tamil nadu electricity board north chennai thermal...
TRANSCRIPT
TAMIL NADU ELECTRICITY BOARD
NORTH CHENNAI THERMAL POWER STATION
CHENNAI – 600 120.
SPECIFICATION NO. /SE/CM/ NCTPS/ 76 /09-10
OPEN TENDER
01. NAME OF WORK : NCTPS – Repairing the existing
surface and widening the North
Chennai Thermal Power Station
main road from Pattamandri
junction to NCTPS main gate
02. EARNEST MONEY DEPOSIT : Rs. 20,000/- 03. DUE DATE AND TIME FOR SUBMISSION OF TENDER : UPTO 2.00 PM on 05.01.2010 04. OPENING OF TENDER : AT 2.00 PM on 05.01.2010 05. COST OF SPECIFICATION : Rs.2500/- WITHIN TAMILNADU
Rs.2763/- OUTSIDE TAMILNADU EXTRA Rs.100/- IF SENT BY POST
(NOT TRANSFERABLE)
Ten
ders
.India
Mar
t.com
TAMIL NADU ELECTRICITY BOARD
SPECIFICATION NO. SE / CM /NCTPS/ 76/ 09 - 10
GENERAL CONDITIONS OF CONTRACT
Name of Work : NCTPS – Repairing the existing surface and
widening the North Chennai Thermal Power Station main road from
Pattamandri junction to NCTPS main gate
SUBMISSION OF TENDER
1.1) For and on behalf of the Tamil Nadu Electricity Board sealed tenders are invited
super scribed with specification No. SE/CM/NCTPS/76 /2009-10 for the above
work at N C T P S. The sealed tender cover should be dropped in the sealed
tender box kept for this purpose in the main gate entrance/security office of N C T
P S(Time office) till 14.00 hours of the due date of tender on 05.01.10.
1.2) Tender received after the specified date and time will be rejected.
1.3) Tender should be sent in DOUBLE COVERS. The tender offer should be put
in a sealed cover(inner cover). Receipt for having paid the Earnest Money Deposit,
drafts, pre-bid qualification evidences etc, as prescribed in the tender notice should be
in a sealed OUTER COVER. On opening the sealed outer cover, only if it is found
that Earnest Money Deposit has been paid, the tender cover(inner cover) will be
opened. OTHERWISE IT WILL NOT BE OPENED. IF TWO COVER SYSTEM is
not followed while sending the tender, the same will be rejected summarily.
1.4) The tenders not submitted in proper Departmental form and in due time and in
incomplete shape are liable to be rejected. Rate of lump sum amounts for items not
called for shall not be included in the tender. Alterations if any made by the tenderer in
the schedule conditions of contract drawings/ specification etc., will not be recognized
and the tender will be void.
1.5) The tenderer should submit their rates only in the departmental schedule of
quantities form enclosed or in the down load schedule from the TNEB website
tnebnet.org @ free of cost.
1.6) The tenders received within the due date and time fixed for submission of
tenders will be opened in the presence of tenderer or their authorized
representatives as may be by SE/ CM / N C T P S/ or authorized
representatives at his office at 2.00 PM on the same day.
1.7) If the tender is made by an individual it shall be signed with his full name and
address If it is made by a firm it shall be signed by a co-partnership or by a member of
the firm and address of member of the firm shall be given, with authority for his
authentication If the tender is made by a corporation it shall be signed by duly
authorized officer with evidence of his authorization.
1.8) Late tender and tenders not in conformity with the prescribed terms and
conditions of specification or without cash receipt for Earnest Money Deposit or tie-up
of other transaction towards Earnest Money Deposit etc. are not entertain able and the
same will be summarily rejected.
2.0. EARNEST MONEY DEPOSIT
An Earnest Money Deposit of Rs.20,000/- (Rupees twenty thousand only) may
be paid by Demand Draft or Bankers cheque drawn in favour of Superintending
Engineer /P & A /NCTPS (or) deposited by cash before 12.00 pm with the
Dy.Financial Controller / NCTPS and the receipt obtained there on should be
enclosed with the tender cover
i) The Earnest Money Deposit may be deposited first by cash and the
receipt obtained for the same from the Deputy Financial
Controller/N.C.T.P.S should be attached with the tender cover .
ii) Earnest Money Deposit may be paid in the form of Demand draft
drawn in favour of the Superintending Engineer/P& A /N.C.T.P.S.
iii) Cheque and bank guarantee enclosed to the tender towards Earnest
Money Deposit are not acceptable and tender enclosing cheque or
Bank Guarantee will be summarily rejected.
iv) The fact of having enclosed the Board’s receipt or demand draft for
Earnest Money Deposit should be clearly indicated on the sealed outer
cover containing the tender as noted below:
EARNEST MONEY DEPOSIT PAID VIDE T.N.E.B
RECEIPT NO. DATED FOR Rs._____
OR DEMAND DRAFT NO. DATED______
FOR Rs.20,000/=
v) In case of firms exempted by Board/Government from the payment of
Earnest Money Deposit the tenderer should clearly indicate on the
sealed outer cover containing tender
“E.M.D of Rs. Waived vide Lr. No. Dt.
