Вы находитесь на странице: 1из 67

1

TAMIL NADU COOPERATIVE MARKETING FEDERATION LIMITED


91. St. Mary’s Road, Chennai - 600 018.

TENDER DOCUMENT
PART-A
(General Conditions of Contract)

Modernisation of ColdStorage unit at


Koyambedu, Chennai

ISSUED TO
..............................................................................................................
..............................................................................................................
………………………………………………………………………..

Last Date for Submission of Tender: 2.00 P.M. on 21.02.2015


2

THE TAMIL NADU COOPERATIVE MARKETING FEDERATION LIMITED.,


91, St. Mary’s Road, Chennai – 600 018.

Ref No. 113/2013 CM Vol. II Dated : 30.01.2015.

NOTICE INVITING TENDER

1.1 Sealed tenders are invited on behalf of the Tamil Nadu Cooperative Marketing Federation
Ltd., (TANFED Ltd.,) 91, St. Mary’s Road, Chennai-18 in two cover system from reputed
contractors registered/ working with public sector undertakings/any Government / Semi
Government Organisation for the following works:

Cost of Tender Earnest Completion


S. Sale start Date of
Name of work Document (VAT money period
No. close opening
@ 5% Included) Deposit (month)
1. Modernisation of Cold Rs. 1,10,250/- Rs. 1.90 02.02.2015 21.02.2015 NINE
Storage unit at ‘A’ Lakhs to MONTHS
Road, Koyambedu 21.02.2015
Wholesale Market
Complex, Koyambedu,
Chennai – 92.
1.2 The tenderers who wish to participate should be regular, established contractor of the above
items of work and should have in house facilities for work shop tests and inspection as per
relevant IS codes.
1.3 The tenderer should have experience of similar works (Cold storage construction/ renovation/
modernisation works) during the last 7 years.
1.4 The annual turnover of the contractor during each of the last 3 years should be at least Rs.
1.95 Crores.
1.5 The tenderer should also have done at least one of the following work assignments;
( a ) Three similar works whose individual value is not less than Rs.78.00 lakhs or
( b ) Two similar works whose individual value is not less than Rs.98.00 lakhs or
(c ) One similar work whose value is not less than Rs.156.00 lakhs
3

1.6 The tenderers should furnish the required Earnest Money Deposit (Rs. 1.90 lakhs) along with
their sealed tender by way of Demand Draft failing which the tender shall not be considered and
summarily rejected. No other mode of payment will be accepted towards payment of EMD.

1.7 The request for the tender documents must be accompanied with required documentary
evidence on the tenderer’s capability, experience in execution of similar works, Income tax
clearance certificate for the last three years, etc. Affidavit for proprietorship/partnership Deed/
Articles of Association including changes in the constitution of the firm etc., and without the
above documentary evidences, the tender document will not be issued.

1.8 The tender documents containing ‘General Conditions of Contract’ in Part ‘A’ and ‘Price Bid’

in Part ‘B’ can be had at the above address during office hours from 10 A.M. to 4 P.M on

payment of required tender document cost by way of cash/demand draft in favour of The

Managing Director, TANFED on all working days from 02.02.2015 to 21.02.2015. The tender

documents can also be downloaded from our website www.tanfed.tn.gov.in and the cost of tender

documents by way of Demand Draft may be enclosed along with ‘Part A’ of the tender. The

tenders duly sealed in two separate covers and the name of work super scribed on the envelope

addressed to The Managing Director, TANFED, Chennai-18 will be received up to 2.00 P.M on

21.02.2015 and the same will be opened at 2.30 P.M. on the same day i.e., 21.02.2015 by The

Managing Director or any other officer authorised by him in the presence of Tenderers who

choose to be present at that time.

1.9 TANFED Ltd., reserves the right to reject any or all the tenders without assigning any reason
thereof.

Managing Director
TANFED Ltd.
4

2.0 INSTRUCTIONS TO TENDERERS

2.1 The Tender shall be in the prescribed form and complete with all the details/ annexures as
required in the technical specifications, descriptive literature and drawings. The tenders should
include all minor accessories not specifically mentioned in the technical specification, but
essential for the completeness of the work. The tenderer shall not be eligible for any extra charges
in respect of such minor accessories, though not included in the tender.

2.2 No tender will be received after expiry of the due date and time, as indicated in the Notice
Inviting Tender (N.I.T.) under any circumstances whatsoever. No telegraphic/ telephonic/ telex
tenders shall be considered. However, any amendment sent by telegram/ telex to the tender
already submitted shall be considered, provided it is received before the due date and time for
opening of the tender and it is confirmed in writing by post.

2.3 Earnest Money as indicated in the N.I.T. shall be deposited in the form of crossed Demand
Draft/ Call Deposit Receipt drawn on any Bank in India, payable at Chennai valid for 90 days
from the date of opening of the tender, in favour of the Special officer.

2.4 Any tender which is not accompanied by EMD in the prescribed manner, will be
summarily rejected. EMD of unsuccessful tenders shall be returned within 100 clear days from
the date of opening of the tenders.

2.5 Price should be inclusive of all taxes, duties, octroi and any other charges or fees leviable
by the local authority, on materials in respect of this contract and nothing extra will be payable for
increase in such taxes or duties even if imposed or levied either before or after the tenders are
opened or during the currency of contract, over and above the tendered / accepted price. Statutory
changes in the quantum of excise duty, taxes, etc. on materials/ equipment/ works, effected during
the work execution period, shall be payable as extra by the Employer.

2.6 The entire work is to be completed within 9 (Nine) months. The completion time shall be
strictly observed by the Contractor and shall be reckoned from the date on which the order to
commence work is given to the contractor.

2.7 The employer reserves the right to reject/ negotiate all or any of the tenders and to accept
5
in whole or part of any of the tenders without assigning any reason for so doing. The successful
tenderer will be required to sign an agreement in the form approved by the Employer, for the
fulfilment of contract. But the written acceptance of the employer of a Tender will constitute a
binding agreement between the Employer and the firm so tendering, whether such formal contract
is or is not subsequently entered into.

2.8 The Employer shall make available suitable space for storage of equipment, tools and
tackles of the contractor but the responsibility for safety and security of his materials shall rest
with the Contractor.

2.9 Acceptance of the tender shall be governed by the “Conditions of Contract” stipulated here
in after.

2.10 The tender shall remain valid for a period of 90 days from the date of opening of tender.
In the event of the tenderer with-drawing his offer within the validity period, for any reasons
what-so-ever, Earnest Money deposited with the tender shall be forfeited to the Employer.

2.11 Tenderer is advised in his own interest to satisfy himself about the building. He shall be
deemed to have full knowledge of all the relevant documents, technical specifications and other
conditions.

2.12 Tenderer must furnish with his tender a list of jobs in hand/ successfully completed by his
firm mentioning the value of each contract, year of award and completion, whether cooperative
private or public sector.

2.13 Conditional and / or incomplete tenders are liable to be rejected.

2.14 Whatever may be the conditions of the tender specified or indicated in the contractor’s
offer it is only the conditions indicated in the “TENDER DOCUMENTS” unless modifications
are agreed to before the order is placed, that will be binding upon the Contractor & the Employer.

Contractor Civil Engineer


6
3.0 GENERAL CONDITIONS OF CONTRACT

3.1 DEFINITION OF TERMS :

The following terms used hereinafter for the sake of brevity shall have the following meanings:-

3.1.1 “EMPLOYER” shall mean the Managing Director, TANFED, Chennai-18 and shall
include their legal representative/s, assigns or successor/s.

3.1.2 “CONTRACTOR” shall mean the Tenderer whose tender has been accepted by the
Employer and shall include the Tenderer’s heirs, successors and assigns approved by the
Employer.

3.1.3 “LETTER OF INTENT” shall mean the Employer’s letter to the Contractor/ Tenderer
conveying the acceptance of his/ tender subject to such reservations as may be stated therein.

3.1.4 “CONTRACT” shall mean the agreement between the contractor and the Employer to be
entered into under these conditions and shall include the Tender Notice, General Conditions of
Contract, Specifications, Schedule of equipment, letter of intent of the Employer and any
subsequent correspondence/ amendments mutually agreed upon in writing.

3.1.5 “ENGINEER” shall mean the Civil Engineer or some other person for the time being or
from time duly appointed in writing by the Employer to act as Engineer for the purpose of the
Contract or in default of such appointment by the Employer.

3.2. CONTRACT AGREEMENT:

A formal agreement shall be entered into by the contractor with the Employer for the proper
fulfilment of the contract. In case the agreement is not executed by the Contractor within 15 days
of receipt of intimation from the Employer to do so, the Employer may at his option without
prejudice to any other price or claims against the contractor within seven days after expiry of the
said 15 days and before execution of the agreement by the contractor by notice in writing revoke
the acceptance of the tender, and thereupon the Employer shall not be liable to any claim from the
contractor for work already done. The earnest money deposited with the tender shall be forfeited
to the Employer.
7

3.3 COMPLETENESS OF CONTRACT :

The Contractor shall provide without any extra charge all items whether specifically mentioned or
not but which are usual or required to make a complete working plant and to ensure safe and
satisfactory operation unless excluded clearly. All apparatus, material or labour which may be
necessary to complete the work in accordance with the intent or purposes of these specifications
shall be considered to be in the scope of work of the contract and shall be furnished without extra
charge, as if fully described and called for in these specifications and / or shown on plans.

3.4 BYE-LAWS:

3.4.1 The Contractor shall comply with all bye-laws and regulations of local and other statutory
authorities having jurisdiction over the works and shall be responsible for the payment of all fees
and other charges and the giving and receiving of all necessary notices, and keep the Employer
informed of the said compliance with the bye-laws, payments made, notices issued and received.

3.4.2 The Contractor shall indemnify the Employer against all claims in respect of patent rights,
design, trademarks of name or other protected rights in respect of any plant, machine, work or
material used for or in connection with the works or temporary works and from and against all
claims, demands, proceedings, damages, costs, charges and expenses whatsoever in respect
thereof or in relation thereto. The Contractor shall defend all actions arising from such claims,
and shall himself pay all royalties licence fees, damages, cost and charges of all and every sort
that may be legally incurred in respect thereof.

3.4.3. The contractor shall adhere to the provisions of all labour laws and apply the same to the
workers who are all engaged in execution of this work. It shall be the responsibility of the
contractor against any action, claims or demand made by any authorities or labour or any person
under them. The employer is no way responsible for the workers claiming engaged in execution
of this work.

3.5 DRAWINGS & LITERATURE:

3.5.1 Within 21 days of the acceptance of the tender, Contractor shall furnish three (3) prints of
layout, assembly and erection drawings for approval. If any modifications are proposed by the
8
Employer/ four (4) further prints of the modified drawings shall be submitted. No modifications
shall be made in a drawing after it has been approved by the Employer/ Consultant, with
assembly, erection, maintenance, repair and operation of the equipment shall be furnished.
Different parts shall be suitably numbered for identifications and ordering of spare parts.

3.5.2 Approval by the Employer/ Consultant of the drawings shall not relieve the Contractor of
any part of his obligation to meet all the requirements of the Contract or of the correctness of his
drawings. The Contractor shall be responsible for and pay for all alterations of the works due to
discrepancies or omissions in the drawings or other particulars supplied by him whether such
drawings have been approved by the Employer/ or not.

