NORTH CHENNAI THERMAL POWER STATION...

69
1 NORTH CHENNAI THERMAL POWER STATION STAGE.II (2x600 MW) TENDER SPECIFICATION FOR DESIGN, ENGINEERING, SUPPLY,CONSTRUCTION,TESTING AND COMMISSIONING OF AN ADDITIONAL NEW HFO STORAGE TANK OF CAPACITY 2000KL AT NORTH CHENNAI THERMAL POWER STATION- STAGE.II SPECIFICATION NO:CE/NCTPP Stage.II/SE/Mech/ 65 / 2013-14 OFFICE OF THE CHIEF ENGINEER/PROJECT, NORTH CHENNAI POWER STATION- STAGE.II, ATHIPATTU, CHENNAI 600 120. TAMIL NADU. (Not Transferable)

Transcript of NORTH CHENNAI THERMAL POWER STATION...

1

NORTH CHENNAI THERMAL POWER STATION – STAGE.II (2x600 MW)

TENDER SPECIFICATION

FOR

DESIGN, ENGINEERING, SUPPLY,CONSTRUCTION,TESTING

AND COMMISSIONING OF AN ADDITIONAL NEW HFO STORAGE TANK OF CAPACITY 2000KL AT NORTH CHENNAI THERMAL POWER STATION- STAGE.II

SPECIFICATION NO:CE/NCTPP Stage.II/SE/Mech/ 65 / 2013-14

OFFICE OF THE CHIEF ENGINEER/PROJECT, NORTH CHENNAI POWER STATION- STAGE.II,

ATHIPATTU, CHENNAI 600 120. TAMIL NADU.

(Not Transferable)

2

TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LIMITED

SPECIFICATION NO: CE/NCTPP Stage.II/SE/Mech/ 65 / 2013-14

1. Name of the work : NCTPS, Stage-II – Design, engineering, supply, construction, testing and commissioning of an additional new HFO storage tank of capacity 2000KL for 2 x

600MW NCTPS Stage-II.

2. Date of Commencement of sale of specification.

: 05.02.2014

3. Last date for sale of Specification

: Upto 3.00PM on 19.02.2014

4. Date of Pre bid meeting : On 18.02.2014 at 15.00 Hrs. 5a. Due Date and time for

receipt of Tender : Upto 2.00PM on 26.02.2014

5b. Due date and time for opening of Tender

: At 2.30 PM on 26.02.2014

If the due date for receiving and opening the tenders happens to be a declared holiday, then the tender will be received and opened on the next working day, for which no prior intimation will be given.

6. (a) Earnest Money Deposit (EMD) or

: Rs.3,00,000/- (Rupees three Lakhs only).

(b) Permanent E.M.D. : Rs.10,00,000/- or above at Head Quarters (or) CE/NCTPS.

7. Tender form should be addressed to

: The Chief Engineer/Project, North Chennai Thermal Power Station-Stage.II Athipattu, Chennai 600120.

8. Required number of Tender Copies.

: Two copies

9. Place at which tender will be opened.

: O/o. Superintending Engineer/ Mechanical/ Project / North Chennai Thermal Power Station

– Stage.II , Athipattu, Chennai 600120. 10. Cost of Specification : Inside Tamil Nadu - Rs.10,000/-

Outside Tamil Nadu – Rs.10,000/- Rs.300/- extra if required by post.

NOTE : The Tender Documents are available in the TANGEDCO Limited website (www.tangedeco.gov.in) and Tamil Nadu Government website

(www.tenders.tn.gov.in) and the prospective bidders may get the specification by downloading from TANGEDCO Limited Website and Tamil Nadu Government website at free of cost.

3

INDEX

S.NO. SECTION DESCRIPTION PAGE NO.