And ____an _______attested copy of Which is enclosed.”
vi) Sealed outer covers not containing the subscription of Earnest Money
Deposit details shall be opened in the first instance. If Earnest Money
Deposit receipt/Demand Draft is not found inside the cover, the
Envelope A will not be opened. The tenderer or his representative, if
present, will not be allowed to participate in the tender opening. These
tenders will be rejected, will not be given any consideration and will not
be included in the tender analyzing.
vii) If Earnest Money Deposit/Demand draft is found inside the cover
those tenders will be given due consideration so that the tender
consideration is not set aside merely for non Subscription of the Earnest
Money Deposit details on the tender Cover.
viii) The Earnest Money Deposit will not carry any interest. The Earnest
Money Deposit will be refunded to the unsuccessful tenderer on
application after intimation is sent to him or rejection of tender or at the
expiry of 6 months from the date of tender whichever is earlier.
ix) Government Department, undertakings and corporations owned by
Government of Tamil Nadu SSI units registered with TNSIDC or NSIC
or holding permanent registration certificate from District Industries in
commerce in respect of those items for which the registration certificate
has been obtained are exempted from the payment of EMD and Security
Deposit. The other state Government undertakings and corporations
shall have to pay Earnest Money Deposit and Security Deposit.
x) a) If the tenderer withdraws or backs out his tender before opening, the
EMD paid by him will be forfeited.
b) If the tenderer revises/violates any of the conditions of the tender
during its validity period or withdraw/backs out his tender after
opening/acceptance besides forfeiture of EMD, noting the poor
performance of the tenderer his name/firm may also be recommended
for blacklisting.
3.0 BID QUALIFICATION REQUIREMENT
1) The tenderer should be a registered contractor for civil works in TNEB /Highways
department in class III or above
2)The tenderer should have executed BT road works in TNEB/ PSU
/OSEB/Govt.Organisation of value not less than Rs.4.95Lakhs in a single tender within
the last three years from the date of tender opening.
3)The tenderer s annual turnover should be not less than Rs.19.78 lakhs in any one of the
last three financial years(2006-07, 2007-08 & 2008-09)
The attested evidences for the above should be furnished in the outer tender
cover along with proof of having remitted the EMD Otherwise the inner cover (price bid
cover) will not be opened and the tender will be summarily rejected.
IMPORTANT NOTE:
A) In the event of the documents furnished with the offer being found to be bogus
or the document contain false particulars the EMD paid by the tenderer will be
forfeited in addition to blacklisting them for future tenders/contracts in TNEB
B) Experience as the main contractor shall only be considered for satisfying the
experience criteria specified in the bid qualification requirement. Experience as a
sub contractor shall not be considered for qualifying experience criteria and the
offer of such tenders shall summarily be rejected.
4.0) RATES: The rates should be firm for the entire duration of contract inclusive of all
incidental charges and other taxes including works contract tax etc., for execution of
work at site referred above. No variation in rates will be accepted for any revision in
quantities due to site conditions at the time of execution. The rates shall be written in ink
and shall be both in figures and words. If there is any discrepancy in the rates quoted, the
tenders are liable for rejection.
4.1) Where there is any discrepancy between the rates quoted in figures and words, the
lower of the two shall prevail. Where there is any discrepancy between rates and
amounts the former shall govern.
4.2) Rates quoted shall be firm throughout the contract period and also even if the
contract is split up.
4..3) VALIDITY OF TENDER: The quotation should be valid for a acceptance for
period of at least 180 days from the date of offer
4.5) Tenderer shall inspect the site examine and obtain all information required and
satisfy himself regarding matters as things such as access to site, communication,
transport etc. before tendering.
4.6) Ignorance of site conditions shall not be accepted by the Tamil Nadu
Electricity Board as a basic for any claim or compensation.
4.7) Quantity indicated against various items are tentative and as such they form only
a basis for comparison purpose.
4.8) The rates quoted shall be good for work below or above ground level irrespective
of elevation etc.
4.9) GENERAL : The rate quoted shall hold good even if the shapes size of
members shown in bid drawing are modified while issuing the final drawings for
construction. No extra claim shall be entertained in this regard
4.10) The various parts of the schedule shall be read in conjunction with the
corresponding sections in the technical specification s including amendments
and additions, if any. All works shall confirm to its relevant IIS and TNDSS
Specification, whether actually specified here in or not.
4.11) If the tenderer withdraws or backs out his tender before opening, the EMD paid by
him will be forfeited.
4.12) If the tenderer revises / violates any of the conditions of the tender during its
validity period or withdraws / backs out his tender after opening / acceptance,
besides forfeiture of EARNEST MONEY DEPOSIT, noting the poor performance of the tenderer, his name/firm may also be recommended for Blacklisting.
4.13) If the successful tenderer fails to deposit necessary security deposit as stated
above (after his tender is accepted) his backing out will be noted while
considering any future tenders.
4.14)The tender is liable to be rejected if it is
i. Not in the prescribed form.
ii. Not accompanied by requisite EMD.
iii) Not properly signed by the tenderer.
iv. From any black listed firm (or) contractors with a bad record of past performance.
v. Received after the expiry of the due date and time
vi. Received by telex or telegram.
vii. Not in conformity with the Board’s Technical specification.
viii. From a tenderer who is directly or indirectly connected with Government service
(or) Board’s service (or) service of local authority.
ix. From a tenderer whose past performance or vendor rating is not satisfactory.
4.15) SPECIAL NOTE While submitting the tenders if two covers system is not
followed strictly as mentioned above and if, on opening of the cover it is seen that the
tenderer has not furnished the requisite EMD and the Xerox copies of attested documents
of B.Q.R of this specification the tender will not be opened.
5.0) AGREEMENT AND SECURITY DEPOSIT
5.1. When the tender is accepted, the tenderer will be intimated of the same. On
intimation being given to him by the Chief Engineer / NCTPS / Chennai – 120 the
successful tenderer should enter into necessary agreement in a non judicial stamp
paper to a value of Rs.20/- (Rupees twenty only) which should be borne by the
successful tenderer. The agreement in the prescribed form duly stamped should
then be signed by the contractor for proper fulfillment of the contract.
