2). Drilling mud shall be maintained sufficiently above the ground water level.

7.08.6 Concreting operations shall not proceed if the contaminated drilling mud at the bottom of the pile bore posses density more than 1.25 T/Cu.m. or sand content more than 7%. The drilling mud sample shall be collected from the bottom of pilebore as mentioned in subsequent clause.

7.08.7 Consistency of the drilling mud suspension shall be controlled throughout concreting operations in order to keep the bore stabilized as well as to prevent concrete getting mixed up with the thicker suspension of the mud.

7.08.8 It shall be ensured that volume of concrete poured is at least equal to the theoretically computed volume of pile shaft being cast.

7.08.9 The temporary guide casing shall be withdrawn cautiously after concreting is done up to the required level. While withdrawing the casing concrete shall not be disturbed.

7.09.0 CUT OFF LEVEL (COL) 7.09.1 Cut off level of piles shall be as indicated in drawings released for construction or

as indicated by the Engineer-in-Charge. 7.09.2 The top of concrete in pile shall be brought above the COL to remove all laitance

and weak concrete and to ensure good concrete at COL for proper embedment in to pile cap.

7.09.3 Concrete shall be cast upto Ground level, to permit overflow of concrete for visual inspection.

7.09.4 In the circumstance where COL is below ground water level, the need to maintain a pressure on the unset concrete equal to or greater than water pressure shall be observed and accordingly length of extra concrete above COL shall be determined by the Contractor with prior approval of Engineer-in-Charge.

7.10.0 SEQUENCE OF PILING 7.10.1 Each pile shall be identified with a reference number.

Page 153: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 11 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

7.10.2 The convenience of installation may be taken into account while scheduling the sequence of piling in a group. This scheduling shall avoid piles being bored close to other recently constructed piles.

7.11.0 REJECTION AND REPLACEMENT OF DEFECTIVE PILES 7.11.1 The Engineer-in-Charge reserves the right to reject any pile which in his opinion is

defective on account of load capacity structural integrity, position, alignment, concrete quality etc. Piles that are defective shall be pulled out or left in place as judged convenient by the Engineer-in-Charge, without affecting the performance of adjacent piles. The Contractor shall install additional piles to substitute the defective piles as per the directions of the Engineer-in-Charge, at no extra cost to the Owner.

7.12.0 RECORDING OF PILING DATA 7.12.1 The Contractor shall record all the information during installation of piles. Typical

data sheet for recording pile data shall be as indicated in ANNEXURE- A enclosed and the Pile Load Test Data shall also be recorded as per the details indicated in Annexure- B enclosed. On completion of each pile installation, pile record in triplicate shall be submitted to Engineer-in-Charge within two days of completion of concreting of the pile.

8.00.0 SAMPLING, TESTING, AND QUALITY ASSURANCE 8.01.0 Facilities required for sampling and testing materials, concrete, etc. in field and in

laboratories shall be provided by the contractor. The contractor shall carry out all sampling and testing in accordance with the relevant Indian Standards and this specification. Where no specific testing procedure is mentioned the test should be carried out as per the prevalent accepted engineering practice to the direction of Engineer-in-Charge. Test shall be done in presence of engineer of the engineer or his authorized representative. In case the Engineer requires additional tests, the contractor shall arrange to get these tests done and submit to the Engineer the test results in triplicate within three days after completion of any test.

8.02.0 RECORDS The contractor shall maintain records of all inspection and testing, which shall be

made available to the Engineer. The Engineer at his discretion may waive some of the stipulations for small and unimportant concreting operations and other works.

8.03.0 UNSUITABLE MATERIALS Materials found unsuitable for acceptance shall be removed and replaced by the

contractor. The work shall be redone as per specification requirements and to the satisfaction of the Engineer at no extra cost to the Owner.

8.04.0 QUALITY ASSURANCE PROGRAM

Page 154: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 12 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

8.04.1 The Contractor shall submit and finalize a detailed Field Quality Assurance program within 30 days from the date of award of contract, according to the requirements of this specification. This shall include setting up of a testing laboratory, arrangement of testing apparatus/equipment, deployment of qualified/ experienced manpower, preparation of field quality plan, etc. On finalized field quality plan, the Owner shall identify, customer hold points, beyond which the work shall not proceed without written approval from the Engineer. The testing apparatus/equipment installed in the field laboratory shall be calibrated / corrected by the qualified persons as frequently as possible to give accurate testing results.

8.04.2 Frequency of sampling and testing, etc. and acceptance Criteria are given in Table- 1. The testing shall be done at field laboratory or any other laboratory approved by the Engineer-in-Charge. However, the testing frequencies set forth are the desirable minimum and the Engineer shall have the full authority to call for tests as frequently as he may deem necessary to satisfy himself that the materials and works comply with the appropriate specifications. The materials shall be tested to all the specified requirements as per relevant IS codes before acceptance at manufacturers premises or at independent Government laboratory. Tests indicated in the Table- 1 are for cross checking at site the conformity of the materials to some of the specifications.