1 I EARNEST MONEY DEPOSIT 04

2 II BID QUALIFICATION REQUIREMENT 07

3 III REJECTION OF TENDERS 08

4 IV INSTRUCTION TO BIDDERS 09

5 IV PRE-BID MEETING 13

6 V COMMERCIAL TERMS AND CONDITIONS 16

7 VI TECHNICAL SPECIFICATION AND SCOPE OF WORK

27

8 VI(A) SPECIFIC REQUIREMENTS FOR CIVIL WORKS

31

9 VII SPECIAL CONDITIONS

47

10 VIII GENERAL CONDITIONS

49

11 IX SCHEDULES 60

4

S E C T I O N – I

EARNEST MONEY DEPOSIT(EMD):

Tenderer should pay the specified amount towards Earnest Money Deposit(EMD) as follows: Earnest Money Deposit: Rs.3,00,000/-( Rupees three lakhs only). 1) The EMD shall be paid only through crossed bank Demand Draft/Bankers Cheque drawn in favour of “TANGEDCO Collection Account” payable at Chennai from any Nationalized or Scheduled Bank of India. The above Demand Draft/Banker’s cheque should be kept either in outer cover or cover ‘A’. 2) PERMANENT EMD: a. The tenderers who are having valid permanent EMD of Rs.10,00,000/- or above

with TANGEDCO (Formerly TNEB) at Head Quarters or Chief Engineer / NCTPS are exempted from payment of EMD and are eligible to participate in the tender. b. Firms who have PEMD less than specified above are not eligible to participate on the basis of the PEMD deposited by them even for lesser quantity and value. c. If the tenderer desires to become a permanent EMD holder, he is advised to deposit the required amount with the Board at Head Quarters Office as Permanent EMD well in advance, obtain a certificate from the Deputy Financial Controller / Chief Engineer / NCTPS and enclose the copy of the same along with the tender offer as mentioned in clause – 1 above. 3) The EMD will not carry any interest. 4) The EMD received from the unsuccessful tenderers will be refunded on finalization of tender and on application for refund along with advanced stamped receipts. 5) Cheque or Bank Guarantee will not be accepted towards EMD and the tenders shall be rejected if EMD is not paid in the prescribed manner.

6) The following categories of industries are exempted from payment of EMD: (i) The Small Scale Industrial(SSI) Units located within the State and Registered with the Tamil Nadu Small Industries Development Corporation or the National Small Industries Corporation(NSIC). (ii) Holding Permanent Registration Certificate from the District Industries Centers of Directorate of Industries and Commerce in respect of those items for which the Registration Certificate has been obtained or holding Acknowledgment issued for Entrepreneur Memorandum Part-II obtained from District Industries Centre in respect

of those items for which registration certificate / Acknowledgement has been issued. (iii) Departments of the Govt. of TN and Undertakings and Corporations owned by the Government of Tamil Nadu,

5

(iv) Labour Contract Co-operative Societies, Tiny Industries classified under S.S.I. registered with the State of TN and Registration Certificate issued by the Department of Industries and Commerce/Govt. of Tamil Nadu. (v) SSI Units located outside the State and such of these units registered with National Small Industries Corporation in respect of the items manufactured by them are the only categories of Institutions/ Industries exempted from the payment of EMD. (vi) Tenderers who have furnished Entrepreneurs Memorandum Part-II and acknowledgement issued by District Industries Centres concerned for the Entrepreneur Memorandum Part-II for the materials tendered/ services to be provided. NOTE: SSI units having provisional registration certificate are not eligible for EMD

Exemption. 7.(i) Those tenderers who are exempted from payment of EMD shall furnish the audited attested copy of profit and loss account, Balance sheet along with the proof for exemption from paying EMD in order to ensure the SSI status based on the investment held in plant and machinery, In case the investment held by them in plant and machinery as per their statement of Accounts exceeds Rs.5 crores, the General Manager, District Industries Centre concerned shall be requested to verify the SSI status of the firm. Till the receipt of confirmation from GM/District Industries Centre concerned, the exemption from paying EMD for SSI units shall not be extended.