The successful tenderer will have to pay a security deposit of 5% as
cash inclusive of EMD paid already or as a irrevocable Bank guarantee obtained
from one of the Nationalized Banks has to be produced within fifteen days from
the award of contract. The security deposit paid by the successful tenderer will
not bear any interest.
5.2 The security deposit / Earnest Money Deposit paid will be forfeited, if the
tenderer.
i. Withdraws his tender after acceptance
ii. Withdraws his tender before taking up the work
iii. Revises any of the terms quoted during the validity period
iv. Violated any of the provisions of this tender specification.
6.0) PERIOD OF COPLETION:
The work should be carried out with in a period of 120 days from the date of taking
over of site and handed over to the Board in complete shape. If there is any delay either
in executing the agreement(or) in taking over of site beyond the stipulated period the
period of completion will get reduced by the total period of above delay and LD clause
will be imposed.
Tenderers shall pursue carefully the instructions and directions given to parties
tendering and the condition of the standard K2 Form. The tenderer shall also go through
the National Building code TNBP ,IRC, I.S.S and also standard preliminary conditions
attached to the schedule of quantities and all other relevant documents before tendering
rates for the work. The quantities given are approximate only with a view of enabling the
tenderers to quote their rates for each class of work in the tender form.
6.1) The Board Reserves the right to cancel the work on failure to furnish
the Security Deposit within the prescribed time and the rights to levy penal
interest for delayed payment of S.D.
7.0) GUARANTEE PERIOD: The works carried out by the contractor shall be
guaranteed for safe and satisfactory performance for a period of ONE YEAR
from the date of completion and handing over to the Board. The CONTRACTOR
shall maintain the road at his expense to the satisfaction of the Engineer during
this period even though various works may be put into performance.
8.0) PAYMENTS
95% of payment will be made for the completed portion of work done and the
balance will be withheld as retention amount for the due fulfillment of the contract. The
5% SD(inclusive of EMD)and 5% of retention amount recovered from the bills will be
released only after the final bill is passed and after completion of one year from the date
of completion of work provided there is no recovery from the contractor .
9.0) LIQUIDATED DAMAGES:
9.1) In respect of contract where the works executed in part, could not be beneficially
used by Board (due to such incomplete execution of work) L.D will be worked
out on the basis of entire contract value and not on the value of delayed portion.
9.2) If the contractor fails to complete the contract within the time fixed by such
contract or any extension thereof, the contractor is liable at the discretion of the Officer
to levy liquidated damages for delay at 0.5% per each completed week of the contract
value of such portion of the works delayed and it shall not in any case exceed 10% of the
contract value of such portion of the work.
9.3) The Board will also be at liberty to cancel the contract if the work is not completed
within the accepted/extension period notwithstanding levy of liquidated damages
applicable for the belated works.
9.4) The defaulting contractor will be liable to pay to the Board in addition to the
Liquidated damages for delay the actual difference in price wherever Board orders the
delayed quantity to be executed by other agencies at a higher rate.
10.0) INSURANCE: It is incumbent on the part of the contractor to see that it shall be
his sole responsibility to protect the public and his employee against any accident from
any cause and shall indemnify the Tamil Nadu Electricity Board against claim for
damages or injury to persons or property resulting from any such accident.
11.0) LOCATIONS : The N C T P S site is located about 20 km from Chennai City
and access by road. The nearest railway head is Athipattu Village. The proposed
work in this specification is located in N C T P S.
12.0) OTHER WORKS: During courses of contractors works, other works either by
the owner or by the contractors or by both simultaneously will be in progress
within the area contractor shall make his best effort to work in harmony with
others in the best overall interest of the work and towards its speedy completion.
12.1) The work should be carried out with least hindrance to the other contractors
working in the area, suitably coordinating with them. The contractor should make his
own arrangements for transporting facilities for his men and materials. The contractor is
not eligible for any compensation whatsoever for delay in supply of Department materials
or due to any other clauses or due to inadequate works for his labour or for supervision
of work.
13.0) LABOUR LICENSE: The contractor should obtain Labour License if he is
engaging more than 20 laborers for one or more number of works. The labour
license should be produced to the Labour Welfare Officer after obtaining the
same.
14.0) INCOME TAX: Income tax payable on the contract amount at the appropriate
rate levied from time to time, will be deducted from and out of the payments to be made
to the contractors in accordance with the provision of the income tax act 1961 as
amended from time to time.
14.1) The tenderer shall furnish his PAN Number.
15.0) LOSS OR DAMAGES: Damage or shortage that are “Prima Facia” due to the
result of rough handling in execution or due to defective workmanship, or due to
defective materials the contractor should repair the damaged or defective part of work
free of cost. Any damage to the Departmental equipments and structures due to
negligence or maloperation by the contractor or any of his staff will have to be made
good by the contractor, failing which the Board will arrange to rectify the defects and the
actual expenditure incurred with usual centage and incidental charges etc. will be
recovered from the contractor’s bill. The decision of the Engineer is final and legally
binding on the contractor.
16.0) ACCIDENTS: The work should be done carefully by observing all safety
precautions. The tenderers are advised to take utmost care for the protection of their men
and materials. No compensation or extra amount over and above the tenderer rate would
be payable on account of accidents to men or loss of materials. The contractor should
insure his workmen against any accident s during the work.
The accidents to workmen must be reported to the Officer in charge
immediately. In addition to giving first aid and sending the injured to the hospital
promptly by the contractor, the contractor shall also pay compensation payable under
Workmen’s compensation act as a result of injure or death caused to any of his workers
employed in respect of the contract.