8.05.0 TESTING OF CONCRETE 8.05.1a Concrete and other materials shall be tested for quality and strength and other

properties as per relevant IS codes. 8.05.1b One sample consisting of six test cubes shall be made from the concrete used in

each test pile, three to be tested after 7 days and three after 28 days. 8.05.2 For working piles, minimum one sample consisting of six test cubes shall be made

from the concrete for the first ten piles, three to be tested after 7 days and three after 28 days. Thereafter minimum one sample consisting of there test cubes for every 25 piles shall be tested for the 28 day cube strength.

8.05.3 In preparation of test cubes/specimens vibrators shall not be used. 8.05.4 Concrete shall be tested for slump at every one hour interval. 8.05.5 Other materials like aggregates, reinforcement, etc., shall be tested as per relevant

IS codes. 8.06.0 TESTING FOR POSITION AND ALIGNMENT 8.06.1 Each pile shall be checked for its position with respect to specified location. Each

pile bore shall be checked for its alignment. 8.06.2 Permissible limits for deviation shall be as specified elsewhere in this section of

specification. 8.07.0 PROPERTIES OF DRILLING MUD

Page 155: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 13 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

8.07.1 Properties of drilling mud shall be checked as per the requirements specified in clause no. 7.03.4 of this specification. Prior to use in piling work and there after minimum once in a week or as found necessary by the Engineer one sample consisting of 3 specimens shall be tested.

8.07.2 Density and sand content of the drilling mud shall be checked at least in each pile for first 10- piles before concreting. In case of satisfactory results the frequency of sampling shall not be less than one in 25 piles.

8.08.0 CHECK FOR PILE BORE 8.08.1 On completion of boring and cleaning the bottom of each pile bore shall be

checked by the methods as approved by the Engineer-in-Charge to ensure that it is free from pile bore spoil/debris and any other loose material, before concreting shall be done only after the approval of the Engineer-in-Charge.

8.08.2 For sampling of drilling mud from the pile bore the following method or any other suitable method shall be adopted.

8.08.2.1 A solid cone shall be lowered by a string to the bottom of pile bore. A sampler tube closed at top with a central hole (hollow cylinder) is lowered over the cone, then a top cover shall be lowered over the cylinder. Care shall be taken for proper fittings of assembly to minimize the leakage while lifting the cone assembly to the ground surface. The slurry collected in the sampler tube shall be tested for density and sand content.

9.00.0 LOAD TEST ON PILES 9.01.0 TYPE OF TESTS 9.01.1 The Contractor shall carry out two categories of load tests i.e. Initial Load and

Routine Load Tests in accordance with IS: 2911 (Part-4). 9.01.2 Initial load test shall be conducted to assess the safe load carrying capacity of pile

before start of installation of working piles. This shall include the following type of tests: a. Cyclic compression load test to assess safe vertical load capacity. b. Lateral load test to assess safe horizontal load capacity. c. Tension load test to assess safe pull out load capacity.

9.01.3 The minimum number of Initial Load Test for each diameter of pile proposed shall be as under: a. Vertical Compression : 1 No. b. Lateral : 1 No. c. Uplift /pullout : 1 No

Page 156: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 14 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

9.01.4 Routine load tests of piles as per IS: 2911 (Part-4) shall be conducted to verify the load capacity of working piles. This shall include the following types: a. Direct Compression load test for vertical load capacity. b. Lateral load test for horizontal load capacity.

9.01.5 The minimum number of routine load test for each diameter and type shall be 1.0 percent of the total number of working piles. The number of tests may be increased up to 2 percent as decided by the Engineer -in-Charge in a particular case depending upon nature, type of structure and strata condition.

9.02.0 TEST PILE 9.02.1 The test piles for routine load test shall be identified by the Engineer-in-Charge. 9.02.2 A minimum time period of four weeks shall be allowed between the time of pile

casting and testing Test pile head shall be prepared for testing purposes only one week after casting the pile.

9.02.3 The test piles shall be cut off at the proper level and provided with a proper cap so as to provide a plane bearing surface for the test plate and for proper arrangements for seating of the jack and dial gauges.

9.03.0 VERTICAL LOAD TEST 9.03.1 EQUIPMENT AND TEST SET UP 9.03.1.1 A steel plate of sufficient thickness not less than 50 mm shall be centred on the

pile head to prevent it from crushing under applied load. The size of the plate shall neither be less than the pile size nor less than the area covered by the base of the hydraulic jack(s).