3.5.3 Four (4) copies of a “Comprehensive Manual” for use by the Employer before and during
erection and subsequent operation and maintenance of the plant shall also be furnished after
approval of the contract drawings.

3.5.4 The Contractor shall furnish and install in the machine room a neatly prepared set of
operating instructions, securely framed and glazed and also furnish its tracing.

3.6. PROGRAMME OF WORK & PROGRESS SCHEDULE:

The Contractor shall submit after acceptance of the tender, detailed schedules showing the
programme and the sequence in which the Contractor proposes to carry out the work with dates
and estimated completion times for various parts of the work. Such schedules shall be approved
by the Employer before starting of the work and shall be binding on the Contractor. The
contractor shall furnish fortnightly and other periodical progress reports.

3.7 VARIATION OF WORK:

The Employer shall have full power and authority to instruct the Contractor, from time to time,
during the execution of the work, to make any alterations in, omissions from, additions to, or
substitutions for, the original specification, drawings, designs and instruction that may appear to
him to be necessary or advisable during the execution of the work and the contractor shall be
bound to carry on the work in accordance with any instructions which may be given to him in
writing (in work order book kept at site of work, or by any special letter) and such alterations,
omissions, additions or substitutions shall not invalidate the contractor any altered additional or
9
substituted work which the contractor may be directed to do in the manner above specified as part
of the work shall be carried out by the Contractor on the same condition in all respects, on which
he agreed to do the main work. The difference in cost of such variation shall be added to or
deducted from the contract price, as the case in accordance with the rates applicable in the
Contract. In case these rates are not applicable in the contract they shall be agreed by the
Employer and the Contractor. In the event of any disagreement the Civil Engineer of the
Employer shall fix such prices as shall in his opinion, be reasonable and proper and the same is
binding on the contractor.

3.8 NEGLIGENCE:

If the Contractor shall neglect to execute the work with due diligence or shall contravene the
provisions of the contract, the Employer may give notice in writing to the Contractor calling upon
him to make good the neglect or contravention complained of. If the contractor fails to comply
with such notice within the period specified by the Employer, the Employer shall have the option
and be at liberty to determine the contract and to take the work wholly or in part out of the
Contractor’s hands and complete it either by himself or his agents. The Employer shall then be
entitled to retain and apply any balance sum which may otherwise be then due on the contract by
him to the contractor towards the payment of the cost of execution shall exceed the balance due to
the contractor, the Employer shall be at liberty to dispose of any of the Contractor’s materials or
construction plant that may be at site and apply the proceeds for payment of the difference of such
cost or recover the balance by process of Law.

3.9 INSPECTION & TESTING:

3.9.1 The Employer or his authorized representative shall have full power to inspect the work or
examine the materials and workmanship of the plant at the Contractor’s works or at any place
from which the material or equipment is obtained. Acceptance of any material or equipment shall
in no way relieve the Contractor of his responsibility for meeting the requirement of the
Specifications.

3.9.2 Routine and type tests for the various items of equipment shall be performed at the
Contractor’s/ Manufacturer’s works and test certificates furnished. The Contractor shall permit
the Employer’s authorized representative to be present during any of the tests. After notification
to the Employer that the installation has been completed the Contractor shall make under the
10
direction and in the presence of the Employer/Consultant such tests and inspections as have been
specified or as the Employer/Consultant shall consider necessary to determine whether or not the
full intent of the requirement of the plans and specifications have been fulfilled. In case the work
does not meet the full intent of the specification and further tests shall be considered necessary the
contractor shall bear all the expenses thereof.

3.10 REJECTION OF DEFECTIVE PLANT:

If the completed work or any portion thereof, before it is taken over, be found defective or fails to
fulfil the intent of the specifications, the Contractor shall on receipt of notice from the Employer
forthwith make defective plant good.

Should he fail to do so within a time specified by the Employee, Employer may reject and replace,
at the risk and expense of the Contractor, the whole or any portion of the plant which is detective
or fails to fulfil the requirement of the contract.

The Employer shall have the right to operate all equipment if in operating condition whether or
not such equipment has been accepted as completed and satisfactory. Repairs and alterations shall
be made at such times and as directed by the Employer.

3.11 TAKING OVER:

The plant, after the erection at site shall be taken over by the Employer, when he will have
certified in writing that the plant has fulfilled the contract conditions/obligations.

3.12 CONTRACTOR’S REPRESENTATIVE:

The Contractor shall employ at least one qualified representative whose name shall have
previously been communicated in writing to the Employer to supervise the erection. Any written
order or instructions given to the representative shall be deemed to have been given to the
Contractor. The Employer shall be at liberty to object to any particular representative employed
by the Contractor on the work and the Contractor shall remove the persons objected to on receipt
from the Employer in writing a request requiring him to do so and shall provide in his place
another competent representative acceptable to the Employer.
11
3.13 EXTENSION OF TIME :

If the contractor shall desire an extension of time, for completion of the work, due to any act of
neglect of the Employer or due to some extra work, additions and alterations in original
specifications, designs and drawings ordered during the execution of work, or by strikes, lockouts,
fire, war act or public enemy or by any other reasonable cause, then he shall apply in writing to
the Employer within 7 days from the date of occurrence of the delay.

3.14 LIQUIDATED DAMAGES:

3.14.1 If the Contractor fails to complete the work within the stipulated time of completion or
within any agreed extension of time, the Contractor shall pay penalty at the rate of ½% (Half per
cent) of the contract value for each week the work remains uncommenced and incomplete. The
total penalty under their clause shall, however, not exceed 5% (five percent) of the contract
value.

3.14.2 The terms and conditions mutually agreed upon shall be subject to Force Majeure. Neither
the Contractor, nor the Employer shall be considered to be in default in the performance of its
obligations, if such performance is prevented or delayed because of war, hostilities, revolution,
civil commotion, strike, epidemic, accident, fire, flood or because of any law, order, proclamation,
regulation or ordinance of any Government or if any act of God or of any other cause whether of
similar or dissimilar nature beyond the reasonable control of the party effected, provided notice of
any such cause is given within 7 days from the happening of the event. Should one or both the
parties be prevented from fulfilling his/their contractual obligations by a State or Force Majeure
lasting continuously for a period of six month, the two parties should consult, with each other
regarding the further implementation of the contract.

3.15 GUARANTEE & DEFECTS LIABILITY PERIOD:

3.15.1 The contractor shall guarantee that the complete installation including all equipment shall
be free from any defect due to defective materials and bad workmanship and that the
equipment/system shall operate satisfactorily and the performance and deficiencies of the
equipment/system shall not be less than the guaranteed value. The guarantee shall be valid for a
minimum period of 12 months after taking over and any parts found defective shall be replaced
free of all costs by Contractor. The services of the Contractor’s personnel, if requisitioned during
12
this period for such work shall be made available free of any cost to the Employer. If it is
necessary to send the defective equipment or parts for repair/replacement, cost from the site to
works and back shall be borne by the contractor.
3.15.2 If the defects be not remedied within a reasonable time the Employer may proceed to do so
at the Contractor’s risk and expense without prejudice to any other rights.

3.16 INSURANCE:

Until the work is ‘Takeover’ under such clause by the Employer, the Contractor shall keep insured
such works as may be upon the site against all risks viz., fire, flood, lighting, earthquake, tempest,
theft, strikes, riot or civil commotion for the value thereof and shall produce documentary
evidence in support of the same whenever required by the Employer. All moneys received against
such insurance policies shall be applied towards the rectification and/ or replacements of the
works so damaged. The provision of this clause shall be applicable without prejudice to the
liability of the Contractor under other provisions of the Contract.

3.17 TERMS OF PAYMENT:

3.17.1 The Employer shall pay to the Contractor in the following manner, the contract
price unless agreed upon otherwise between the contractor and Employer :
i. 10% of the contract value shall be paid as advance on signing of the contract /
Agreement subject to the Contractor furnishing a Bank Guarantee valid for 12 calendar
months for an equivalent amount
ii. 75% of the contract value against delivery on pro-rate of the equipment and
components delivered at site in perfect condition and conforming to the specifications,
within 4 days of receipt of material at site.
iii. 10% of the contract value on completion of erection, tests, commissioning and
handing over of the plant/ installation/ system after deducting any amount due to the
employer from the contractor.
iv. Balance 5% after completion of the guarantee period (12 months from the date
of commissioning / handing over of the Plant).

3.18 SECURITY DEPOSIT :


The contractor whose tender is under consideration shall attend the office before the end of the
period specified by written intimation to him. If the contractor fails to attend the office, before the
end of the specified period his tender will not be considered. He shall forthwith upon intimation
13
being given to him on acceptance of his tender by the officer, duly authorized in this behalf, here
in after called the tender accepting authority, make security deposit of 2% of value of contract, in
the form prescribed by department (i.e.) by taking into account/the amount of Earnest money
deposit, already with the tender, it would be sufficient to pay the balance amount to make up 2%
of the value of contract for the purpose of security deposit. The security deposit together with
Earnest Money Deposit and the deduction to be made at 5% of the value of each bill towards
withheld amount shall be retained as security deposit for the fulfilment of contract and such
deposit shall not bear any interest.

3.19 TRAINING OF PERSONNEL:

Necessary staff for the project shall be trained by the successful tenderer for operating the plant.
The personnel will be associated with and trained during the erection, testing commissioning a
start-up period and the training tenure shall extend to a period of 2 weeks from the date of
commissioning and start-up. During this period, necessary training may have to be started at
contractor’s / manufactures works.

3.20 CLEAN UP OF WORK SITE:

During erection the Contractor shall at all times keep the working and storage areas free from
waste or rubbish. On completion of erection, he shall remove all structures, debris and leave the
premises in a satisfactory condition.

3.21 ARBITRATION:

3.21.1 In case of any dispute between the Employer and the Contractor, the matter shall be
referred to the sole arbitration to the Registrar of Cooperative Societies, Chennai or any person
nominated by him. The award of arbitrator so appointed shall be final, conclusive and binding on
all parties to this Contract. The arbitrator shall give reasons for the award.

3.21.2 It is agreed that the Contractor shall no delay the carrying out of the work by reason of any
reference to arbitration and shall proceed with the work with all one diligence and shall until the
decision of the Arbitrator, abide by the decision of the Employer duly conveyed to him.

Contractor Civil Engineer


14
4.0 TENDER FORM

(To be submitted in duplicate along with all Annexure as specified in the Tender documents)

To
The Managing Director
Tamil Nadu Cooperative Marketing Federation Ltd,
91 St.Mary’s Road
Madras – 600 018.

Sub : Tender for Modernisation of Cold Storage unit at Koyambedu, Chennai

Dear Sir,

I/We have read and examined the following documents relating to the Modernisation of Cold
Storage unit at Koyambedu, Chennai

Notice inviting tender


Instructions to Tenderers
General Conditions of Contract
Technical specifications
Schedule of equipment/material
Drawings/plans

2. I/ We hereby tender for execution of the works, covering the Modernisation of Cold Storage
unit at Koyambedu, Chennai, upon the terms and conditions contained or referred to therein and
in accordance with the specification, designs, drawings and other-relevant details, on indivisible
works contract basis inclusive of all taxes, duties, levies, freight, free delivery at site,
installation/fixing, testing and commissioning.