17.0)FORM OF CONTRACT: This will be K2 contract generally governed by the
Board’s specification and TNDSS of Tamil Nadu Public works department. The
contractor should execute a K2 agreement with the Board immediately after information
of the acceptance of his tender.
18.0) SUB-LETTING: The contract is not transferable. No part of the contract shall be
sublet without prior approval of the Superintending Engineer/CM nor shall transfer be
made by power of Attorney authorizing others to receive payment on contractor’s behalf.
19,0) SUSPENSION OF WORK; The Engineer may from time to time by direction in
writing for any valid reasons without in anyway violating this contract, direct the
contractor to suspend the work or any part thereof, at such time or times and for so long
as the Engineer may deem desirable. The contractor shall not be entitled to claim any
compensation for any loss or damage sustained by him for the reason of the suspension of
works.
20) INSPECTION OF WORK: The Engineer or his duly authorized agent shall have at
all time full power to inspect the work wherever in progress, either the site on the
contractor’s premises or at the premises wherever the contract may be in hand.
21.0) TOOLS AND TACKLES: All tools and plants, equipment and tackles required
for the complete execution of the contract shall be arranged for by the contractor only at
his own cost. The tenderer whether his tender is accepted or not shall treat the
specification etc. as confidential.
22.0) RECOVERY:
22.1) For all materials not specifically mentioned with rates for issue in this specification
but are drawn by the contractor in due course of the work for the use in the works,
they will be charged at the book value plus 10% or the market value plus 10%
whichever is higher plus the actual cost of packing and dispatching of materials
and incidental charges as per departmental rules.
22.3) The contractor has to make his own arrangement for water. In unavoidable
circumstances if water is supplied departmentally then the same will be charged at
Rs.60.00 per 1000 liter or at prevailing cost whichever is higher.
22.4)Workers welfare fund: An amount of the rate of 0.3% on the work bill shall be
recovered towards Tamil Nadu construction Labour Welfare Fund
23.0) WORK ON HOLIDAYS: No work of any description shall be carried out on
Sundays and other important National Holidays, without the knowledge and formal
sanction in writing of the Department Engineers
24.0) SPECIFIC CONDITIONS; The standard specification of the Tamil Nadu Public
Works Department and Indian Standard specification/IRC will be followed for the
performance of the contract wherever applicable and for all particulars not specifically
covered. The tenderer ‘s particular attention is invited to the sections and clauses in the
standard preliminary specification of Tamil Nadu Building Practice dealing with the
following items: Test inspection and rejection of defective materials at work site,
construction plant cleaning up accidents delay payment etc.
25.0) EMPLOYMENT OF QUALIFIED TECHNICAL STAFF FOR EXCUTION OF
WORK;
The tenderer should state in clear terms whether they are professionally qualified
or whether they undertake to employ technical men required by the Department as
specified in schedule below for the work at their cost to look after the work:
Sl.
No
Value of
contract
Minimum qualification prescribed
for the technical staff to be employed
Rate of penalty per
month
1) Above
Rs.1.00Lakh
and
uptoRs.5.00
Lakhs
One Diploma holder in civil
engineering
Rs.4,000/=
2) Above Rs.5.00
Lakh and
uptoRs10.00
Lakhs
One B.E civil or an equivalent degree
holder in civil engineering or one
diploma holder with three years
experience.
Rs.6,000/=
3) Above Rs10
Lakh and
uptoRs50.00
Lakhs
One B.E civil or an equivalent degree
holder in civil engineering or one diploma
holder with three years experience Or
retied civil engineer from Government
service or an autonomous body like the
Tamil Nadu Housing Board, etc. not below
the rank of an Assistant Executive
Engineer plus one Diploma Holder in Civil
Engineering or retired Supervisor/civil
from Government service or an
autonomous body like the Tamil Nadu
Housing Board.
Rs.6,000/= per person
for graduate
Engineers and
Rs.4,000/= per person
for diploma holders
will be recovered as
penalty for non
employment of
Technical personnel
specified above.
4) Above Rs.50
lakhs
One B.E/Civil or equivalent degree
holder with 3 years experience plus 3
diploma holders in civil engineering.
Rs.6,000/= per person
for graduate Engineers
and Rs.4,000/= per
person for diploma
holders will be
recovered as penalty
for non employment of
Technical personnel
specified above.
NOTE: The contractor should see that one of the senior technically qualified men is
always available at site during working hours, personally checking all the items of work
and paying extra attention such work as may deemed special attention. If the tenderer
fails to employ the technical staff as indicated above for the works penalty shall be levied
as per the rate of penalty indicated above for the period of each non-employment of
technical staff.
26.0)TAKING OVER OF SITE: The site should be taken over within 7(seven) days from
the date of issue of acceptance letter and agreement should be executed before taking
over of site.
LEAD STATEMENT
Sl.No Materials Supply at Lead distance
1. Bitumen Manali 13 Km
2. Gravel PudhuErumaivettipalayam 32 Km
3. a)
Blue granite metal In and around Nallambakkam 80 Km
NOTE:
1. The lead particulars given above are only approximate.
2. The contractor has to verify the quarries himself personally about quality and
quantity. It is the responsibility of the contractor to arrange for the best class
of materials as per ISS.
3. The Board is not responsible for any variations in the above particulars and
the contractor is not eligible for any extra payment due to variation in lead
during actual execution. .
27.0) WORKS CONTRACT TAX:
Works contract tax on taxable turnover of transfer of property involved in the
execution of this contract (i.e.) value of materials used in the works shall be deducted
from the works bills and remitted to the Commercial Tax Authorities (CTA). As this
is a civil contract, works contract tax at 2% will be deducted and remitted and Tax
Deduction Certificate issued.