9.03.1.2 The datum bars shall be supported on immovable supports preferably of concrete pillars or steel sections placed sufficiently far away from the test pile. The distance shall not be less than 3 times the diameter of test pile and in no case less than 2 metres from the edge of test pile. These supports shall be placed at a sufficient depth below ground to be unaffected by ground movements.

9.03.2 LOADING SYSTEM 9.03.2.1 The test load on the pile shall be applied in one of the following ways as approved

by the Engineer-in-Charge. a. By means of hydraulic jack(s) which obtain reaction from kentledge heavier

than the required test load. While using this method care shall be taken to ensure that the centre of gravity of kentledge heavier than the required test load. While using this method care shall be taken to ensure that the centre of gravity of kentledgte is one the axis of the pile. The load applied by the jack(s) shall also be coaxial with the pile. The nearest edge of the crib supporting the kentledge stack shall not be closer than 1.5 metre to the edge of the test pile.

Page 157: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 15 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

b. By means of hydraulic jack(s) which obtained reaction from anchor piles or/and suitable loading frame. While using this method all anchor piles shall be at a centre to centre distance of at least three times the test pile shaft diameter from the test pile and in no case less than 2 metres. Care shall be exercised to ensure that the datum bar supports are not affected by heaving up of the soil.

c. By means of hydraulic jack(s) which obtain reaction from suitable rock anchors. When this method is adopted, the anchor transferring the load to the ground shall not be closer than two times the test pile shaft diameter to the test pile and in no case less than 1.5 m.

d. By means of combination of kentledge, anchor pile, rock anchors. 9.03.3 MEASURING SYSTEM Settlement of the pile shall be recorded by four dial gauges placed at diametrically

opposite locations and suspended from the datum bar around the pile. 9.03.4 TEST PROCEDURE The test shall be carried out by the Direct Loading Method in successive

increments for routine load test and by the Cyclic Loading Method for initial load test as detailed below and as directed by the Engineer-in-Charge

9.03.4.1 DIRECT LOADING METHOD The test shall be carried out as per the procedure outlined below:

a. The load shall be applied to the pile top in increments (steps) of about 20% of the rated capacity of the pile or as directed by Engineer. Each increment of load shall be applied as smoothly and expeditiously as possible. Settlement reading shall be taken before and immediately after the application of next increment and at 15, 30 minutes and thereafter at every half hour until application of the next load increment.

b. Each stage of loading shall be maintained till the rate of movement of the pile top is not more than 0.2 mm/hr. or until two hours have elapsed whichever is earlier.

c. The rate of movement of pile shall not be permitted to be extrapolated from period of test less than one hour.

d. Loading on pile shall be continued till one of the following takes place: i. In case of initial load test, applied load reaches three times the assumed

safe load or the settlement of pile exceeds a value of 10 per cent of bulb diameter incase of under-reamed pile.

ii. In case of Routine load test, applied load reaches one and half time the safe load or the maximum settlement of test loading in position attains 12 mm.

Page 158: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 16 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

e. Where yielding of the soil does not occur, the full test load shall be maintained on the pile head for a minimum period of 24 hrs. after the last increment of load and settlement shall be recorded at 6 hours interval during this period.

f. Unloading shall be carried out in the same steps as loading. A minimum period of 30 minutes shall be allowed to elapse between two successive stages of load decrement. The final rebound shall be recorded 6 hours after the entire test load has been removed.

9.03.4.2 CYCLIC LOADING TEST The test shall be carried out to find out separately skin friction and point bearing

capacity of single pile. However, this test is not applicable for under reamed piles. The test procedure shall be as given below: a. In general this test shall be conducted on similar lines as mentioned in Direct

Loading Method. In addition, alternate loading and unloading up to zero load shall be done in steps at each stage of loading. The load increment/decrement for each steps shall be 20% of the rated capacity. The readings of all the dial gauges shall be recorded at the end of each step and the total and net settlement for each stage shall be calculated.

b. For each stage, the loading of each steps shall be maintained for 15 minutes before reaching the maximum load. The maximum load for each stage shall be maintained for one hour. The full test load shall be maintained on the pile head for 24 hours.

c. Each step of unloading shall be maintained for 15 minutes and the subsequent rebound in the pile shall be measured accurately.

d. A period of 15 minutes shall be allowed to pass between the successive unloading and loading operations.

e. To find out separately skin friction and point bearing capacity of pile the procedure as given in Appendix- A of IS: 2911(Part-4) shall be followed.

9.03.5 ASSESSMENT OF SAFE LOAD 9.03.5.1 The safe vertical load on single pile from the load test shall be the least of following

values: a. 2/3 of the load at which the total settlement attains a value of 12 mm unless

otherwise specified in tender documents. b. 50% of the final load at which the total settlement equals 10 percent of the pile

diameter in case of uniform diameter piles.