3. In consideration of I/We being invited to tender, I/We agree to keep the tender open for
acceptance for 3 (three) months from the due date of submission thereof and not to make any
modification its terms and conditions which are not acceptable to the Managing Director,
TANFED, Chennai – 18.
15

4. A Demand Draft_____________________________Dated__________________________
for Rs.________________Payable at____________________________________________
in favour of the Managing Director, TANFED, Chennai – 18 in payment of earnest money is
forwarded herewith. If I/We fail to keep the tender open as aforesaid, or make any modification
in the terms and conditions of the tender which are not acceptable to the Managing Director,
TANFED, Chennai – 18. I/We agree that the Managing Director, TANFED, Chennai – 18 shall
without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money
absolutely. Should this tender be accepted, I/We hereby agree to abide by and fulfil all the terms,
conditions and provisions of the aforesaid documents.

5. If, after the tender is accepted, and I/We fail to commence the execution of the works as
provided in the conditions, I/We agree that the Managing Director, TANFED, Chennai – 18 shall
without prejudice to any of their right or remedy be at liberty to forfeit the said earnest money
absolutely.

SIGNATURE ____________________________________
DESIGNATION__________________________________
COMPANY _____________________________________
______________________________________________
DATE _________________________________________

(Company Seal)
16
 
5. DESCRIPTION OF PROPOSED WORK 
 
5.1 Status of the existing unit
• The location of unit is strategically good with good approach road and infrastructural
facilities. The area has a wholesale market from where vegetables, fruits and flowers are
distributed for retail sale in the city of Chennai.
• The insulation of the cold store has become defective leading to ineffective temperature
control.
• The unit requires to be modernized to maintain specific temperatures for specific products
for improving shelf life.
• The tariff charged at present may be increased by offering better amenities to customers.
• Cost of operation will come down on account of modernisation
• Efforts need to be taken for full capacity utilization.
• The technology adopted in the present storage is outdated. The thermocol insulation has
lost its ‘K’ value and has become ineffective, resulting in poor temperature management.
• The unit has only two chambers and suitable for storing only bulk commodities. Product
specific temperature and RH maintenance is not possible and hence leads to poor shelf
life of products. As a result the occupancy level in the storage is less than 50% only.

5.2 Proposed modernization : 

• Creation of multi chambers : Proposed to create ten chambers as against the present
two chambers thereby facilitating storage of multiple commodities.
• Strengthening of insulation : Insulating the chambers with prefabricated sandwiched
PUF panels for walls, ceiling and partitions. Further, insulated sliding doors will replace
the existing swing doors.
• Installation of temperature and humidity control systems : Proposed to be installed
temperature and humidity control system in each chamber so as to maintain different
temperatures & RH according to the need of the commodity stored.
• Automation & reconditioning of the refrigeration system : The existing Ammonia
refrigeration system will be revamped. The existing atmospheric type condenser needs to
be augmented with 4 additional coils and the existing evaporator control system will be
used incorporating additional 6 Nos of TR coolers. The entire refrigeration control system
and pipes & fittings will be replaced for effective operation. The monitoring of
17
temperature in each chamber, hours of operation of compressor and the defrosting
operation will be done through the microprocessor based controls locally in front of each
chamber and also through the computer kept in manager’s room.
• Inventory management system : Computerised inventory management system is
proposed to ensure transparency in operations and gain customer confidence.
• Logistics : Hitherto, product movement within the storage was done manually. It is
proposed to use trolleys to move the commodities from the trucks to the cold storage in
ground floor. From 1st to 6th floor, the movement will be through lifts.

  5.3 Purpose and objective of the modernisation work 

The main purpose of modernization is to create product specific chambers particularly for
apple, potato, dry chilli, orange, etc. which require varying dry bulb temperatures & relative
humidity. Besides ethylene concentration in case of apple, CO2 concentration in case of potato,
orange etc., should be taken into consideration which necessitates creation of product specific
chambers to maintain quality of produce as well as long storage life.

 
5.4 Technology  
 
The present plant has a vapour compression refrigeration system with Anhydrous NH3
(Ammonia) as refrigerant. The cooling system is a gravity fed one, i.e. evaporation of low
pressure NH3 within cooling coils take place by flow of NH3 under gravity only. The
evaporator coils are of flooded types. The present system is greatly handicapped by absence of
any liquid arresting device. The plant is therefore being operated by very low suction pressure
which leads to much lower COP (Coefficient of performance) than that attainable by the
existing refrigeration system.

The modernization will ensure much higher COP by maintaining the condensing pressure as
low as possible and maintaining the evaporating temperature of NH3 as high as possible. The
maximum evaporating temperature to be attained depends on RH (Relative Humidity) to be
maintained in that particular chamber say, for example in case of apple with RH at 95%,

evaporating temperature should be 4.5⁰C less than the return air temperature to coil. In case of
18

potato with RH 92-93%, evaporating temperature of NH3 should be 5⁰C less. To do away with

all the present problems, latest technology employing liquid overfeed system with liquid
recirculation has been proposed so that the plant operates at maximum possible COP. A
fundamental benefit of liquid recirculation is the improvement of heat transfer coefficient on
the refrigerant side of the evaporator. This improvement is attributable to improved wetting of
refrigerant side surfaces and increasing the velocity of the refrigerant.

A measure of the extent of overfeed is called the circulation ratio.


Refrigerant flow rate supplied to evaporates
Circulation ratio = -------------------------------------------------------------------
Flow rate of refrigerant vaporized

In the proposed system circulation ratio of 4:1 has been considered. The advantages of liquid
overfeed system with pump recirculation over those operating with evaporators fed directly
from high pressure receiver as in the present system are:
• More effective use of evaporator heat transfer surface
• The refrigerant entering the compressor remains close to the saturated vapour conditions.
The separating vessel i.e. L.P. (low pressure) Receiver protects the compressor from
receiving liquid in the vapour and the vapour possesses practically no superheat.
• Flash gas is removed in the machine room through L.P. Receiver rather than having it
appear after the expansion valve of each evaporator. The pressure drop of the refrigerant in
the evaporator tubes can thereby be reduced.
• Valves controlling the liquid feed to evaporator receive liquid at a uniform pressure
regardless of condensing pressure. An expansion valve fed with liquid directly from the
condenser experiences high feed pressure in summer and a low one in winter. In a liquid
recirculation system, the pump provides the same pressure all year round.
 
5.5   Temperature & Humidity Requirements 
 
19
Sl. Commodity Relative humidity (%)
No.
Dry bulb temp (⁰F)

1. Apple 90

32 ⁰F ± 1⁰F - 0⁰F

2. Potato 90-95

32 ⁰F ± 1⁰F

3. Dry chilly 85

45 ⁰F ± 1⁰F

4. Dates 85

36 ⁰F ± 1⁰F

5. Orange 90

39 ⁰F ± 1⁰F

6. Pulses 75-80

59 ⁰F ± 1⁰F

 
5.6  Chamber Allocation  
 
Mainly lighter weight products are proposed to be stored in the top tier. Apple & Orange
weighing around 18 kg for each carton & dry chilli having 35 kg each bag are proposed to be
stored in the top tier. Dates, & pulses & Potato having much higher weight will be stored in the
lower tier. This will reduce manual labour to some extent.
 
5.7 INSTALLED CAPACITY AND CAPACITY UTILISATION

The existing cold storage having 2 (two) chambers is proposed to be converted into multi-
commodity cold storage having 8 (eight) chambers with 4 (four) chambers in each tier of 6.90 m
height. Besides 2 (Two) small chambers have been proposed utilising the space in the passages.
20
The chamber wise list of commodities proposed to be stored along with size of chambers and
effective storage capacity of each chamber is furnished in the table below:

Table : 5.1 Chamber wise allocation of commodities

Bottom Tier: Dimensions Commodity - effective


Average storage 
capacity
period (months) 
Chamber No 1 15.3m X 10.4m X 6.90m ht. 12.0  Apple – 215 mt.
Chamber No 2 15.3m X 10.4m X 6.90m ht. 7.0  Dates – 450 mt.
Chamber No 3 15.3m X 8.1mX 6.90m ht. 4.5  Potato – 275 mt.
Chamber No 4 13.3m X 8.1m X 6.90m. ht. 7.0  Pulses – 300 mt.
TopTier:  
Chamber No 5 15.3m X 10.4m X 6.90m ht. 12.0  Apple – 215 mt.
Chamber No 6 15.3m X 10.4m X 6.90m ht. 12.0  Apple – 215 mt.
Chamber No 7 15.3m X 8.1mX 6.90m ht. 7.0  Dry Chilli – 125 mt.
Chamber No 8 13.3m X 8.1m X 6.90m. ht. 7.0  Dry Chilli – 125 mt.
Bottom Tier:  
Chamber No 9 12.3m X 3m X 4.6m ht. 3.0  Dates – 50 mt.
Chamber No 10 12.3m X 3m X 4.6m ht. 7.0  Orange – 35 mt.

Indian apples are generally loaded from September to December and foreign apples are loaded
from January to July with peak loading in May. Potatoes are loaded in March. Dry chilli is loaded
from March to May. Dates are mostly loaded from February to April, but however, available for
storage, throughout the year. Pulses are generally loaded from March to early May, however,
available throughout the year. For daily loading of apple, potato, dry chilli, dates pulses, orange

d.b.t. (dry bulb temperature) of the chamber will have to be maintained at maximum 40⁰F, 50⁰F,

55⁰F, 45⁰F, 65⁰F & 45⁰F, respectively prior to next day’s loading operations.
21
The dry bulb temperature & RH of the items to be maintained throughout the storage period is
given in the table below.
Table : 5.2: Storage parameters of commodities

Sl. No. Item Dry Bulb temperature Relative humidity (%) Storage life

1. Apple 95% 6-7 months

32⁰F ± 1⁰F

2. Potato 90-95% 9 months

35⁰F ± 1⁰F

3. Dry Chilli 85% 9-10 months

45⁰F ± 1⁰F

4. Dates 85% 8-9 months

36⁰F ± 1⁰F

5. Pulses 75-80% 12 months

60⁰F ± 1⁰F

6. Orange 90% 4 months

39⁰F ± 1⁰F
22

Apple: It has been u n d e r s t o o d that there is a huge potential for storage of Indian and
imported varieties of Apple throughout the year. Accordingly, three chambers (I, V & VI)
having a total effective storage capacity of 645 Mt has been allocated.

Potato: Chamber allocation of 275 MT has been made for Potato. Potato is loaded from
February to April and is generally released to the market during July to August. During the
remaining period, Eggs/ Dairy products can be stored, which is available for storage throughout
the year.

Dates: Chamber allocation of 450 MT has been made for Dates. Dates are mostly loaded from
February to April, but however, available for storage throughout the year.
Pulses : Pulses are available for storage throughout the year. Chamber allocation of 300MT has
been made for the commodity.
Dry Chillies/Tamarind: Dry chillies /Tamarind are generally loaded from March to May and are
released during October to December. Two chambers of 125 MT each have been allocated for
the commodities.
Orange: A separate chamber of 35 MT has been carved out from the passage space to cater to the
niche market available for the fruit. Though Orange is available for storage only during January
to March, Spices and dates can be stored in the chamber during the remaining period of the year
to effectively utilise the storage space.