(ii) Those tenderers who are exempted from payment of EMD shall furnish in lieu of EMD an undertaking in a non-judicial Stamp paper of value not less than Rs.80/- in the form as per Schedule H to the effect to pay as penalty an amount equivalent to EMD or an amount equal to the actual loss incurred whichever is less in the event of non-fulfillment or non-observance of any of the conditions stipulated in the contract consequent to such breach of contract. The State Govt. Public Sector Undertakings who are exempted from payment of EMD should pay as penalty an amount equivalent to the amount fixed as EMD in the event of non-fulfillment or non-observance of any of the conditions stipulated in the contract. The authorized signatory shall offer his signature in all the stamp papers. (iii) Tender will not be opened if the Undertaking is not signed /authenticated in all pages of the Undertaking. Note : Tenders received without this undertaking will not be opened. 8) SSI units registered within the State of TN shall enclose duly attested copy of their Permanent Registration Certificate issued by District Industries Centre as SSI Unit or the copy of valid registration certificate issued by NSIC for small scale industrial unit

for subject materials specifying capacity for which they are permitted to manufacture and the period of validity of the certificate as proof of eligibility for exemption from payment of EMD in sealed outer envelope as specified in Clause-2 above. 9) Others viz. Central and other State Govt Departments/ Undertakings and Corporations other than those in TN shall have to pay EMD and Security Deposit. 10) The Demand Draft / Banker's Cheque or the proof of exemption of EMD and an undertaking in lieu of EMD or proof of Permanent EMD should be enclosed along with

6

tender offer either inside the sealed Outer cover (or) inside the Envelope ‘A’ i.e. Techno-Commercial Bid. If on opening the Outer cover and Envelope A, it is found that the above have not been enclosed along with the tender, then their offer will be summarily rejected. 11) The EMD / Permanent EMD made by the tenderer will be forfeited if:

a) The tenderer withdraws his tender or backs out after acceptance. b) The tenderer withdraws his tender before the expiry of validity period stipulated

in the Specification or fails to remit the Security Deposit. c) The tenderer violated any of the provisions of these regulations contained herein. d) The tenderer revises any of the terms quoted during the validity period. f) In the event of the documents furnished with the offer being found to be bogus or the documents contain false particulars, the EMD paid by the tenderers will be forfeited in addition to blacklisting them for future tenders/contracts in TANGEDCO.

In case of Tenderers participating on the strength of PEMD, an amount equivalent to

the EMD for this Specification will stand forfeited in the event of such Tenderer committing any of the acts listed above. 12) The EMD of all the bidders except that of the successful bidder will be returned

by the owner after acceptance of the “Award of contract” by the successful

bidder.

7

SECTION –II

BID QUALIFICATION REQUIREMENTS

The TENDERERS shall become eligible to bid on satisfying the following “BID

QUALIFICATION REQUIREMENTS”.

1) The bidder should have previous Experience in Design, Supply, Erection,

Testing & Commissioning of Oil Tank / Oil Pipe lines including Civil works

for Fuel oil handling system connected with Thermal Power Station having

capacity of 210MW unit or above within the last five years from the date

of tender opening to TNEB/PSU/SEB/Govt. undertaking unit in their own

name for a value of not less than Rs.1 Crores in a single order. Attested

photo copy of the order should be enclosed for evidence.

2) The Bidder should furnish the completion certificate from the “End user”

for the above along with their tender. In case the work was carried out

in TANGEDCO Ltd., the end user certificate shall be obtained by the

concerned tender inviting authority.

3) The bidder’s annual turnover should be not less than Rs.1.00 Crores in

any one of the last three financial years. A copy of the audited profit

and Loss account, balance sheet, and annual turn over statement for

the above three years duly certified by the Chartered Accountant or

attested copy of IT return filed by bidders, attested copy of STCC and

attested copy of enlistment certificate issued by NSIC containing

turnover details of bidders for respective period shall be furnished along

with the tender.

4) Joint Venture / Consortium agreement/ Sub Contract agreement will not

be considered.

5) Documentary evidence in support of all the above requirements attested

by Gazetted officer or Notary Public should necessarily be enclosed along

with the offer. In the absence of attested supporting documents the offer

will be rejected.

8

SECTION – III

REJECTION OF TENDERS

(i) Tenders will be summarily rejected if a) Not accompanied the EMD or proof of exemption from payment of EMD.

b) Accompanied by inadequate PEMD. c) Not meeting the Bid Qualification Requirements.