Page 159: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 17 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

9.04.0 HORIZONTAL LOAD TEST 9.04.1 EQUIPMENT AND TEST SET UP

a. The test plate shall be set in high strength grout to provide full bearing against the projected areas of the pile. The size of the test plate shall be adequate to accommodate the spherical bearing and transfer the load to the pile.

b. Sufficient clearance shall be allowed between the test pile and the datum bar for the anticipated lateral movement of the pile when datum bar (for fixing the dial gauge) is located on the opposite side to the point of load application.

9.04.2 LOADING SYSTEM a. Loading shall be applied by a hydraulic jack of adequate capacity equipped with

spherical bearing at the top of ram and bearing plate at the bottom side, abutting the pile horizontally and reacting against a suitable system.

b. The reaction may be provided by the wall of the excavated pit when the test is being conducted below ground level or by a neighboring pile, in which case thrust pieces shall be inserted on their end of the jack to make up the gap as approved by the Engineer.

c. Load shall be applied on the pile at or approximately at cut of level (COL).

9.04.3 MEASURING SYSTEM 9.04.3.1 The deflection shall be measured at a point diametrically opposite to the point of

load application. In case such a measurements is not possible, the deflection shall be recorded using at least 2 dial gauges kept at a spacing of 30 cm. at a suitable height and the displacement interpolated at load point from similar triangles.

9.04.3.2 Deflection of the pile at the level of load application shall be measured by dial gauge fixed to datum bar. The datum bar shall rest on immoveable supports as described elsewhere in this specification.

9.04.4 TEST PROCEDURE 9.04.4.1 The test procedure shall be similar to that for vertical load test. 9.04.4.2 Loading on the pile shall be continued till one of the following takes place:

a. In case of Initial load test applied load reaches thrice the assumed safe lateral load capacity of deflection of pile at the loading point exceeds.

b. In case of Routine load test, applied load reaches one and half times the assumed safe load capacity or a deflection at the loading point exceeds 5 mm.

Page 160: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 18 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

9.04.5 ASSESSMENT OF SAFE LOAD 9.04.5.1 The safe lateral load of single pile shall be the least of following:

a. 50 % of the load for which the total deflection is 12 mm. b. Load corresponding to 5 mm total deflection. c. Load corresponding to any other specified displacement as per performance

requirement. 9.04.5.2 Pile groups shall be tested under conditions as per actual use in the structure as

far as possible. However, for routine test (i) above is not applicable. NOTE: The deflection of pile is at the cut off level of the pile.

9.05.0 PULL OUT TEST 9.05.1 EQUIPMENTS AND TEST SET UP

a. Uplift force may be applied by means of hydraulic jack(s) using a suitable pullout set up as approved by the Engineer.

9.05.2 LOADING SYSTEM a. Load shall be applied along the longitudinal axis of the pile using an approved

reaction system. Uplift forces on the pile may be applied directly to the test pile or through a lever system.

b. The reaction may be provided by neighboring piles or blocks constructed for this purpose.

c. The reaction supports/blocks/piles shall be at least 2.5 times the test pile diameter.

9.05.3 MEASURING SYSTEM a. Displacement of the pile shall be recorded using two dial gauges placed at

diametrically opposite locations ad suspended from the datum bar around the pile. Datum bar shall be provided with immoveable supports as described elsewhere in this specification.

9.05.4 TEST PROCEDURE 9.05.4.1 The test procedure shall be similar to that for vertical load test. 9.05.4.2 The loading on pile shall be continued till one of the following takes place.

a. The loading on pile top equals three times the estimated safe load. b. The load- displacement curves shows a clear break (downward trend).

Page 161: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 19 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

9.05.5 ASSESSMENT OF SAFE LOAD 9.05.5.1 The safe load of the pile shall be the least of the followings:

a. Two third of the load at which the total displacement is 12 mm. b. 50% of the load at which the load displacement curve shows a clear break

(down work trend).

10.00.0 RECORDING OF DATA & PRESENTATION 10.01.0 The pile test data essentially concerns three variables, namely, load, displacement

and time. These are to be recorded sequentially for the tests under consideration and shall be recorded in a suitable tabular form along with the information about the pile as per Annexure-A & B and Table-1.

10.02.0 The data may be suitably presented by curves drawn between the variables and safe loads shown on the graphs. Load displacement curve should be an assential part of presentation.