Provided no deduction shall be made where:
a) No transfer of property in Goods (whether as goods in some other terms) is
involved in the execution of work.
b) The contractor produce a certificate from the Assessing authority concerned that
he has no liability to pay or as paid tax under section 3B Or Section 7C.
c) Declared goods are purchased from a registered dealer within the state and used
in the execution of work contract in the same form in which such goods were
purchased.
The Board will not reimburse any works contract tax / sales tax/ service tax/
excise duty etc., on any account.
28.0) SERVICE TAX: Service tax if any applicable in the contract shall be
reimbursed upon the production of documentary evidence.
29.0)JURISDICTION: The arbitration clause is not applicable to this contract. No suit or
any proceeding in regard to any matter arising in any aspect under this contract shall be
instituted in any court save the city court at Chennai or the court of small cause at
Chennai. It is agreed to that no other court shall have jurisdiction to entertain any suit or
proceedings, even though part of the cause of action might arise within their jurisdiction.
In case any part of the cause of action arise within the jurisdiction of any court of Tamil
Nadu and not in the courts in Chennai city, then it is agreed to between the parties that
such suits or proceedings, shall be instituted in the court within the state of Tamil Nadu.
No other courts outside state of Tamil Nadu shall have jurisdiction even though any part
of the cause of action might arise within the jurisdiction of such court.
29.1) Appeal: Any tenderer aggrieved by the order passed by the tender accepting
authority under section 10 may appeal to the Government shall dispose the appeal within
ten days from the date of receipt.
29.2) In disposing of an appeal under sub-section (i), the Government may after
giving the party an opportunity of making his representation s pass such order thereon as
they may deem fit.
29.3)The order of the Government from such appeal shall be final.
29.4) The Government may, pending the exercise of their powers under this section, pass
such interlocutory orders as they may deem fit.
29.5) Bar of Jurisdiction: Save as otherwise provided in the act, Tender
Transparency act 1998/2000 no order passed or proceeding taken by any officer or
authority under this act shall be called in question in any court, and no injunction shall
be taken by such officer or authority in pursuance of any power conferred by or under
this Act.
30.0) FORCE MAJEURE CLAUSE: If at any time during the continuance of this
contract the performance in whole or in part in any delegation under this contract shall
be prevented or delayed by reasons of any war, hostility acts of public enemy, acts of
civil epidemics, warranting, restrictions or other acts of God (eventualities) when
provided notice of the happening of any such ;eventuality is given by the tenderer to
the Board within 15 days from the date of occurrence thereof, neither party shall by
reasons of have any claim for damages against the other in respect of such non-
performance and deliveries under this contract shall be refunded as soon as practicable
after such eventuality has come to an end or ceased to exist.Provided that, if the
performance in whole or part by the tenderer or any obligation under this contract is
prevented or delayed by reasons or any eventuality for a period exceeding 60 days, the
Board may at its option terminate this contract by notice in writing.
31.0) “SAFETY CONDITIONS”
1. All the relevant personal protective equipments like safety helmets, safety shoes, safety
belt, goggles, nose mask, face mask, dust respirator, asbestos suit, apron, leg guards, rubber
gloves, face shield hand sleeves, ear plug, ear muff, fibre helmet, fall net etc., should be
supplied by the contractors to their workmen and ensure for proper usage by their workers
without fail.
2. Proper welding machines with accessories, good and sound construction of hand tools,
power tools such as grinding machines, cutting machines, chipping tools, scaffolding
materials, etc., should be used. Proper earthing to be provided wherever necessary.
3. The contractor shall not allow his workmen to wear loose garments, like lungies, dhotis,
watches, loose jewels and bangles etc., while at work and smoke cigarettes, beedies etc.,
inside the power house premises.
4. The contractor shall ensure that his workmen to wear tight full or half pant while at
work inside the Powerhouse premises.
5. No workmen below the age of 18 year should be engaged by the contractor for any
works and no women workers shall be allowed to work in night hours except between 6AM
and 5PM in side NCTPS.
6. Technically skilled and also safety-oriented supervisor should supervise the work at all
time.
7. If any accident occurs, it should be informed to the concerned Officer of NCTPS in
writing by the concerned contractor immediately.
8. For any safety violation and non-compliance of the statutory provisions and rules the
contractor is sole responsible and the contractor is liable for any prosecution and imposition
of penalty as per the Rules in force.
TECHNICAL SPECIFICATION
1. CODES
Unless specifically mentioned otherwise, all applicable codes and standards in
their latest editions as published by Indian Road Congress and Bureau of Indian
Standards shall govern in respect of design, workmanship, quality and properties
of materials and methods of testing some of relevant available codes are listed
here under.
IRC – 16 : Specification for Priming of Base course with Bituminous
Primers
IRC – 27 : Specification for Bitumenous Macadam (Base & Binder
Course)
IRC – 48 : Standard specification for bitumen road’s surface dressing
Using pre-coated aggregates.
IRC – SP -11 : Handbook of quality control for construction for roads and
Runways.
IS : 73 : Specification for paving bitumen
IS : 217 : Specification for cut back bitumen
IS : 454 : Specification for cut bitumen from waxy crude
IS : 1200 : Method of measurement for road work (Part 17) including
Air field pavements
IS 1201 to 1220 Method of testing tar and bitumen.
IS 1838 : Specification for preformed filler for expansion joints in
Concrete,
IS 6241 : Method of test for determination of stripping value of road
aggregates and IRC – 27, 29 & 57
2. TACK COAT
Description
The work shall consist of application of a single coat of low viscosity liquid
bituminous materials to an existing road surface or WBM preparatory to another
bituminous construction.