5.8 Plant and Machinery 
 
The Machinery to be replaced/ modernised in the proposed plant will be indigenous and will
be purchased from reputed company/ firm. The major machinery/ electrical components will
be installed as per the ISI guidelines and as per the heat load requirement. The selection
of plant and machinery is based on the requirement of maximum cooling load in terms of
tones of refrigeration. The components of the cooling load for the cold chamber may be
selected according to the following items:

1. Heat transmission through the structure.


2. Infiltration of air leakage into the space.
3. Heat transmission from the occupants
4. Heat from the fan, motor, lighting etc.
5. Product load, i.e., heat to be extracted from the produce.
23

The modernisation package includes the following new equipment / addition to equipment.
• The existing atmospheric condenser is proposed to be expanded by 4 (four) additional
horizontal stacks. Also superheat gas flow to condenser coils will be perfectly balanced
to ensure uniform flow of superheated vapour to each stack.
• Liquid overfeed system with pump recirculation with one LP Receiver, canned NH3
pump and host of valves & controls will be installed in the machine room.
• New air cooling units of latest specifications are proposed for Apple & Orange
chambers, whereas 8 (eight) out of 10 (ten) existing ACU’s (Air condensing units) will
be utilized for other chambers. Air cooling units have been selected on the basis of peak
heat load requirement of each product.
• Suction line pipe size will have to be changed. Liquid line pipe sizes also will require
change. In liquid overfeed system both suction & liquid line pipes shall be of higher size.
• The entire liquid lines & suction lines will be properly insulated.
• A new 7.5 hP Grundfoss make centrifugal pump set having discharge of 440 USGPM at
total head of 12 meters is proposed to be installed which will cater to peak heat load
including superheat load in place of existing 10 hP pump set.

5.9 Utilities 

The existing arrangement for water and power shall be sufficient for the modernised
plant. The electrical connected load details are given in the table below:

CONNECTED LOAD 
     
Equipment  Load in hP Load in kW 
Compressor  60 45 
AHUs  7.5 6 
Ammonia pump  4 3 
Lighting load  5 4 
Fans  1 1 
Humidifiers (6)  2 1 
TOTAL  78 58 

The existing power supply arrangement through the dedicated H T power


connection from the Tamil Nadu State Electricity Board is found adequate for running the
24
modernised plant. Though there is uninterrupted power supply, the existing DG set shall take
care during power outages/ power cuts.
25

6.0 REFRIGERATION WORKS

6.1 SCOPE OF WORK:

6.1.1 Proposed Refrigeration System:

The proposed refrigeration system differs widely from the present system. The present system
is of flooded one with gravity feed only i.e. L.P. Liquid NH3 after expansion flows through the
cooling coils by gravity only. The new system will incorporate liquid overfeed system where 4
times higher flow of L.P. Liquid than in case of gravity flow will take place through the
cooling coil by canned NH3 pump. The proposed system will ensure higher COP (Coefficient
of Performance)

6.1.2 Work details:

• The existing atmospheric NH3 condenser will be expanded by 4 (four) horizontal rows of
12 pipes high. To ensure uniform distribution superheated NH3 vapour throughout
condenser coils, rearrangement of inlet and outlet headers is proposed. A drawing for the
same is enclosed.

• The existing 2" Nb line from compressor discharge to condenser inlet is to be

• changed to 2 1/2" NB

• One manually operated Non-condensable gas & air purger is to be installed over the HP
Receiver. The outlet of purger will be connected to the inlet of LP Receiver

• LP Receiver will have to installed in the machine room with canned NH3 pumpset placed
beneath the receiver in such a way that NPSH (Net Positive suction head) is maintained at
1.5 metres min.

• Liquid line from the H.P. Receiver will be connected directly to L.P. Receiver via solenoid,
expansion valve etc.

• Common outlet LP Liquid line from pump outlet will be divided into two lines each for
bottom & top tiers. Afterwards single LP Liquid line will enter into each chamber via flow
control valve meant for that chamber.

• Air cooling units will be either wall mounted or placed on structural supports. ACU'S will
be placed at least 2' to 2'6" distance from the wall and 6' to 8" distance from the top ceiling
8 (eight) existing ACU'S out of 10 (ten) will be utilised.
26
• One suction line from each chamber i.e. 10 (ten) suction lines will converge in the machine
room to new suction header. Arrangement of suction distribution is made in such a way
that low temperature chambers & high temperature chambers will be connected to separate
suction sub-headers. For case of operation one back pressure valve is proposed to be
installed in higher temperature common suction line.

• Ethylene/Co2 exhaust system will have to be installed in Apple & Potato chambers.
Suitable size ducts will be installed within the air gap thus leading to a common duct which
will be connected to Axial flow fan outside the chamber via insulated damper.

• Nitrogen charging inlet will be placed in the Ground floor of the corridor to cater to 3 Nos
Apple chambers only.

6.2 SAFETY MEASURES:

• As NH3 gas present in the existing plant will have to be retained safety measures must be
strictly followed as detailed here-under

• LP receiver and air purger must conform to section VIII of ASME boiler & pressure vessel
code. The vessel must be hydrostatically tested at 21 kg/cm2g

• No open flame should be applied near the work place.

• One or more gas masks should be kept ready outside the plant room or near the workplace.

• A drum filled with water should always be kept as near as possible to the worksite.

• All pipe joints should be readily accessible.

• All refrigeration piping should be supported by means of hangers, bracket straps, clamps
etc. in such a manner as to relieve joints of harmful strains and vibrations.

• Emergency discharge line should be erected connecting directly on top of the H.P.
Receiver. The emergency valve should be placed in this line outside the machine room.

• The safety valve placed on H.P. Receiver must be properly to tested so that it opens up at
250 lbs/in g. A pipeline connected with safety valve should open up to the condenser tank.

• While charging, a gauge should be provided in the charging line after NH3 cylinder. This
gauge pressure should not exceed the discharge pressure at which the compressor has to
work.
27

6.3 RELVANT IS CODE DETAILS

• Testing of physical conditions of cold storage should be in accordance with IS:7250-1974.

• Screwed globe valves & check valves should be supplied as per IS11132-1985

• Specification of Anhydrous NH3 should be as per IS 662-1980

• Safety code for mechanical refrigeration should be as per IS660-1963

• Weld -in-valve should conform to ANSI 13-65

• Colour identification of refrigerant pipelines shall be in accordance with colour


identification given in IS:2379-1963

6.4 TESTS/QUALITY CHECKS DURING EXECUTION/COMMISSIONING

• Pipe faces for welded joints must be properly cleaned with perfect edge preparation.
Welding should be done by Advani Overchord-SS or ESAB Vordian grade electrodes at
site.

• Piping shall be arranged and supported with consideration to vibration particularly.

• Piping system should be arranged and supported so as to withstand reaction forces due to
liquid propelled by high velocity vapour resulting from sudden reduction in pressure in the
suction system.

• Sufficient space should be provided between suction line pipes for provision of insulation.

• Air Cooling units in a particular chamber must be properly levelled (i.e. liquid headers
must be in line

• LP Receiver should be supported on pillars properly levelled. NH3 pumpset should be


installed 1.5m below the receiver (Pump centre to receiver bottom)

• Suction line pipes after air cooling units should be sloped towards the LP receiver in the
machine room.

• Both high side and low side of the refrigeration syction will have to be subjected initially to
air pressure of 25kg/cm2g and 16kg/cm2g respectively. Air pressure up the 16-17 kg/cm2g
will be available from existing slow speed compressor. Then nitrogen should be charged to
increase the air pressure up to 25kg/cm2g. All joints should be checked by using surf water
thus showing leaks. After completion of testing of the entire system in this fashion, all pipe
28

joints should be leak proof.

• However for further precautions, slight NH3 should be charged segment wise with pressure
raising up to 16-18 kg/cm2g when sulphur placed on a small pan are taken towards each
pipe joint. Even in case of minutest leakage, white fumes will be observed thus pointing the
leak. By carrying out such test procedures as detailed above the entire refrigeration system
can be made perfectly leak proof.

6.5 LIST OF SUPPLIERS/MANUFACTURES OF MAIN ITEMS

SL. NO. ITEM MANUFACTURER/ SUPPLIERS

1.0 M.S. "H"/"M" Class Steel pipes Black TATA / TI

2.0 G.I. Pipes TATA / JINDAL

3.0 Air Cooling Units with square pitch (Preferably) Alfa Laval /Star Cooler

4.0 Ammonia (NH3) Controls Manick Engineers, Pune, Parker

5.0 Instruments Manick Engineers, Pune, Honeywell

6.0 Condenser Pump set Grundfoss/ KSB

7.0 NH3 Pump Hydrodyne, Mumbai, Kirloskar

8.0 Humififer AC humid in Delhi,

9.0 NH3 Valves, welded type only Dhiren Engineer, Mumbai, Danfoss

10.0 Water line valve ISI Marked

11.0 Axial flow fan Nadi/Marathon


29

7.0 CIVIL WORKS


 
7.1 SCOPE OF WORK

In general in repairing and rehabilitating the corrosion affected reinforced concrete members,
various options in terms of techniques and repair materials are available for executing repair jobs.
Selecting a more appropriate repair material and repair methodology is very important to achieve
durable, effective and economic repairs.
The rehabilitation on account of corrosion of rebar is not one time process and it is being carried
out periodically and the period varies with respect to different structures. Nevertheless, there are
many anti corrosive coatings in the market and their performance varies with respect to different
environment in which it is used. As the corrosion reoccurs after a period of time, the entire
rehabilitation methodology, viz., chipping the cover concrete, cleaning the rebar, providing anti
corrosive coating, provision of water tight formwork, additional reinforcement with shear
connectors, micro concreting, curing has to be once again repeated leading to the facility not
being put to use during the period.
Hence in the present project proposal sufficient care has been taken to address the issue as the
structure environmental condition is such that the members undergo always wet & dry cycles
alternatively which will be contusive atmosphere for the corrosion of rebars.

Item number 4 : Polymer modified mortar


Normally cement mortar shrinks and as it shrinks the shrinkage cracks acts as port of the external
pollutant to penetrate and corrode the rebar. Thus the addition of polymer to the cement matrix,
these plastic shrinkage cracks are avoided and thus the penetration of pollutants are avoided.

Item No. 5 : Micro concrete


In this case also same as the above the micro concrete is non shrink free flow and being done with
very low water powder ratio. Thus it results in high strength and also highly impervious.
In addition to the same shear connectors are provided to transfer the stress of the newly provided
rebars to the concrete thus acting monolithically. Zinc based anti corrosive coating is being
suggested to have better performance since it is metallic based.
Epoxy based jointing compound di suggested to make the old and new micro concrete to have a
perfect bond thus it behaves single element. In addition to this these epoxy coatings asct as
chloride ion barrier to arrest the penetration of chloride ions fom the core concrete to the newly
placed micro concrete.
Corrosion acts like a disease, often compared to cancer and must therefore be treated before it
30
become a significant problem resulting in premature failure of structural elements. Repairs and
rehabilitation in many situations accentuate corrosion in the reinforcing steel adjacent to the
repair area. This phenomenon is often referred to as “Ring Anode”, or “Patch Accelerated”
corrosion. Ring anode corrosion results from electrochemical incompatibilities between the repair
and the original concrete substrate. Differences between the repair base concrete can create
electrical potentials. This difference in electrical potentials, drive new corrosion cells across the
interface between the substrate and patch. As the governing factors which can lead to corrosion
problems, include differences in chloride ion content, pH value of concrete , permeability of even
different types of reinforcing steel which are coupled together. These factors may lead to
accelerated corrosion in the repair itself, but more often results in deterioration of the concrete
adjacent to the repair. The rate of deterioration of the structural elements due to ring anode
corrosion is dependent upon the same factors which normally controls the overall rate of
corrosion. These includes
• amount and difference in chloride content
• moisture availability
• temperature and
• permeability of the concrete.