Page 162: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 20 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

A N N E X U R E - A

P I L E D A T A

1. Reference No. Location(Co-ordinates) ____________Area.

2. Sequence of Piling

3. Pile diameter & Type

4. Working Level (Platform level)

5. Cut Off Level (COL)

6. Actual Length Below COL

7. Pile Termination Level

8. Top Of Finished Concrete Level

9. Date and Time of Start and Completion of Boring

10. Depth of Ground Water Table in the Vicinity

11. Type Of Soil at pile tip

12. Method of Boring Operation

13. Details of Drilling mud as used:

a. Freshly Supplied Mud, Liquid Limit, Sand Content, Density, Marsh Viscosity, Swelling Index, pH value.

b. Contaminated Mud Density, Sand Content.

14. SPT (N) values in soil (from the nearest bore hole) UCS value in rock (from the nearest bore hole)

15. Chiseling, if any From.......................... M. To.......................... M.

16. Date and Time of Start and Completion of concreting.

17. Method of placing concrete.

18. Concrete Quantity:

Page 163: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 21 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Actual

Theoretical

19. Ref. Number of Test Cubes

20. Grade and Slump of concrete

21. Results of Test Cubes

22. Reinforcement Details:

Main Reinforcement Stirrups: Type

No.:_________________ No.:_________________

Dia.:________________ Dia.:________________

Depth:_______________ Depth:_______________

23. Any other information regarding obstructions, delay and other interruption to the sequence of work

Page 164: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 22 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

A N

N E

X U

R E

- B

P

ILE

LO

AD

TES

T :

VE

RTI

CAL

/ H

OR

IZO

NTA

L / U

PLI

FT

Type

of E

quip

men

t and

met

hod

of b

orin

g

Plan

of T

est a

rrang

emen

t sho

win

g po

sitio

n an

d di

stan

ce o

f Ke

ntile

dge,

Sup

ports

, ten

sion

or c

ompr

essi

on p

iles

and

refe

renc

e fra

me

to te

st p

ile, e

tc.

Dat

e of

Cas

t

Com

men

cem

ent o

f Tes

t

Com

plet

ion

of T

est

Cap

acity

of J

ack

Jack

Con

stan

t W

eigh

t of K

entil

edge

Rea

ctio

n pi

le d

etai

ls

Pile

No.

Type

of P

ile

Dia

met

er

Cap

acity

Type

of T

est I

nitia

l /ro

utin

e

Load

ing

Met

hod

Dire

ct /

Cyc

lic

Page 165: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 23 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

Reb

ound

Sub

mis

sion

of T

est R

esul

ts

i ,

Tim

e v

s. S

ettle

men

t.

ii ,

Loa

d vs

. Set

tlem

ent I

ndic

atin

g th

e S

afe

Load

.

Net

(mm

)

Ave

rage

Se

ttlem

ent

Dia

l Gau

ge

Rea

ding

Load

MT

Pre

ssur

e G

auge

Tim

e

Dat

e

Page 166: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TECHNICAL SPECIFICATIONS FOR BORED CAST-IN-SITU CONCRETE PILES

EM191-PNCV-TSC-0201 1 DOCUMENT NO REV NO

SHEET 24 OF 24

________________________________________________________________________________________________________ FORM NUMBER 02-0000-0021 F2 REV 0 All rights reserved

TAB

LE-1

: FR

EQU

ENC

Y O

F S

AM

PLI

NG

AN

D T

ES

TIN

G

Acce

ptan

ce C

riter

ia

Dia

met

er a

s pe

r dr

awin

g. L

engt

h as

es

tabl

ishe

d by

initi

al

load

test

. As

per

cla

use

No.

7.

03.4

.

i). D

ensi

ty s

hall

not

be m

ore

than

1.2

5 Te

/Cu.

M.

ii). S

and

cont

ent

shal

l not

be

mor

e th

an 7

%.

As

per s

peci

ficat

ion.

No.

of S

ampl

es &

Fr

eque

ncy

of T

est

Eac

h P

ile

Min

imum

one

sam

ple

cons

istin

g of

3

spec

imen

onc

e in

a

wee

k.

In e

ach

pile

for f

irst 1

0 pi

les

befo

re c

oncr

etin

g.

In c

ase

of s

atis

fact

ory

resu

lts, t

he fr

eque

ncy

of s

ampl

ing

may

be

redu

ced

to o

ne in

25

pile

s.

Eac

h P

ile.

Pile

bore

sho

uld

be fr

ee

from

bor

ed m

ater

ial

Met

hod

of T

est

Phy

sica

l m

easu

rem

ent`

In L

abor

ator

y

In L

abor

ator

y

Phy

sica

l or a

ny

appr

oved

met

hod.

Each

Nat

ure

of T

est /

C

hara

cter

istic

s

Liqu

id L

imit,

Mar

sh

visc

osity

, Spe

cific

gr

avity

, San

d co

nten

t, Sw

ellin

g in

dex,

pH

val

ue.

Den

sity

, San

d co

nten

t

As p

er C

l.No.