Materials
Binder
The binder used for tack coat shall be bitumen 80 / 100 grade as directed by the
Engineer and conforming to IS : 73, 217 or 454, as applicable or any other
approved cut back.
Construction operations
Preparation of Base
The surface on which the tack coat is to be applied shall be thoroughly swept and
scrapped clean of dust and any other extraneous materials before the application
of the binder.
Application of Binder
Binder shall be heated to the temperature appropriate to the grade of bitumen
used and approved by the Engineer and sprayed on the base at the rate specified
below. The rate of spread in terms of straight – run bitumen shall be 3 kg per 10
square metre area for an existing bitument treated surface, 4 kg per 10 square
metre area for patch work surface and 9 kg per 10 squarte metre area for WBM
surface. The binder shall be applied uniformly with the aid of sprayers.
The tack coat shall be applied just ahead of the on coming bituminous
construction.
4. BITUMNOUS MACADAM BINDER COURSE (ASPHALT MIX)
This work shall consist of construction, in a single course, 50mm thickness of
compacted crushed aggregates premixed with a bituminous binder, laid
immediately after mixing, on a base prepared previously in accordance with the
requirements of these specifications and in conformity with the lines, grades and
cross sections shown on the drawings or directed by the Engineer.
Materials
Binder
The binder shall be straight run bitumen of 80 / 100 grade as directed by the
Engineer complying with IS : 73
Aggregate:
The aggregate shall satisfy the physical requirements set forth in Table – 1
TABLE – 1
PHYSICAL REQURIEMENTS OF AGGREGATES FOR BITUMINOUS
MACADAM
Los Angles Abrasion* IS : 2386 35% Maximum (Part IV)
Aggregate Impact Value* IS : 2386 30% Maximum (Part IV)
Flakiness Index IS : 2386 35% Maximum
Stripping Value IS : 6241 25% Maximum
Water Absorption IS : 2386 2% Maximum value
Aggregate may satisfy requirements of either of the two tests
The aggregate for bituminous macadam for different thickness shall be conform
to the grading A or B given in Tables II.
TABLE – II
AGGREGATES GRADING FOR 50 MM COMPACTED THICKNESS OF
BITUMINOUS MACADAM
Sieve Percent by weight passing the sieve
Designation Grading A Grading B
50mm 100 -
40mm 90 – 100 -
25mm 50 – 80 100
20mm - 70 - 100
12.5mm 10 – 30 -
10mm 35 – 60 -
4.75mm - 15 - 35
2.36mm - 5 - 20
75micron 0 – 5 0 – 4
Proportion of materials
The binder content for premixing shall be 3.5 and 4.0 percent by weight of the
total mix for aggregate grading A and B respectively, except when otherwise
directed by the Engineer.
The quantities of aggregates to be used shall be sufficient to yield the specified
thickness after compaction.
Variation in Proportioning of Materials The Contractor shall have the responsibility for ensuring proper proportioning of
materials and producing a uniform mix. A variation in binder content of + or –
0.3 percent by weight of total mix shall, however, be permitted for individual
specimens taken for quality control tests.
Construction of Operation
Weather and Seasonal Limitations
Bituminous macadam shall not be laid during rainy weather or when the base
course is damp or wet.
Preparation of Base
The base on which bituminous macadam to be laid shall be prepared, shaped and
conditioned to the specified lines, grade and cross sections as directed by the
Engineer. The surface shall be thoroughly swept and scraped clean, and free form
dust and foreign matter.
Tack Coat
A tack coat shall be applied over the base.
Hot mix plant of adequate capacity shall be used for preparing the mix. The
temperature of binder at the time of mixing shall be in the range 150º C - 165º C
and that of aggregates in the range 125º C - 150º C provided that the different in
temperature between the binder and aggregate at no time exceed 25º C.
Mixing shall be thorough to ensure that the homogenous mixture is obtained in
which all particles of the aggregates are coated uniformly.
The mixture shall be transported from the mixing plant to the point of use in
suitable vehicles. The vehicles employed for transport shall be clean and be
covered over in transit if so directed by the Engineer.
Spreading
The mix shall be spread immediately after mixing by means of a self propelled
mechanical paver with suitable screeds capable of spreading, tamping and
finishing the mix to the specified lines, grade and cross sections. However, in
restricted locations and in narrow widths, where the available plants cannot
operate in the opinion of the Engineer, he may permit manual laying of the mix.
The temperature of mix at the time of laying shall be in the range 110º C - 135º C.
In multi layer construction, the longitudinal joint in one layer shall offset that in
the layer below by about 150mm. However, the joint in the top most layer shall
be at the center line of the pavement.
Longitudinal joints and edges shall be constructed true to the delineating lines
parallel to the center line of the road. All joints shall be cur vertical to the full
thickness of the previously laid mix and the surface painted with hot bitumen
before placing fresh materials.
Rolling
After the spreading of mix, rolling shall be done by 8 to 10 tonne power rollers or
other approved plant. Rolling should start as soon as possible after the materials
has been spread. Rolling shall be done with care to keep from unduly roughening
the pavement surface.
Rolling of the longitudinal joint shall be done immediately behind the paving
operations. After this, the rolling shall commence at the edges and progress
towards the center longitudinally except that on super-elevated portions, it shall
progress from the lower to the upper edge parallels to the center line of the
pavement.