Self Sacrificial Embedded Galvanic Anodes are galvanic devices designed to neutralize or slow
down new corrosion cells, which would otherwise develop around a patch, there by extending the
services life of the repair. These discrete units are designed to be attached to the rebar and
incorporated within the patch repair. Based upon many of the same principles used for protecting
pipelines and ships from corrosion, these anodes are “sacrificial” in nature. The anodes take
advantage of the natural galvanic differences which exist between different metals.
Finally it is suggested to protect the concrete also by providing the acrylic and aliphatic based
protective coating, which is resistance to chloride, carbon dioxide and other pollutants.

In total the care has been taken keeping in mind that once the plant start running the shut down
would cost heavily and also to extent the service life of the structure.

 
7.2 SPECIAL CIVIL TREATMENTS : 

In case of repairs and rehabilitation corrosion affected reinforced concrete members, various
options in terms of techniques and repair materials are available for executing repair. Selecting
an appropriate material and methodology is very important to achieve durable, effective and
economic repairs/ renovation. The rehabilitation on account of corrosion of rebar is not one time
31
process and it is being carried out periodically and the period varies with respect to different
structures. Nevertheless, there are many anti corrosive coatings in the market and their
performance varies with respect to different environment in which it is used. As the corrosion
reoccurs after a period of time, the entire rehabilitation methodology, viz., chipping the cover
concrete, cleaning the rebar, providing anti corrosive coating, provision of water tight formwork,
additional reinforcement with shear connectors, micro concreting, curing has to be once again
repeated leading to the facility not being put to use during the period. Hence in the present
project proposal sufficient care has been taken to address the issue as the structure
environmental condition is such that the members undergo always wet & dry cycles alternatively
which will be a conducive atmosphere for the corrosion of rebars.

   
Polymer  modified  mortar  treatment: Normally cement mortar shrinks and the
shrinkage cracks acts as port for external pollutants to penetrate and corrode the rebar. By
addition of polymer to the cement matrix, these plastic shrinkage cracks are avoided and thus the
penetration of pollutants is avoided. Detailed product specifications are given in Appendix I.
 
Micro concrete : It is a non-shrink free flow material, done with very low water powder ratio.
This results in high strength and is also highly impervious. Detailed product specifications are
given in Appendix II.
 
Shear connectors: These are provided to transfer the stress of the newly provided rebars to
the concrete, thus acting monolithically. The detailed product specifications are given in
Appendix III.
 
Zinc  based  anti­corrosive  coating: This is being suggested to have better performance
since it is metallic based. Detailed product specifications are given in Appendix IV.
 
Epoxy  based  jointing  compound: This is suggested to make the old and new micro
concrete to have a perfect bond to behave as a single element. Besides, these epoxy coatings act
as a chloride ion barrier to arrest the penetration of chloride ions from the core concrete to the
newly placed micro concrete. Corrosion is like a disease, often compared to cancer and must
therefore be treated before it becomes a significant problem resulting in premature failure of
structural elements. Repairs and rehabilitation in many situations accentuate corrosion in the
reinforcing steel adjacent to the repair area. This phenomenon is often referred to as “Ring
Anode”, or “Patch Accelerated” corrosion. Ring anode corrosion results from electrochemical
32
incompatibilities between the repair and the original concrete substrate. Differences between the
repaired base concrete can create electrical potentials. This difference in electrical potentials,
drive new corrosion cells across the interface between the substrate and patch. The governing
factors leading to corrosion includes differences in chloride ion content, pH value of concrete,
permeability of even different types of reinforcing steel coupled together. These factors may
lead to accelerated corrosion in the repair itself, but more often results in deterioration of the
concrete adjacent to the repair, as well. The rate of deterioration of the structural elements due to
ring anode corrosion is dependent upon the same factors which normally controls the overall rate
of corrosion. These includes
• amount and difference in chloride content
• moisture availability
• temperature and
• Permeability of the concrete.
The detailed product specifications are given in Appendix V.
 
Self­Sacrificial  Embedded  Galvanic  Anodes: These are galvanic devices designed to
neutralize or slow down new corrosion cells, which would otherwise develop around a patch,
there by extending the service life of the repair. These discrete units are designed to be attached
to the rebar and incorporated within the patch of repair. Based upon many of the same principles
used for protecting pipelines and ships from corrosion, these anodes are “sacrificial” in nature.
The anodes take advantage of the natural galvanic differences which exist between different
metals. Detailed product specifications are given in Appendix VI.

Acrylic  and  Aliphatic  based  protective  coating: To protect the concrete also by
providing this coating , which is resistance to chloride, carbon dioxide and other pollutants.
Detailed product specifications are given in Appendix VII.

7.3 DETAILED TECHNICAL SPECIFICATIONS

EARTH WORK

All excavation operations manually or by mechanical means shall include excavation and ‘getting
out’ the excavated materials. In case of excavation for trenches, basements, water tanks etc.
‘getting out’ shall include throwing the excavated materials at a distance of at least one meter or
half the depth of excavation, whichever is more, clear off the edge of excavation. In all other cases
33
‘getting out’ shall include depositing the excavated materials as specified. The subsequent
disposal of the excavated material shall be either stated as a separate item or included with the
items of excavation stating lead. In case the excavation is done wider than that shown on the
drawings or as required by the Engineer-in-Charge/PMC , additional filling wherever required on
the account shall be done by the contractor at his own cost.

REINFORCED CEMENT CONCRETE WORK

Reinforced cement concrete work may be cast-in-situ or Precast as may be directed by Engineer-
in- Charge/PMC according to the nature of work. Reinforced cement concrete work shall
comprise of the following which may be paid separately or collectively as per the description of
the item of work.
(a) Form work (Centering and Shuttering)
(b) Reinforcement
(c) Concreting: (1– Cast-in-situ), (2 – Precast)

MATERIALS

Water, cement, fine and coarse aggregate shall be as tested if required based on the advice of the
consultant and the following procedure need to be followed:

(a) The concrete mix design shall be done as “Design Mix Concrete” as prescribed in clause-9 of
IS 456.
(b) Concrete shall be manufactured in accordance with clause 10 of above mentioned IS 456
covering quality assurance measures both technical and organizational, which shall also
necessarily require a qualified Concrete Technologist to be available during manufacture of
concrete for certification of quality of concrete.
(ii) Minimum M -25 grade of concrete shall be used in all structural elements made with RCC
both in load bearing and framed structure.
(iii)If necessitated due to low water/binder ratio, required workability shall be achieved by
use of chloride free chemical admixtures conforming to IS 9103. The compatibility of
chemical admixtures and super plasticizers with each set OPC, fly ash and /or PPC
received from different sources shall be ensured by trials.
(iv) Wet curing period shall be enhanced to a minimum of 10 days or its equivalent. In hot &
arid regions, the minimum curing period shall be 14 days or its equivalent.
34
Steel for Reinforcement

The steel used for reinforcement shall be any of the following types:
(a) Mild steel and medium tensile bars conforming to IS 432 (Part I)
(b) High strength deformed steel bars conforming to IS 1786
(c) Hard drawn steel wire fabric conforming to IS 1566
(d) Structural steel conforming to Grade A of IS 2062
(e) Thermo-mechanically treated (TMT) Bars.

Elongation percent on gauge length is 5.65 A where A is the cross sectional areas of the test piece.

Mild steel is not recommended for the use in structures located in earthquake zone subjected to
severe damage and for structures subjected to dynamic loading (other than wind loading) such as
railway and highway bridges.

Welding of reinforcement bars covered in this specification shall be done in accordance with the
requirements of IS 2751.

Nominal mass/weight: The tolerance on mass/ weight for round and square bars shall be the
percentage of the mass/ weight calculated on the basis that the masses of the bar/ wire of nominal
diameter and of density 7.85 kg/ cm3 or 0.00785 kg/mm3.

Tests: Selection and preparation of Test sample. All the tests pieces shall be selected by the
Engineer-in- Charge or his authorized representative either-
(a) From cutting of bars Or
(b) If he so desires, from any bar after it has been cut to the required or specified size and the test
piece taken from and any part of it.
In neither case, the test pieces shall be detached from the bar or coil except in the presence of the
Engineer-in-Charge/PMC or his authorized representative.
The test pieces obtained in accordance with as above shall be full sections of the bars as rolled and
subsequently cold worked and shall be subjected to physical tests without any further
modifications. No deduction in size by machining or otherwise shall be permissible. No test piece
shall be enacted or otherwise subject to heat treatment. Any straightening which a test piece may
require shall be done cold.
35
Tensile Test: 0.2% proof stress and percentage elongation –
This shall be done as per IS 1608, read in conjunction with IS 226.

Rebend test: This shall be done as per IS 1786.


Chemical composition of reinforcement bars shall be done if required based on the advice of the
consultants.

The TMT bars shall conform to IS 1786 pertaining to Fe 415 D or Fe 500 D or Fe grade of steel as
specified. In design and construction of reinforced concrete building in seismic zone III and
above, steel reinforcement of Grade Fe 415 D shall be used. However, high strength deformed
steel bars, produced by thermo mechanical treatment process of grade Fe 415, Fe 500 and Fe 550
having elongation more than 14.5. % and conforming to other requirements of Fe 415 D, Fe 500
D and Fe 550 D respectively of IS 1786 may also be used for reinforcement. In future, latest
provision of IS 456 and IS 13920 or any other relevant code as modified from time to time shall
be applicable.

Stacking and Storage

Steel for reinforcement shall be stored in such a way as to prevent distorting and corrosion. Care
shall be taken to protect the reinforcement from exposure to saline atmosphere during storage,
fabrication and use. It may be achieved by treating the surface of reinforcement with cement wash
or by suitable methods. Bars of different classifications, sizes and lengths shall be stored
separately to facilitate issue in such sizes and lengths to cause minimum wastage in cutting from
standard length.

Identification

Care shall also be taken to properly identify these bars at site. The staff shall be specially trained
for looking for identification marks on these bars given by the manufacturers which are generally
given colour code. It will be advisable to see that only one type/grade of bars are brought to site
and used in the project after conducting tests for each lot.

Fabrication & Positioning

Bars shall be bent correctly and accurately to the size and shape as shown in the detailed drawing
36
or as directed by Engineer-in-Charge/PMC. Preferably bars of full length shall be used. Necessary
cutting and straightening is also included. Overlapping of bars, where necessary shall be done as
directed by the Engineer-in-Charge/PMC. The overlapping bars shall not touch each other and
these shall be kept apart with concrete between them by 25 mm maximum size of the coarse
aggregate whichever is greater. But where this is not possible, the overlapping bars shall be bound
together at intervals not exceeding twice the dia. of such bars with two strands annealed steel wire
of 0.90 mm to 1.6 mm twisted tight. The overlaps/ splices shall be staggered as per directions of
the Engineer-in-Charge/PMC. But in no case the overlapping shall be provided in more than 50%
of cross sectional area at one section.

Fabricated reinforcement bars shall be placed in position as shown in the drawings or as directed
by the Engineer-in-charge/PMC. The bars crossing one another shall be tied together at every
intersection with two strands of annealed steel wire 0.9 to 1.6 mm thickness twisted tight to make
the skeleton of the steel work rigid so that the reinforcement does not get displaced during
deposition of concrete.