(ii) Tender is liable for rejection if it is

a) Not in the prescribed form and not containing all the required details.

b) Not properly signed by the tenderer.

c) Received after the expiry of the due date and time.

d) Not in conformity with the Board's commercial terms and technical specifications.

e) Received by telex or Fax or telegram or E-mail.

f) Received from the tenderer who is directly or indirectly connected with

Government service or Board service or service of Local Authority.

g) Received from the tenderer whose past performance/undertaking is not

satisfactory.

h) Received from the Black listed firm or contractor.

i) With validity period less than that specified in the specification.

j) From a tenderer who has indicated the price in the technical/commercial bid

(Envelope ‘A’).

k) Not containing all required particulars as per SCHEDULES.

l) Not covering the supply of equipments/materials with all accessories, stipulated in

the tender.

m) Not in conformity with Board’s technical specification and is not given as a

complete system but only in part.

n) If the bids are received through consortium/Joint venture firms, the same will not

be considered.

9

SECTION – IV

INSTRUCTION TO BIDDERS

1.0. GENERAL:

Sealed Tenders are invited in Triplicate superscribed as “TENDER FOR SPECIFICATION NO. CE/NCTPP Stage.II/SE/Mech/ 65 / 2013-14 for Design, Engineering, Supply, Construction, Testing and Commissioning of an additional new HFO Storage Tank of capacity 2000KL for NCTPS, Stage –II. 2.0 TENDERING PROCEDURE: 2.1 Tender should be furnished in sealed double covers. Envelope A & B along with proof towards Earnest Money Deposit and cost of tender specification and put in a sealed cover. The tender offer shall be addressed to

The Chief Engineer/Project,

North Chennai Thermal Power Station, Stage-II

TANGEDCO Ltd.,

Athipattu, Chennai 600 120.

TAMIL NADU.

2.2 The sealed outer cover shall be sent by Registered Post or Courier superscribed as indicated in clause 1.0 above.

2.3 The sealed Envelopes A and B contain the following. i) Envelope A: a. Commercial & Technical bids. b. Documentary evidence in support of Bid Qualification Requirement as per

Section II. c. Any other information called for in the specification other than price. ii) Envelope – B: The PRICE BID containing ‘Schedule of prices’.

The words ‘Envelope A’ and ‘Envelope B - Price Bid’ shall be clearly written on

the respective covers to avoid accidental opening of Price bid during tender opening.

2.4. The Demand Draft or Banker’s Cheque in respect of EMD (or) Copy of the PEMD certificate issued or Proof for exemption of EMD along with audited attested copy of profit and loss account, Balance sheet for exemption from paying EMD and under taking in lieu of EMD should be attached to the outside of the Envelope-A in a manner that it is visible immediately, once the outer cover is opened. Offers not satisfying the above requirements will summarily be rejected. 2.5. The outer cover should be addressed to

The Chief Engineer/Project,

North Chennai Thermal Power Station, Stage-II

TANGEDCO Ltd.,

Athipattu, Chennai 600 120, TAMILNADU.

and reach this office not later than 14.00 Hrs. on the due date.

10

2.6. The tenders will be opened at 14.30 Hrs. on the due date. The due date and

time of opening of price bids (Envelope – B) shall be intimated to the qualified tenderer later.

2.7. Bidder’s address shall be clearly indicated on the outer cover. 2.8. PLEASE NOTE THAT: a) Tenders delivered in person/courier shall be handed over to the Executive

Assistant to CE/Project/NCTPS Stage-II/Chennai-120 on or before the due date and time.

b) Tenders will not be accepted after the due date and time.

c) Tenders received by post after the prescribed time and date will be immediately

returned to the tenderer.

d) Tenderers sending their tenders by post are advised to send them sufficiently well in advance so that the tenders reach the office of “The Chief Engineer/Project/NCTPS, Stage-II/Chennai -120” on or before 14.00 Hrs. on the due date. Tenders though posted in time but delayed in transit by post will not be considered, if received late.