The initial or breakdown rolling shall be done as soon as it is possible to roll the
mixture without cracking the surface or having the mix pick up on the roller
wheels. The second or intermediate rolling shall follow the breakdown rolling as
closely as possible and be done while the paving mix is still at a temperature that
will result in maximum density. The final rolling shall be done while the material
is still workable enough for removal of roller marks.
When the roller has passed over the whole area once, any high spots or
depressions, which become apparent shall be corrected by removing or adding
fresh material. The rolling shall then be continued till the entire surface has been
rolled to compaction, there is no crushing of aggregate and all roller marks have
been eliminated. Each pass of the roller shall uniformly overlap not less than one
third of the track made in the preceding pass. The roller wheels shall be kept
damp if necessary to avoid the bituminous material from sticking to the wheels
and being picked up. In no case shall fuel lubricating oil be used for this purpose.
Rolling operations shall be completed in every respect before the temperature of
the mix fales below 80 0
C.
Rollers shall not stand on newly laid material while there is a risk that it will be
deformed thereby. The edges along and transverse of the bituminous macadam
laid and compacted earlier shall be cut to their full depth so as to expose fresh
surface which shall be painted with a thin surface coat of appropriate binder
before the new mix is placed against it. Wherever, use of power roller is not
feasible, suitable hand roller may be used as per the instructions of the Engineer.
The bituminous macadam shall be provided with final surfacing without any
delay. If there is to be any delay, the course shall be covered by a seal coat before
allowing any traffic over it
5. OPENING TO TRAFFIC
In the case of seal coat, traffic may be allowed soon after final rolling when the
premixed material has cooled down to the surrounding temperature.
6. Repairing of Existing Roads
1. Pot holes or patches and ruts in existing bitumen road, concrete road and
WBM road shall be repaired by removal of all loose material by cutting in
rectangular patches and replacing with suitable materials. The repair shall be
done as under.
Pot holes, patches and ruts shall be drained of water and out to regular shape with
vertical sides and then be filled with bituminous macadam.
ii. Patch works have to be attended initially (after taking pre-measurements)
before bituminous concrete works.
iii. Wherever required, the existing kerb stones have to be re-laid to suit
required level and alignment. The rates quoted should be inclusive of this
also.
7. QUALITY CONTROL & TOLERANCE
The contractor shall establish and maintain quality control for the various aspects
of the work, method, materials and equipment used.
All work performed shall conform to the lines, grades, cross sections and
dimensions shown on the drawings or as directed by the Engineer. Permitted
tolerances for road works are described hereinafter.
i) Horizontal Alignment
Horizontal alignments shall be reckoned with respect to the center line of the
carriageway as shown on the drawings. The edges of the carriageway as
constructed shall be correct within a tolerance of + (or) – 25mm there from.
The corresponding tolerance for edges of the roadway and lower layers of
pavement shall be + (or) – 40mm.
ii) Longitudinal Profile
The levels of the sub-grade and different pavement courses as constructed,
shall not vary from those calculated with reference to the longitudinal and
cross- profile of the road shown on the drawings or as directed by the
Engineer, beyond tolerances mentioned below:
Sub-grade + (or) – 25mm
Sub-base + (or) – 20mm
Base course + (or) – 15mm
Wearing course + (or) – 10mm
Tolerance in wearing course shall not be permitted in conjunction with the
positive tolerance for base course if the thickness of the former is thereby reduced
by more than 6mm.
iii) Surface Regularity of sub-grade and pavement courses
The surface regularity of completed sub-base, base courses and wearing surfaces
in the longitudinal and transverse directions shall be within the tolerances.
The longitudinal profile shall be checked with a 3 metre long straight edge, at the
middle of each traffic lane along a line parallel to the center of the road. The
transverse profile shall be checked with a set of the three chamber boards at
intervals of 10 metres.
Written instructions as may from time to time be furnished to the
CONTRACTOR in accordance with the terms of this contract and shall be
completed in and necessary according to the fair interpretation and meaning of the
same and should their be any difference or dispute as to the dimensions to be used
to the mode executed or with respect to any subject arising out of this contract, the
decision of the Engineer shall be final and binding on all parties.
OPENING OUT WORK:
Should the Engineer consider it necessary in order to satisfy himself as the quality
of the work the contractor shall at any time during the continuance of the contract,
pull down or cut in to any part of the work and make such openings to such as
extent through the same, as the Engineer may direct and the contractor, shall
make good and the whole to the satisfaction of the Engineer. Should the work
prove to be faulty in any respect not in accordance with the terms of the contract,
the Engineer shall be at liberty to order such further removal as he may consider
necessary and the whole of the expenses incurred shall be defrayed by the
contractor. If however, the work proves to be in sound and in accordance with the
specification the actual expenses incurred in such examination will be borne by
the Purchaser.
REMOVAL IF IMPERFECT WORK:
If, it shall appear, that the work has been executed with unsound, imperfect or
unskilled workmanship, or with materials of an imperfect or an interior quality of
other wise not in accordance with the contact documents the contractor shall at his
own cost rectify, reform, remove or reconstruct the same, either in whole or in
part as may be directed by the Engineer, whether or not the value of any such
work or material shall have been included in any payment made to the contractor.
9. TRAFFIC REGULATIONS:
Clause 10 of the TNDSS of 96 shall apply to the whole work under concrete
rollers, water lorries mixers where borrows when not actually in use shall be
drawn clear off the road for the satisfy of the public all precautionary measures
shall be taken by way of the lighting with bright lights watching and wearing.
Contractor shall maintain watchman to control and regulate traffic. Notice
Boards, shall be placed in suitable portions bearing in large letters printed in
conspicuous columns the following words as they may suit.