Reinforcement including authorized spacer bars and lappings shall be measured in length of
different diameter, as actually (not more than as specified in the drawings.) used in the work
nearest to a centimeter and their weight calculated on the basis of standard weight. In case actual
unit weight of the bars is less than standard unit weight, but within variation, in such cases weight
of reinforcement shall be calculated on the basis of actual unit weight. Wastage and unauthorized
overlaps shall not be paid for. Annealed steel wire required for binding or tack welding shall not
be measured, its cost being included in the rate of reinforcement.

FORM WORK (CENTRING & SHUTTERING)

Form Work

Form work shall include all temporary or permanent forms or moulds required for forming the
concrete which is cast-in-situ, together with all temporary construction required for their support.

General Requirement

It shall be strong enough to withstand the dead and live loads and forces caused by ramming and
vibrations of concrete and other incidental loads, imposed upon it during and after casting of
37
concrete. It shall be made sufficiently rigid by using adequate number of ties and braces, screw
jacks or hard board wedges where required shall be provided to make up any settlement in the
form work either before or during the placing of concrete. Form shall be so constructed as to be
removable in sections in the desired sequence, without damaging the surface of concrete or
disturbing other sections, care shall be taken to see that no piece is keyed into the concrete.

Material for Form Work

Propping and Centering: All propping and centering should be either of steel tubes with extension
pieces or built up sections of rolled steel. On prior permission of the consultant wooden shutters
can be used, based on the quality of the form work to be used.

Centering/Staging:

Staging should be as designed with required extension pieces as approved by Engineer-in-


Charge/PMC to ensure proper slopes, as per design for slabs/ beams etc. and as per levels as
shown in drawing. All the staging to be either of Tubular steel structure with adequate bracings as
approved or made of built up structural sections made form rolled structural steel sections.

Shuttering:

Shuttering used shall be of sufficient stiffness to avoid excessive deflection and joints shall be
tightly butted to avoid leakage of slurry. If required, rubberized lining of material as approved by
the Engineer-in-Charge/PMC shall be provided in the joints. Steel shuttering used or concreting
should be sufficiently stiffened. The steel shuttering should also be properly repaired before use
and properly cleaned to avoid stains, honey combing, seepage of slurry through joints etc.
(a) Runner Joists: RSJ, MS Channel or any other suitable section of the required size shall be used
as runners.
(b) Assembly of beam head over props. Beam head is an adopter that fits snugly on the head
plates of props to provide wider support under beam bottoms.
(c) Only steel shuttering shall be used, except for unavoidable portions and very small works for
which 12 mm thick water proofing ply of approved quality may be used.
Form work shall be properly designed for self-weight, weight of reinforcement, weight of fresh
concrete, and in addition, the various live loads likely to be imposed during the construction
process (such as workmen, materials and equipment). In case the height of centering exceeds 3.50
38
meters, the prop may be provided in multi-stages.

Concreting

Concreting shall be commenced only after Engineer-in-Charge/PMC has inspected the centering,
shuttering and reinforcement as placed and passed the same. Shuttering shall be clean and free
from all shavings, saw dust, pieces of wood, or other foreign material. The concrete shall be
deposited in its final position in a manner to preclude segregation of ingredients. In deep trenches
and footings concrete shall be placed through chutes or as directed by the Engineer-in-
Charge/PMC. In case of columns and walls, the shuttering shall be so adjusted that the vertical
drop of concrete is not more than 1.5 meters at a time.

Concrete shall be compacted into dense mass immediately after placing by means of mechanical
vibrators designed for continuous operations complying with IS 2505, IS 2506, IS 2514 and IS
4656. The Engineer-in-Charge/PMC may however relax this condition at his discretion for certain
items depending on the thickness of the members and feasibility of vibrating the same and permit
hand compaction instead. Hand compaction shall be done with the help of tamping rods so that
concrete is thoroughly compacted and completely worked around the reinforcement, embedded
fixtures, and into corners of the form. The layers of concrete shall be so placed that the bottom
layer does not finally set before the top layer is placed. The vibrators shall maintain the whole of
concrete under treatment in an adequate state of agitation; such that de-aeration and effective
compaction is attained at a rate commensurate with the supply of concrete from the mixers. The
vibration shall continue during the whole period occupied by placing of concrete, the vibrators
being adjusted so that the center of vibrations approximates to the center of the mass being
compacted at the time of placing.

Testing of Concrete

Regular mandatory tests on the workability of the fresh concrete shall be done to achieve the
specified compressive strength of concrete. These will be of two types
(a) Mandatory Lab, Test - Cube Test for Compressive Strength of Concrete – as per the code
provisions. IS 456-2000
(b) Mandatory Field Test - Slump Test & Visual Inspection Test as per code provision – IS
456:2000
39
Approved Design mix by the consultant and such concrete is that concrete in which the design of
mix i.e. the determination of proportions of cement, aggregate & water is arrived as to have target
mean strength for specified grade of concrete. The minimum mix of M25 shall be used in all
structural elements in both load bearing & RCC framed construction.

One sample (consisting of six cubes of size 15x15x15 cm) shall be taken for every 20 cum or part
thereof concrete work ignoring any part less than 5cum or as often as considered necessary by the
Engineer-in- Charge/PMC. The test of concrete cubes shall be carried out in accordance with the
procedure. The casting of cubes, concrete used for cubes and all other incidental charge, such are
curing, carriage to the testing laboratory shall be borne by the contractors. The testing fee for the
cubes, if any, shall be borne by the Contractor.

READY MIX CONCRETE

Materials used should satisfy the requirements for the safety, structural performance durability
and appearance of the finished structure, taking full account of the environment to which it will be
subjected. The selection and use of materials shall be in accordance with IS 456. Materials used
shall conform to the relevant Indian Standards applicable. Where materials are used which are not
covered by the provisions of the relevant Indian Standard, there should be satisfactory data on
their suitability and assurance of quality control. Records and details of performance of such
materials should be maintained. Account should be taken of possible interactions and
compatibility between IS 4926 and materials used. Also, prior permission of the purchaser shall
be obtained FROM THE CONSULTANT before buying of such READY MIX CONCRETE.

Ready-mixed concrete shall be supplied having the quality and the quantity in accordance with the
requirement agreed with the purchaser or his agent. Notwithstanding this, the concrete supplied
shall generally comply with requirements of IS 456. All concrete will be supplied and invoiced in
terms of cubic meters (full or part) of compacted fresh concrete. All proportioning is to be carried
out by mass except water and admixture, which may be measured by volume.

The general requirement is that concrete shall be discharged from the truck-mixer within 2 h of
the time of loading. A trial mix may be conducted at the RMC plant or site to ensure slump
retention of 2 hours before the design mix is approved by the Engineer – in – charge/PMC.
However, a longer period may be permitted if retarding admixtures are used or in cool humid
weather or when chilled concrete is produced and the same shall be demonstrated to the Engineer-
40
in-charge/PMC, before getting his approval. The time of loading shall start from adding the
mixing water to the dry mix of cement and aggregate or of adding the cement to the wet aggregate
whichever is applicable. Ready-mixed concrete plant shall have test facilities at its premises to
carry out routine tests as per the requirement of the standard.

Non-destructive Tests

When the 28 days crushing values on field specimens and/ or specimens and/or specimens made
for guideline test fall short of specified values, or in case of doubtful placement of concrete, the
Engineer-in-Charge/PMC shall call for non-destruction tests on the structure. Such tests may be
any one or a combination of the following:-
Rebound hammer test
Pulse velocity (Ultrasonic) test
Core test
(a) Interpretation of rebound hammer and Pulse velocity test results shall rest with the Engineer-
in-Charge/PMC.
(b) Core test, if ordered by the Engineer-in-Charge/PMC, shall be done in accordance with IS 516.
Samples for such tests shall be taken from locations to be identified by the Engineer-in-
Charge/PMC and such samples shall be collected in compliance with IS: 1199 based on doubtful
concrete strengths. Such test shall be carried out as per details to be provided by the Engineer-in-
Charge/PMC in consultation with the structural consultants.
(c) The concrete manufacturer/ concrete placement contractor shall arrange for all test to be
conducted in accordance with these specifications, including all necessary tools, plants, equipment
and material, and shall be responsible for conducting all test at his cost.
(d) All test conducted at the field laboratory shall be carried out by qualified technicians
employed by the concrete manufacturer/ concrete placement contractor, in presence of authorized
representative of the Engineer-in-Charge/PMC. All test reports and observation reports shall be
jointly signed by the Engineer-in-Charge/PMC authorized representative and the technician
conducting such test.
(e) Engineer-in-Charge/PMC shall alone decide where such tests are to be conducted. He may
instruct tests to be conducted at laboratories other than the field laboratory and such instructions
shall be followed without claiming extra charges on this account.
(f) The Concrete Manufacturer/ Placement contractor shall set up a laboratory at this own expense
which shall have facilities, for conducting all necessary field test on materials and field and
laboratory test on concrete. The laboratory shall be staffed by the concrete Manufacturer/
41
Placement Contractor with qualified and experienced scientists and technicians.

STEEL WORK WELDED IN BUILT-UP SECTIONS USING STRUCTURAL STEEL

(A) In Stringers, Treads, Landing etc. of Stair cases including use of chequred plate wherever
required
(B) In Grating, Frames, Guard Bar, Ladder, Railings, Brackets, Gates and similar work.

General specification of Welding shall generally be done by electric arc process as per IS 816 and
IS 823. The electric arc method is usually adopted and is economical. Where electricity for public
is not available generators shall be arranged by the contractor at his own cost unless otherwise
specified. Gas welding shall only by resorted to using oxyacetylene flame with specific approval
of the Engineer-in-charge/PMC. Gas welding shall not be permitted for structural steel work Gas
welding required heating of the members to be welded along with the welding rod and is likely to
create temperature stresses in the welded members. Precautions shall therefore be taken to avoid
distortion of the members due to these temperature stresses. The work shall be done as shown in
the shop drawings, which need to be prepared by the contractor and get it approved by the
consultant/ TANFED, which should clearly indicate various details of the joint to be welded, type
of welds, shop and site welds as well as the types of electrodes to be used. Symbol for welding on
plans and shops drawings shall be according to IS 813.

As far as possible every effort shall be made to limit the welding that must be done after the
structure is erected so as to avoid the improper welding that is likely to be done due to heights and
difficult positions on scaffolding etc. apart from the aspect of economy. The maximum dia. of
electrodes for welding work shall be as per IS 814. Joint surfaces which are to be welded together
shall be free from loose mill scale, rust, paint, grease or other foreign matter, which adversely
affect the quality of weld and workmanships. Steel members used for fabricating these items to
be designed structurally to withstanding the all loads to be carried out by the members during
erection, fixing and functional use in designed life. Work to be executed as per structural
drawings.

Before welding is commenced, the members to be welded shall first be brought together and
firmly clamped or tack welded to be held in position. This temporary connection has to be strong
enough to hold the parts accurately in place without any disturbance. Tack welds located in places
where final welds will be made later shall conform to the final weld in quality and shall be
42
cleaned off slag before final weld is made.

Erection :

While erecting a welded structure adequate means shall be employed for temporary fastening the
members together and bracing the frame work until the joints are welded. Such means shall
consists of applying of erection bolts, tack welding or other positive devices imparting sufficient
strength and stiffness to resist all temporary loads and lateral forces including wind. Owing to the
small number of bolts ordinarily employed for joints which are to be welded, the temporary
support of heavy girders carrying columns shall be specially attended. Different members which
shall be fillet welded, shall be brought into as close contact as possible. The gap due to faulty
workmanship or incorrect fit if any shall not exceed. 1.5 mm if gap exceeds 1.5 mm or more
occurs locally the size of fillet weld shall be increased at such position by an amount equal to the
width of the gap.