e) Tenders as well as the enclosures thereof shall be submitted in Duplicate and

all the Two copies shall be identical. In submitting the tender, the schedule of price and other particulars required shall be furnished as per the format contained in the specification.

f) All information in the bid shall be in ENGLISH only. All corrections, over typing etc. in the tender should be attested.

g) The tenderers are requested to furnish the exact locations of their office with details of address in their tenders to enable inspection by the Board, if considered necessary. Any change in Name/Address/Location shall be intimated immediately.

h. The joint ventures/consortiums are not eligible to participate in this tender. 3.0 MODIFICATIONS/CLARIFICATIONS TO TENDER DOCUMENTS:

3.1 At any time after issue of the tender documents and before the opening of the

tender, the Board may make any changes, modifications or amendments to the

tender documents and shall send information of such change to all those who have purchased the tender documents.

3.2 All corrections, over typing etc. in the tender should be attested. 3.3 The offer shall be furnished as per the price schedule enclosed to this

specification only. Offers furnished in the other formats are liable for rejection. 3.4 Tenderers are advised to peruse all the clauses in the specification and

Instructions to tenderers before quoting.

11

3.5 If a tenderer has any doubt about the meaning of any of the clauses in the

specification, he is advised to seek clarification on the same from the Chief Engineer/Project/NCTPS, Stage-II, Athipattu, Chennai-120. The clarification if any sought for by the tenderer before 48 Hrs. of the opening of the tender will be replied to you.

3.6 The tenderer who is an Industrial Company should state clearly whether the

company is potentially sick industrial company or a sick industrial company in terms of Section 23 of Section 15 of the Sick Industrial Companies ’ Special Provisions Act 1985. Failure to furnish this information will make the tender liable for rejection.

3.7 The tender shall be clearly outlined in the Schedule of deviations enclosed in the

Schedules failing which the offer will be deemed to confirm fully with the Technical specification and General terms & Conditions.

4.0 OPENING OF TENDER: 4.1. The tenders will be opened at the Office of the Superintending

Engineer/Mechanical/Project/NCTPS Stage-II, Athipattu, Chennai-120 on the due date and time prescribed in the presence of such of those tenderers who may desire to be present. If the due date for tender opening happens to be a

holiday, the tenders will be opened on the succeeding working day.

4.2. The individuals attending the opening of tenders should be duly authorized by the participating firms in the tender.

4.3. Envelope-A of those bidders will be opened at the time notified for opening. If the bidder indicates the price in envelope-A, the bid will not be read out and will be rejected.

4.4. The due date and time of opening of Envelope - B shall be intimated later. 5.0 ANALYSIS OF TENDERS:

EVALUATION AND COMPARISON OF TENDER OFFERS:

5.1 The bid evaluation shall be done as per Tamil Nadu Transparency in Tender Act 1998 and Tamil Nadu Transparency in Tender Rules 2000.

The evaluation shall include cost of material & work portion, all central duties

such as Customs Duty, Excise Duty/TNVAT, freight, insurance, packing,

forwarding charges, service tax, WCT, etc. The evaluation shall include all central duties such as excise duty, freight, insurance, packing charges, etc., wherever applicable, but shall exclude TNVAT alone, if the tenderers are from other States and Tamil Nadu, otherwise, all inclusive price will be taken in to account for evaluation purpose. However, the percentage and amount applicable towards ST shall also be indicated in the tender separately in Schedule – A.

5.2 The stipulation no increase in price will be considered is not applicable to

decrease/ increase in taxes due to statutory variation on Excise Duty, VAT, etc.

12

But, if the tenderer comes in to different tax slab and therefore has to pay higher taxes, they alone will have to absorb it.

5.3 You are therefore requested to give break up for ED, ST, VAT etc., adopted by you in the offer or in the quoted rate and these rates will form the basis for regulating the variation in statutory levies subsequent to the opening of the tender.

5.4 In case of discrepancy between the prices quoted in words and figures, the lower of the two shall be considered. The tenders with quoted price only in figure are liable for rejection.