8.0

8.0

Type

of M

ater

ial /

W

ork

Pile

bore

siz

e

Dia

met

er

Leng

th

Bent

onite

(Mud

)

prop

ertie

s

Basi

c pr

oper

ties

of

Bent

onite

bef

ore

use.

Con

tam

inat

ed m

ud

from

pile

bor

e bo

ttom

be

fore

con

cret

ing

Posi

tion

and

Alig

nmen

t

Cle

anin

g of

pile

bore

a.

b. a.

b.

Sl.N o.

1 2 3 4

Page 167: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

REVAMP TROMBAY-V UREA PLANT

SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-201 1

DOC. NO. REV.

PAGE 1 OF 10

PART-B

SCHEDULE OF RATES FOR PILING WORKS FOR

REVAMP PROJECT OF TROMBAY-V UREA PLANT,

RASHTRIYA CHEMICALS FERTILIZERS LTD RCF)

MAHARASHTRA – INDIA

1 10.10.17 REVISED AS PER COMMENTS & ISSUED FOR REVIEW GC GC UPT 0 28.09.17 REVISED AS PER COMMENTS & ISSUED FOR REVIEW GC GC UPT P 31.05.17 ISSUED FOR REVIEW GC GC UPT REV REV DATE PURPOSE PREPD REVWD APPD

Page 168: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

REVAMP TROMBAY-V UREA PLANT SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-0201 1

DOCUMENT. NO. REV.

PAGE 2 OF 10

REVAMP TROMBAY-V UREA PLANT SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-201 1 10.10.17 GC GC UPT 2 OF 10

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

1.0 PREAMBLE TO SCHEDULE OF RATES

1.1 Payment for piling works shall be made on item rate basis and bidders are required to quote unit rate for different items of work given in Schedule of Rates. The quantities given in the schedule of rates are approximate and are given only for the guidance for quoting rates. Payments on bills shall, however, be made on actual measurement of quantities of work done as per approved drawings.

1.2 The tenderers shall be fully responsible for the correct setting out and execution of the work in accordance with approved drawings issued to them from time to time. Owner reserves the right to add/delete any of the works mentioned in the N.I.T. during the currency of the contract. All tools, tackles, construction equipments etc. shall be the responsibility of the tenderer.

1.3 The rates to be inserted in the schedule of rates are to be fully inclusive of the value of the work described under several items including all costs and expenses which may be required in and for the construction of the work described together with all taxes, general risks, liabilities and obligations (e.g. temporary buildings, fencing, watching, lighting, insurance, labour regulations, indemnity, maintenance and the like). The prices are to be inclusive of all labourers, materials, tools, plants, equipments, hoists, tackles, scaffoldings and the sundries etc. as may be necessary for the full and entire completion of the work in all respects.

1.4 The quoted rates shall be applicable for all heights, depths etc. except otherwise stated clearly in the description of items and nothing extra shall be paid to the contractor on this account.

1.5 Materials: The procurement of all materials shall be the responsibility of the contractor. The quality of the materials procured by the contractor shall be subject to the approval of Engineer-in-Charge or his authorised representative before the materials are allowed to be used in the works. All the materials to be procured by the contractor shall be in conformity with the approved list of manufacturers which is listed below:

A) FOR OPC/ PSC GRADE-53 CEMENT

i) LARSEN & TUBRO CEMENT

Page 169: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

REVAMP TROMBAY-V UREA PLANT SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-0201 1

DOCUMENT. NO. REV.

PAGE 3 OF 10

REVAMP TROMBAY-V UREA PLANT SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-201 1 10.10.17 GC GC UPT 3 OF 10

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

ii) THE ASSOCIATED CEMENT COMPANIES LIMITED

iii) JK CEMENT

iv) VIKRAM

v) ULTRATECH CEMENT

vi) AMBUJA CEMENT

B) FOR REINFORCEMENT STEEL

i) STEEL AUTHORITY OF INDIA LTD.

ii) TATA IRON & STEEL CO. LTD.

iii) RASTRIYA ISPAT NIGAM LIMITED (Vishakhapattanam)

1.6 Transport of all materials shall be the contractor’s responsibility and it shall be at their own risk and cost.

1.7 Tests: According to the nature and importance of works owner shall demand the conduct of tests on concrete materials and fill materials etc. in which case the contractor shall get the same done at his own cost in a laboratory approved by Owner/Consultant/ Engineer-in-charge.

1.8 Providing and operating necessary measurements and testing devices, material and consumables are included in the scope of work and the rates quoted shall be deemed to include the cost of such tests which are required to ensure achievement of specified quality of work.

1.9 No work shall be undertaken at site until detailed approved drawings have been issued by Owner/Consultant in writing. Subsequent

Page 170: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

REVAMP TROMBAY-V UREA PLANT SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-0201 1

DOCUMENT. NO. REV.