Priming:

Before the member of the steel structures are placed in position or taken out of the workshop these
shall be painted with zinc chrome anti corrosive primer.

PAINTING WITH SYNTHETIC ENAMEL PAINT

Synthetic enamel paint (conforming to IS 2932) of approved brand and manufacture and of the
required colour shall be used for the top coat and an undercoat of ordinary paint of shade to match
the top coat as recommended by the same manufacturer as far the top coat shall be used.

Application:

The number of coats including the undercoat shall be as stipulated in the item.
(a) Under Coat: One coat of the specified ordinary paint of shade suited to the shade of the
top coat shall be applied and allowed to dry overnight. It shall be rubbed next day with the
finest grade of wet abrasive paper to ensure a smooth and even surface, free from brush
marks and all loose particles dusted off.
43
(b) Top Coat: Top coats of synthetic enamel paint of desired shade shall be applied after the
undercoat is thoroughly dry. Additional finishing coats shall be applied if found necessary
to ensure proper uniform glossy surface.

INSULATED PUF PANEL AND DOORS

(c) PUF Cold storage Cladding (PCC) ensures the all foaming agents are environment friendly
and CFC free.
(d) These products are classified as B3& B4 according to European Fire Retardant Standard.
(e) PCC can design, manufacture and install cold store and freezer insulated panels as per
required specification.
(f) The basic components of panel are pre-ribbed skin bonded with core injected with
polyurethane.
(g) These metal clad panels are thermal resistant, creating an ability to withstand the most
extreme temperature difference.
(h) Cold stores panels are used in walk-in cold rooms, cleans rooms and refrigerated rooms.
(i) The flexibility of these panels is ideal to solve numerous insulation problems occurring
light weight pre-fabrication.
(j) The joint of modular cold store panel made with tongue & groove edges.
(k) The system meets necessary dimensional requirement and gives the flexibility of easy to
assemble or disassemble.
(l) PCC use polyurethane as foaming agent which does not deteriorate over time and does not
absorb smells. The panels are neither nor do irritating and they not support the
development of fungi or mildew.

Thickness and Dimension

(m) Insulated panels are available in 50, 60,80,100,120,150 & 200mm thickness and density
will be 40/42 Kg/Cum.
(n) The Maximum length of the panels will be 12.0 m and can be according to the project
demands.
(o) All kind of cold room doors like sliding and hinged, swing, etc. are available and will be
manufactured as per the standard on request.
44

7.4 TESTS & INSPECTION

1. The Agency shall carry out all tests, if required, to establish the quality of material
conforming to the relevant standards/ codes degree of performance, described in tender
document. The test procedure and acceptance criteria, if not specified in the tender
documents, shall be as decided by the Consultant/PMC/NABARD Engineer-in-charge.
Such tests either on the field or at outside laboratories shall be carried out by the agency at
their own cost.

2. The work on the field including satisfactory storage of material is subject to inspection at
all times by the Consultant/PMC/TANFED Engineer-in-charge. The agency shall carryout
all instruction given during inspection and shall ensure that the work is carried out
according to the provisions of the tender and other technical documents furnished to him
from time to time during the performance of the work. Test procedures and acceptance
criteria of all work, if not already described in the tender document, shall be as per
direction of Consultant/PMC/TANFED Engineer-in-charge.

3. Any material brought to site, if rejected by engineer-in-charge; the same shall be removed
from the site, rectified and re-tested, where applicable as per directions of engineer-in-
charge at agency’s own cost.

4. Inspection and acceptance of work/materials by the owner/engineer-in-charge shall not


relieve the agency from any of his responsibilities under this contract.

MOBILISATION

It shall be entirely the agency’s responsibility to provide all types of personal protective
equipment to all the labour, provide construction equipment, tools &tackles necessary to perform
the work in a workman like and efficient manner and completion of the jobs as per the time
schedule indicated.

CEMENT, REINFORCEMENT STEEL AND CONSTRCUTION CHEMICALS

1. Cement, reinforcement steel and construction chemicals shall be supplied by the agency.
45

2. Agency shall procure the material in sufficient quantities in line with the progress schedule
for the work.

3. Reinforcement steel shall be brought by the agency in standards lengths. Laps in the
reinforcement steel shall be paid as per IS guidelines. No payment shall be made for scrap
material. Procurement of nonstandard lengths of steel shall not entitle the agency for
additional lapping.

SPECIFICATION OF THE MATERIALS

CEMENT

The cement used shall be ordinary Portland slag cement confirming to IS 455 of approved quality
and brand.

HIGH YIELD DEFORMED STEEL REINFORCEMENT;

Cold twisted high yield deformed steel bars shall conform to IS:1786.

CONSTRUCTION CHEMICALS

The construction chemicals need to be conforming to either BS or ASTM or BIS, whichever is


applicable.

TESTS AFTER DELIVERY

Each consignment of cement/reinforcement steel may, after delivery on the site and at the
discretion of the engineer-in-charge be subjected to any or all of the tests and analysis required by
the relevant Indian standard specifications and agency shall bear the cost of all such tests. The
tests are to be carried out at the laboratories approved by engineer-in-charge. The agency shall
submit the test certificate for each consignment of reinforcement steel brought to site for use in
works. The Consultant/PMC/TANFED is at their liberty to get the same tested at random at the
cost of the agency. In case, the results differ largely, the agency is liable for penalty as deemed fit
by the Consultant/PMC/TANFED.
46

REJECTION OF CEMENT/ REINFORCEMENT STEEL/ CONSTRUCTION


CHEMICALS

The engineer-in-charge may reject any cement/reinforcement steel & construction chemicals as a
result of any tests thereof notwithstanding the manufacturers’ certificate. He may also reject
cement which has deteriorated owing to inadequate protection from moisture or due to intrusion
of foreign matter or other causes. Any cement/reinforcement/structural steel which is considered
defective by the engineer-in-charge shall not be used and shall be promptly removed within 24
hours from the site by the agency at their own expenses. The agency/ firm shall coordinate with
the electrical agency if any, for timely completion of the work and also to avoid repair/duplication
of works. Special conditions of contract shall be read in conjunction with general condition of
contract.
47
7.5 MAKES OF MATERIALS

CIVIL and INSULATION WORKS:

Sl. ITEMS MAKE


No.
1 Cement ACC / Ambuja / L&T / Sankar / Ramco / Coromandel
2 Steel Tata / Vizag / SAIL
3 Floor Tiles Kajaria/Johnson /NITCO - First quality
( Approx. price Rs.40/sq.ft)
4 Glazed Tiles for wall dado Kajaria/Johnson/NITCO- First quality
(Approx. price Rs.35/sq.ft)
5 Wall putty Birla / Atteck
6 Water Proofing Chemicals Fosroc
7 Brick First quality country burnt bricks
8 Puf wall panel and Doors Bhusan /Payer
9 Puf composite panel for roof Bhusan /Payer
10 Puf ceiling panel Bhusan /Payer
11 Polyerathene chemicals Bhusan /Payer
12 Accessories like flashings Bhusan /Payer
13 PPGI material for various Bhusan /Payer
thickness to make panels
48
8.0 SPECIAL CONDITIONS OF THE CONTRACT:

1) The bidders shall visit the site and fully understand the scope of the work before
quoting for the work. Clarifications and doubts, if any shall be got clarified from the
client’s Engineer/PMC Engineer/ Consultant.

2) The contractors may be required to liaison/ coordinate with the authorities and ensure
that necessary approvals/ permissions are taken from them prior to commencement of
the work, if required, for the proposed scope of work. Necessary letters addressed to
the concerned Authorities, if any, will be issued by the client on request.

3) Payment if any, required to be paid to Authorities, for any aspect of the work shall be
reimbursed on producing relevant receipts. No payment shall be made without
producing receipts.

4) The work shall be done in strict coordination with the client’s Engineer/ PMC
Engineer, as per the schedule/ shutdown sequence, etc. provided by the client/PMC.

5) The work has to be done in flats which are occupied. As such, the work shall be done
strictly following decorum and discipline with least inconvenience to the residents.

6) If required and directed by the client/PMC, the contractor has to carry out the work
late/ work on Saturdays/ Sundays/ Holidays to ensure smooth flow and timely
completion of the work.

7) Debris shall be periodically removed from the site. Debris/ waste materials shall be
removed from the site/Premises periodically during the progress of the work. The
scrap/ waste shall not be accumulated/ dumped in the site/ premises.

8) Excavation of underground sump, collecting drains/collection pits shall be done with


least inconvenience to the residents and without interruption in vehicular movement.
The debris and excavated earth work shall be removed from the location, immediately
after the excavation and moved to specified area and thereafter removed from the
premises, within reasonable time.

9) Special care should be taken not to leave unfinished work overnight, during rains
and provision of temporary approach for the vehicles to get in & get out at no
additional cost during the progress of the work and safety arrangement to be
provided all around the work area while work is executed at all time.

10) The specifications/ list of approved makes shall be strictly adhered to. If any item is
not available as per the list of makes specified, approval has to be obtained for
49
equivalent make, after having produced proof of non-availability of the item in the
market.

11) The contract is strictly on item-rate basis. The quantities as executed, measured and
accepted for payment shall be settled as per rates quoted. No escalation in rates for
whatsoever reasons shall be entertained.

12) The old materials viz. any steel bars if demolition of RCC works uncounted, valves,
pipes and other accessories shall be carefully dismantled and removed before installing
the new system.

13) The total amount quoted for the items of work in the schedule, less the buyback
amount if any shall only be taken for arriving at the L1 bidder.

14) Notwithstanding any insufficiency in detailing the scope of the work, the work is
deemed to be done on turnkey basis strictly adhering to specification and instructions
of the Bank from time to time and also conforming to prevalent BIS/ NBC norms.

15) The agency shall engage a qualified and experienced supervisor who can understand
the instructions given by engineer-in-charge and can read and interpret the drawings
and specifications and execute the job accordingly.

16) Agency shall have contact telephone number to contact any time inclusive of out of
office hours and holidays. The agency supervisor shall meet
Consultant/PMC/TANFED Engineer-in-charge on every working day morning at the
designated time without fail.

17) Metallic scaffolding as and when required has to be arranged by the agency for
carrying out jobs at all elevations at their own cost and no additional claims shall be
entertained on this account. Wooden scaffolding is not permitted in the outer areas.

18) The entire jobs at all stages are subject to the inspection and approval by job engineer
and carry out the jobs along with the other agencies.

19) Agency shall ensure the presence of their supervisor at the job site continuously during
the execution of the job failing which the work permit shall be withdrawn and the jobs
suspended.

20) Agency shall mobilize necessary material, manpower etc., for carrying out the jobs
within two days of intimation. Agency shall mobilize material in sufficient quantities
in line with the schedule of the work.
50
21) Cement, reinforcement steel and construction chemicals shall be supplied by the
agency.

22) Reinforcement steel shall be brought by the agency in standard lengths. Laps in the
reinforcement steel shall be paid to the extent justified at the discretion of the engineer-
in-charge. Procurement of non-standard lengths of steel shall not entitle the agency for
additional laps.