“ CAUTION : WORK IN PROGRESS ROAD CLOSED”
Warning Notice shall be placed at points in the neighborhood of the work where
other roads join and cross the road and at such points as my be directed to enable
motorists, cyclists, or vehicular traffic to avoid the obstructed road by taking
alternative routes, extra cost: will not be paid for any incidential items.
:: TAMILNADU ELECTRICITY BOARD :: Name of the Work :NCTPS–Repairing the existing surface and widening the North Chennai Thermal Power Station main road from Pattamandri junction to NCTPS main gate
SCHEDULE
SPECN.NO.SE/CM/NCTPS/76 /09-10
Sl.No. Qty. Description Unit
Rate in figures and words
1 10800 Nos
Removing the kerb stones of size
0.50x0.40x0.15m on both sides of the carrriage way of NCTPS Main road
including transporting and stacking neatly inside vallur camp and Athipattu camp as
directed by the Engineer at site
1 No.
(One Number
Only)
2 3450 M3
Sectioning the berms and earth work excavation on both side of berms and
disposed with initial lead of 10m and initial lift of 2m in hard gravelly earth etc.,
complete as directed by the Engineer at
site
1 m3 (One
cubic metre
only)
3 1940 M3
Providing and laying gravel to the required
thickness over the berms on the sides of
the road and compacting with power rollerincluding cost of gravel spreading,
watering and consolidation, hire charges of machinery , labour charges etc., complete
as directed by the Engineer at site
1 m3
(One
cubic metre
only)
4 26 M3
Providing and laying WBM 75mm
compacted thickness with grade II metal using 1m3 of 63 - 45mm IRC size HBG
metal with 0.24m3 of gravel for blindage
per 10m2 including cost and conveyance of all materials to the work site and stacking
them to the standard departmental metrick gauge for pre-measurements labour
charges for spreading the metal and
gravel, hard packing to camber, watering with all leads for water and compaction by
80 - 100 KN power roller, including the labour charges and fuel charges for power
roller, water sprnkler and all other T&P etc., complete as per clause 404 MOST
specification
1 m3
(One cubic
metre
only)
Signature of contractor
With full address
SPECN.NO.SE/CM/NCTPS/ 76/ 09-10
5 13 M3
Providing and laying built up spray grout
75mm thick using 1.0 cum of clean coarse agrregate 53 to 13.2mm graded HBG metal
with the application of bitumens at the rate of 30 kgs per 10 sq.m to be sprayed by the
mechanical sprayer at the rate of 15 kgs. per 10 sq.m over each layer and spreading
the key aggregate of IRC size 22.4 - 2.80
mm graded HBG metal at the rate of 0.13cum. per 10 sq.m over the second
layer of metal after application of bituman and compaction of each layer by 80 - 100
KN power roller including conveyance of all
materials to site stacking the materials to departmental metric guage for pre
measurement, heating the bitumen in bitumen boiler to the required temperature,
spraying the bitumen with mechanical
sprayer including labour for spreading the metal, hand packing to camber and grade
and all hire charges and fuel charges for tools and plants employed etc., complete
as per clause 506 MOST specification
1 m3
(One cubic
metre only)
6 195 M2
Applying tack coal over un primed WBM
and busg surface using 4 kgs of bitumen
binder for 10 sq.m area including cost of bituminous binder at the site, including
labour charges for preparing the surface and applying the requires quantity of
bituminous binder as tack coat by bitumen sprayer etc., complete as per clause 503
of MOST specification
1 m2
(One
squre metre
only)
7 1945 M2
Applying tack coat of 3kg / 10m2 over the existing bituminous surface using 3kgs of
bitumen binder of 10 sq.m. area including
cost of binder, labour charges for preparing the surface for laying the tack coat and for
applying required quantity of binder as tack coat by sprayer etc., complete as per
clause 503 of MOST specification
1 m2 (One
squre
metre only)
Signature of contractor
With full address
SPECN.NO.SE/CM/NCTPS/ 76/ 09-10
8 88 M3
Providing and laying 50mm compacted
thick lean bituminous macadam using 0.42 m3 of 26.50 - 11.20mm Graded metal and
0.10m3 of 11.20 - 2.80mm graded metal and 0.18m3 of 2.80mm and below with 27
kgs of bitumen for premixing per 10 sq.m including cost and conveyance of all
materials to work site and stacking them
on road side to standard departmental metric gauge for premeasurement, heating
the bitumen in bitumen boiler, heating the aggrements and mixing them with bitumen
in mini hot mix plant, spreading the mix to
the required grades and lines, compaction by 80 - 100 KN power roller, including
labour charges for loading, spreading etc., including hire charges and fuel charges for
mini hot mix plant, power roller, bitumen
boiler and all other T&P employed etc., complete as per clause 504 of MOST
specification
1 m3
(One cubic
metre only)
9 2140 M2
Providing and laying semidence bituminous
concrete 25mm compactd thickness using 0.10 m3 of 11.20mm IRC HBG metal,
0.16m3 of 6.70mm IRC HBG metal, 0.11m3 of 2.80mm and below with 24 kgs of
bitumen per 10 sq.m. for premixing
including cost and conveyance of all materials to site and stacking them on road
side to departmetnal metric gauge for premeasurement / heating the bitumen in
bitumen boiler / heating the aggregates
and mixing them with bitumen in mini hot mix plant, spreading the specified grade
and cross sections and compaction by 80 - 100 KN power roller etc., including labour
charges for spreading etc., including hire
charges and fuel charges for power roller, bitumen boiler, mini hot mix plant and all
other T&Ps employed etc., complete as per clause 511 of MOST specification
1 m2
(One squre
metre only)
NINE ITEMS ONLY
Signature of contractor
With full address