PAGE 4 OF 10

REVAMP TROMBAY-V UREA PLANT SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-201 1 10.10.17 GC GC UPT 4 OF 10

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

revisions in the drawings which become necessary shall be incorporated and revised drawings issued to the contractor who shall execute the work as per the latest revised drawings. Nothing extra shall be paid on this account and no claim whatsoever will be entertained on this account and also no extension in the completion time should be allowed for these changes. Owner/Consultant reserve to themselves the right to modify / revise / alter etc. in any drawing supplied to the contractor.

1.10 Any construction done before the receipt of approved drawings shall be the contractor’s responsibility.

1.11 In case of any discrepancy between the description of items given in the schedule of rates and specifications, drawings and other documents, the decision of the Owner in writing shall be final, binding and conclusive for the purpose of this contract.

1.12 No compensation for any damage done by rain or traffic during the execution of the work shall be made by Owner.

1.13 The term “Design and Drawing” mentioned in the description of items in the bill of quantities means the detailed approved design drawings marked “Issued for Construction”.

1.14 The work “As described”, “As shown”, “As directed”, ”As approved”, “As complete” or “As mentioned” in the description of items shall mean as directed in design or detailed drawings and as directed by Engineer-in-charge.

1.15 For details of work, material and workmanship, attention is invited to schedule of rates, scope drawings, special conditions, materials and job specification and preamble to the schedule of rates and the tenderers must quote the rates keeping in full view the requirement of the said document.

1.16 The portion which is under “HOLD” shown in the approved drawing or the portion which would be brought under “HOLD” during execution on account of Co-ordinating different activities of other working agencies shall be taken up by the Contractor to execution only after the said “HOLD” is withdrawn. The Contractor on this account shall not be entitled to claim for any compensation.

1.17 The work shall have to be so arranged, planned and programmed as to complete all work within the scheduled time. Tenderer shall have to strictly adhere to time schedule.

Page 171: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

REVAMP TROMBAY-V UREA PLANT SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-0201 1

DOCUMENT. NO. REV.

PAGE 5 OF 10

REVAMP TROMBAY-V UREA PLANT SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-201 1 10.10.17 GC GC UPT 5 OF 10

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

1.18 All machinery mechanised heavy earth moving equipments and transports etc. required in connection with this work shall be contractor's responsibility.

1.19 The following notations have been used throughout the schedule of rates and materials and job specifications:

1. Cu.m Cubic meter

2. Sq.m Square meter

3. M./m. Metre

4. No/Nos Number/Numbers

5. MT Metric Tonne

6. Kg. Kilo-gram

7. R.C.C Reinforced Cement Concrete

8. P.C.C. Plain Cement Concrete

9. CM/cm Centimeter

10. MM/mm. Millimeter

11. E.I.C. Engineer-in-Charge

12. Ea Each

Page 172: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

REVAMP TROMBAY-V UREA PLANT SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-0201 1

DOCUMENT. NO. REV.

PAGE 6 OF 10

REVAMP TROMBAY-V UREA PLANT SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-201 1 10.10.17 GC GC UPT 6 OF 10

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

1.20 The specification given in Schedule of Rates proceeding to particular item will be part of Preamble and shall be read in conjunction with this Preamble and Technical specifications given in tender documents.

1.21 In the description of schedule of rates the word "providing" shall include supplying & providing of all necessary material required for execution of work under the item.

1.22 The contractor shall prepare the bar bending schedule for all reinforced cement concrete work as per detailed drawings.

1.23 The contractor shall offer co-operation to the various other agencies and contractors for services not included in this contract, who may be working on the site simultaneously so that the entire work can proceed smoothly and simultaneously to a successful completion. The tenderer must take all the aforesaid factors into consideration while quoting his rates, for no extra charge shall be allowed on any ground out of or relating to the aforesaid factors.

1.24 Socketing of Bored Piles in Rock : Weathered Basalt rock is encountered at depths between 6.5m and 9.0m below existing ground surface. The bored cast-in situ piles socketed 4D in to underlying weathered basalt. Piles can be terminated earlier with minimum 1m socketing if it is impossible to penetrate further by piling equipment. Pile can be terminated earlier if chisel penetration is less than 1 cm for a chisel energy of 225 ton -m / m2 of pile cross section at the socketing zone.

Page 173: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.)

SCHEDULE OF RATES FOR

SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SOR-202 P 29.05.17 GC GC UPT

7 OF10

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

A PILING

A

INSTALLATION OF BORED CAST-IN-SITU CONCRETE PILES

a) All piles shall be concreted to ground level. Cut-off levels of the piles shall correspond to those given in pile layout drawings and shall be in the range from 2000 mm to + 500 mm.

b) The length of the pile shall be measured from Cut-off levels as shown in drawing to the tip of pile. The additional length of pile above cut-off level cast as per note ‘a’ above shall not be measured and paid for. Bidders should quote rate of item no. A-1 accordingly.

c) Empty boring from ground level to the cut-off level of pile shall not be measured and paid for.