23) Agency shall maintain documents giving details of gate entries/other relevant details
for the material supply.

24) Agency should strictly adhere to the safety rules and regulations of the refinery.

25) Agency shall record the measurements only on TANFED approved format only.

26) All measurements sheets and other attachments submitted along with the bill shall
carry the bill number and date clear description of job carried out and its location.

27) The rehabilitation/repair jobs have to be carried out during the normal operation of the
living conditions. All the safety precautions stipulated shall be strictly followed. Usage
of the relevant personnel protective equipment shall be ensured and the work shall be
carried out with valid work permits.

28) The agency shall support the columns, beams, slabs, etc., under repair to take care of
dynamic/static loads as the case may be as per the requirement and take the approval
of Consultant/PMC/TANFED before carrying out any repairs. The scheme of the
supporting systems shall be approved by Consultant/PMC/TANFED before
commencing the rehabilitation/repair jobs.

29) While carrying out the chipping of loose/ porous/ spelled/ damaged concrete, it shall
be ensured that the area is properly covered so that the chipped material/debris does
not fall on the adjacent to and below the area or on parked cars. While chipping at
higher elevations, the scaffolding platform shall be covered with sheets/tarpaulins, to
prevent the debris falling on the cars/manpower below the area of repair works.

30) The agency shall take care of all statutory requirements such as ESI, PF, minimum
wages etc. The agency shall possess its own individual ESI code and PF code.

31) Agency shall follow professional documentation for material movement, consumption
testing and inspection data, work measurements and daily logging etc.

32) The agency shall adhere to the time schedule. The agency shall be prepared to execute
part order. The quantities are likely to vary.
51
33) Agency shall visit the site, understand the scope of the job and familiarize with the
area and site conditions under which the job is to be carried out before submitting their
offer. Agency shall meet the engineer-in-charge for any clarifications regarding the
scope and locations of the work to be carried out.

34) Cement to be supplied by agency shall conform to IS:455 (Portland slag cement) of
approved brand.

35) The CONSTRUCTION CHEMICALS manufactured by FOSROC CHEMICALS


(INDIA) LIMITED OR EQUIVALENT are acceptable. The offers of bidders quoting
with construction chemicals of any other manufacturer are acceptable and shall be
submitted with the required technical data sheet.

36) Bidders to note that all the works specified in this tender/bid shall be executed in living
condition. Prior permissions have to be obtained from the owner wherever necessary.
Work execution shall be carried out within the timings specified by the owner. Special
sanction shall be taken from the owner for working beyond standard working hours.
Bidders quoted rates shall be deemed to have taken care of the aspects and no extra
claim at later date shall be entertained on this account.

DECLARATION BY THE CONTRACTOR

We / I have read and understood all the instructions / conditions made above and we / I have taken
into account the above Instructions /Terms and Conditions while quoting the rates. We / I accept
all the above Terms and Conditions without any reservation, in all respects.

Place: Signature
Date: Name and Seal
Address:
52
10.0 SAFETY CODE

1. Maintain attendance record.


2. Ensure all contract employees are covered under ESI.
3. Ensure all contract employees are medically fit.
4. Ensure all contract employees are more than 18 years and less than 58 years of age.
5. Ensure all contract employees do not work for more than 16 hours per day.
6. Ensure all contract equipment has valid certification.
7. Always wear safety equipment such as safety shoes and safety helmet, safety belt at height
etc.
8. In case of accidents, for contract personnel agency should arrange subsequent medical
treatment at his own expense.
9. The Contractor shall maintain in a readily accessible place first aid appliances including
adequate supply of sterilised dressings and cotton wool.

10. An injured person shall be taken to a public hospital without loss of time, in cases where
the injury necessitates hospitalisation.

11. No portable single ladder shall be over 8 meters in length. The width between the side
rails shall not be less than 30 cm clear and the distance between two adjacent rungs shall
not be more than 30 cm. When a ladder is used, an extra mazdoor shall be engaged for
holding the ladder.

12. Every opening in the floor of a building or in a working platform shall be provided with
suitable means to prevent the fall of persons or materials by providing suitable fencing or
railing whose minimum height shall be one meter.

13. Workers employed on mixing and handling material such as asphalt, cement, mortar shall
be provided with protective footwear and rubber hand gloves.

14. Hoisting machine and tackle used in the works, including their attachments, anchorage and
supports shall be in perfect condition.

15. The PMC/ Employer reserves the right to instruct the Contractors to take additional safety
precautions if found necessary.

16. All workers shall be provided with helmet, Safety Shoes and Safety belts.

Signature of the Contractor


53
PROFORMA – A

VIRTUAL COMPLETION CERTIFICATE

Having executed the work in terms of the contract, we hereby certify and affirm that we have
virtually completed the contracted works.

We hereby certify that the work has been executed wholly to our satisfaction and with materials
and workmanship in accordance with the contract. Thus we ensure that there will not be any
leakage/seepage in the locations of repair.

We do certify further that we have executed the work in accordance with the applicable laws and
without any transgression of such laws.

Signature of the Contractor

Place: Name :

Date: Address :

Seal :
54
PROFORMA-B

a) General details about the Contractor

S. No. Description Information to be filled up by the


Contractors
1 Name of the Contractor/ Organisation
and address of the Registered Office

2 Year of establishment

3 Type of the Organisation (whether Sole


Proprietorship, Partnership, Private
Limited or Co-operative body, etc.)
4 Name of the Proprietor/Partner/Directors
of the Organisation/Firm:
(a)

(b)

(c)

(d)

5 Details of Registration - Whether


Partnership firm, Company, etc.
Name of Registering Authority, Date and
Registration Number
6 Whether registered with
Government/Semi-
Government/Municipal Authorities or
any other Public Organisation and if so,
in which class and since when?
7 Experience in the Relevant field
(Structural Rehabilitation)
8 Areas of business activities other than
55
construction, if any and place of business
9 Address of business activities other than
construction, if any and place of business
10 Address of office through which the
proposed work of the Bank will be
handled and the name and designation of
the Officer-in-charge
11 Adequate and satisfactory evidence to
indicate financial capacity of the
Organisation to undertake the said
construction work with names of
Bankers and their full addresses
(Income-tax clearance certificate and
Audited Balance Sheet and Profit and
Loss Account for past three years should
be attached)
12 Yearly turn-over of the Organisation
during last three years (Rs.)
13 Whether any Civil Suit/litigation arisen
in the contracts executed during the last
ten years/being executed now. If yes,
please furnish the details. in the table
given below:
56
Details of work in Hand:
Sr. Name of the Nature Work Present Value of Brief details
No. project and of work Order No. stage of contract of litigation
(1) Employer (3) and date work (Rs) (7)
(2) (4) (5) (6)

Note: Income-tax clearance certificate and Audited Balance Sheet and Profit and Loss
Account for past three years should be attached separately.

b) Number of supplementary sheets attached for Proforma-B:

Signature of the Contractor


57
PROFORMA - C : Construction capability and previous experience

a). List of important Projects executed by the contractor costing Rs. 78.00 lakh and above (with
emphasis on similar works)

Sr. Name of the Nature of work Name and full postal Contract
No. Project and involved in the address with phone Amount (Rs.)
(1) Location contract (e.g. Numbers of the owner and (5)
(2) residential, offices, Architect. Also indicate
industrial, etc. and whether Govt. or Semi-
No. of storeys)* Govt. or Private Body
(3) (4)
58
Completion Period Whether work was left Any other relevant
Stipulated Actual incomplete or contract information
(6) (7) was terminated from (9)
either side? Give full
details
(8)

* Note: Certificates from the clients should be furnished

Signature of the Contractor


59
b) List of important projects ON HAND costing Rs.78.00 lakh and above (similar works)

Sr. Name of the Nature of work Name and full postal address Contract Amount
No. Project and involved in the phone Numbers of the owner (Rs.)
(1) Location contract (e.g. and Architect. Also indicate (5)
(2) residential, offices, whether Govt. or Semi-Govt.
industrial, etc. and or Private Body
No. of storeys)* (4)
(3)
60

Completion Period Whether work was left incomplete or Any other relevant
Stipulated Actual contract was terminated from either information
(6) (7) side? Give full details (9)
(8)

* Note: Work orders from the clients should be furnished

Signature of the Contractor


61
c) List of available Tools, Plants, available Machineries, Equipment, etc.

Sr. Name of Tools/ Total No. of No. of units/sq.mt. can be spared


No. Plant/Machinery/Equipment units/sq.mt. for the proposed work
(1) and Accessories (3) (4)
(2)

Signature of the Contractor


62
d) References

Please give reference with full postal address of two persons (Engineers, Architects or top
officials of an Organisation for whom you have executed construction works of importance), who
may be directly contacted by the client or by the client's Architects/Consultant about the ability,
competence or capability of your Organisation.

(i) Reference-1:

(ii) Reference-2:

e) Number of supplementary sheets attached for Proforma-C.:

Signature of the Contractor


63
PROFORMA - D:

Technical personnel and special experience

a) List of your technical personnel, giving details about their technical qualifications and
experience including that in your establishment.

Sr. Name Age Qualifications Work experience Nature of works


No. (2) (3) (4) (5) handled
(1) (6)
64

Name of the Date from which Indicate special experience such as


Projects handled employed in your Advanced Construction Management
(7) organisation techniques like CPM/PERT and indicate
(8) projects in which such techniques were
employed
(9)

b) No. of supplementary sheets attached for Proforma-D:

Signature of the Contractor


65
PROFORMA E : Bank Account Details for ECS Payments
Details to be furnished by the Tenderers/contractors/Service Provider/Firm

1. Name of Contractor/Firm/Co./Service Provider __________________________ with Address


______________________________________________________________________________

2. Name of the Bank of the Contractor/ : _________________________________________


Service Provider

3. Bank Branch and it Address :_____________________________ ___________


_________________________________________
________________________________________
________________________________________

4. Title of Account where payment is required -: ____________________________________


Exact wording of the account

5. Account No. : _______________________________________

6. Type of Account : Savings / Current / Overdraft / Cash Credit /


Advances / NRE Savings/ Credit Card

7. MICR No. of the Bank branch :_______________________________________


(along with a canceled copy of the cheque)

7. IFSC / RTGS / NEFT No. : _______________________________________

Place:
Date:

Yours faithfully

Name and Address of the Tenderer/Contractor/Firm/Co./Service Provider

(Signature of the Tenderer/Contractor/Firm/Co./Service Provider)


Address and Seal

Note: Enclose a copy of PAN & Cancelled Cheque


66
PROFORMA - F

SCHEDULE OF DEVIATIONS FROM GENERAL CONDITIONS

All deviations from the general condition shall be filled in the tenderer clause by clause in
this schedule

S. No. Clause No. Particulars Deviations

I/We hereby certified that the above mentioned are the only deviations from the General
conditions of contract.

SIGNATURE ____________________________________

DESIGNATION__________________________________

COMPANY _____________________________________

DATE _________________________________________

COMPANY SEAL
67

PROFORMA - G

SCHEDULE OF DEVIATIONS FROM TECHNICAL SPECIFICATION

All deviations from the general condition shall be filled in the tenderer clause by clause in
this schedule

S. No. Item Deviations

I/We hereby certified that the above mentioned are the only deviations from Technical
specification of the enquiry.

SIGNATURE ____________________________________

DESIGNATION__________________________________

COMPANY _____________________________________

DATE _________________________________________

COMPANY SEAL

Вам также может понравиться