A-1 Boring, providing and installing 600mm nominal diameter (uniform) bored cast-in-situ R.C.C. piles using cement concrete of grade M30 & HYSD Fe500D confirming IS 1786 minimum content of 400 kg/cu.m. by approved technique through all types of subsoil strata using coarse aggregates of 20 mm and down size to carry a safe working load not less than that specified in the drawing, excluding the cost of steel reinforcement but including the cost of boring with casing and/or bentonite solution for maintaining borehole side, tremie concreting, supply of necessary materials and labours and carrying out all ancilliary works, disposal of surplus materials including earth/muck for all leads and lifts within factory premises, shifting of plant and equipment from one pile location

M

300

Page 174: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

REVAMP TROMBAY-V UREA PLANT SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-201 1 10.10.17 GC GC UPT 8 OF 10

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

to other, all complete as per drawing and direction of Engineer-in-charge. (The rate of this item shall include charges for mobilisation of required no. of piling rigs including all ancillary equipments, tools, tackles etc. all complete necessary to install Bored cast-in-situ R.C.C. piles at site and demobilisation of the same after completion of job. No extra payment shall be made on this account.) Note: The cost of piling includes chiselling and socketing in rock upto 4D, However, if drilling and socketing is tedious then minimum socketing of 1m.

A-2 REINFORCEMENT FOR PILING

Wastage in cutting will not be paid for, reinforcing bars actually fixed in position will be included, the linear measurement shall be checked including hooks and lap, lapping of bars will be allowed only where the required bar length exceeds the standard lengths available. All other laps provided unless otherwise specified in the drawing and/or authorised by Engineer-in-Charge shall be provided and shall not be paid for. Weight of binding wire shall not be measured for payment.

Providing, Supplying, cutting, cleaning, straightening, bending, binding with 18 SWG annealed wire to form a rigid cage of high yield strength deformed bars of grade Fe500D confirming to IS: 1786 including tack welding with spacer bars, hoisting and placing in position for all piling works including all necessary

MT

20

Page 175: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

REVAMP TROMBAY-V UREA PLANT SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-201 1 10.10.17 GC GC UPT 9 OF 10

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

handling at all heights & depths.

A-3 Carrying out initial load tests to two and half times the allowable load on the piles as per IS: 2911, Part-IV including all the necessary arrangements such as platform, kentledge, jacks, measuring devices etc. all complete. Allowable loads on piles:

Vertical load capacity : 170 MT

Uplift capacity : 95 MT

Lateral load capacity : 4 MT

Each

Each

Each

.

1

1

1

A-4 Carrying out routine load tests to one and a half times the allowable load on the piles as per IS:2911, Part-IV including all the necessary arrangements such as platform, kentledge, jacks, measuring devices etc. all complete.

Allowable loads on piles:

Vertical load capacity : 170 MT

Lateral load capacity : 4 MT

Each

Each

2

2

Page 176: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

SL. NO. DESCRIPTION OF ITEMS UNIT QTY RATE AMOUNT

(IN Rs.) ( In Figure ) ( In Words )

REVAMP TROMBAY-V UREA PLANT SCHEDULE OF RATES FOR PILING WORKS

EM191-PNCV-SRB-201 1 10.10.17 GC GC UPT 10 OF 10

DOCUMENT NO REV REV DT PREPD REVWD APPD SHEET NO

A-5 Stripping the concrete of top portion of 600mm dia pile from the stripping level to the cut-off level or as directed etc., complete in all respects and as per direction of Engineer-in-Charge.

M 60

TOTAL:-

Amount in Figure : Rs…………………………………………………………….

Amount in Words : Rs…………………………………………………………….

Discount, if any : Rs…………………………………………………………….

Total Amount in figure : Rs…………………………………………………………….

Total Amount in words : Rs…………………………………………………………….

Signature of Tenderer :

Name & seal of Tenderer :

Place / Date :

Page 177: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

TENDER DOCUMENT FOR CIVIL, STRUCTURAL AND OTHER ALLIED WORKS

EM191-PNCV-TD-201 2

DOCUMENT NO REV

PAGE1 OF 5

FORM NO: 02-0000-0021F3 REV3 All rights reserved

REFERENCE DRAWINGS

Page 178: ENQUIRY NO. (PNPM / EM-191/ E / 201) · 10 ANNEX – IX RCF approved Banker’s list 11 ANNEX – X Disciplinary Measures 12 ANNEX ... The decision of RCF Management regarding phase

Recommended