5.5 The quoted prices shall be corrected for arithmetical errors.

6.0 RIGHTS TO THE BOARD: 6.1 After negotiation with the tenderer and before passing the order accepting a

tender, if the Tender Accepting Authority decides that the price quoted by the tenderer is high, the tender is liable for rejection.

6.2 to accept the lowest or any tender without assigning any reason. 6.3 Not withstanding anything contained in this specification, the Board reserves the

right:

a) To divide, split and award contracts to one or more contractors for the items covered by this specification.

b) To relax or waive any of the conditions stipulated in the tender specification as deemed necessary in the best interest of the Board for good and sufficient reasons.

c) To revise the quantum of works/materials and delivery schedule of any or all the items covered by this tender during the tendency of the contract.

d) To vary the quantity finally ordered to the extent of 25% either way of the requirement indicated in the tender document if necessary during the pendency of the contract.

e) To cancel the order for not keeping up the delivery schedule. 7.0 VALIDITY OF TENDERS:

Tenders should be valid for acceptance for a period of at least 180 days from the date of tender opening. However, the tenderer shall keep his offer open till such time his tender is either accepted or rejected by the Board/Competent Authority. Any extension thereof should also be given if requested by TNEB without revision of prices and terms.

13

8.0. DEVIATIONS:

Offers from tenderers conforming to this tender specification will be preferred. Any deviations either in the commercial terms or in the technical terms of the tender specification shall be indicated in the schedule “ B & C ” only. Any other deviation mentioned elsewhere other than the schedule “ B & C ” will be ignored and it will be construed that the offer is as per specification. 9.0 PRE-BID METTING: A Pre-bid meeting will be held at the office of the Chief Engineer / Project / NCTPS Stage-II, TANGEDCO Ltd., Athipattu, Chennai 600 120 to clarify the bidders

clarification on the Tender Specification and on the scope of the works covered in the Contract.The bidders who have downloaded the tender specification from the TANGEDCO’s website or Tamil Nadu Government website should produce the evidence for having downloaded the Tender Specification to attend the pre-bid meeting.

10.0 LOCATIONS: The tenderers are requested to furnish the exact locations of their office with details of address in their tenders to enable inspection by the Board, if considered necessary.

11.0 MOST RESPONSIVE OFFER: The tender offers accepting all commercial terms of the specification will be treated as most responsive offer. 12.0 POTENTIALLY SICK UNIT: The tenderer may clearly indicate in their offer whether the company is a potentially sick industrial company or a sick industrial company in terms of Sec.23 or sec.15 of sick industrial companies special provision Act 1985. Failure to supply this information will make the tender liable for rejection. 13.0 APPEAL: Any tenderer aggrieved by the order passed by the Tender accepting Authority under Section-10 of the Tamil Nadu Transparency in Tenders Act 1998 may appeal to the Government within 10 (Ten) days from the date of receipt of order. 14.0 INFORMATION REQUIRED AND CLARIFICATIONS:

14.1. To assist in the examination, evaluation and comparison of tender offers, the Board may, at its discretion, ask the tenderer for a clarification of his offers. All the responses to requests for clarification shall be in writing and to the point only. 14.2. The Board will examine the tender offers to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed and whether the offers are generally in order.

14

14.3. Prior to the detailed evaluation, the Board will determine the substantial responsiveness of each offer to the bidding documents. A substantially responsive offer is one which conforms to all the terms and conditions of the specification without any deviation. 14.4. The tender offers shall be deemed to be under consideration immediately after they are opened and until such time official intimation of award / rejection is made by the Board to the tenderers. While the offers are under consideration, tenderers and/ or their representatives or other interested parties are advised to refrain from contacting by any means, the Board and / or Board’s employees / representatives on matters related to the offers under consideration. Attempt by any tenderer to bring extraneous pressures on the Tender Accepting Authority shall be sufficient reason to disqualify the

tenderer as per Tamil Nadu Transparency in Tender Rules 2000 Sec. 27.3 14.5 Mere submission of any tender offer connected with these documents and specification shall not constitute any agreement. The tenderer shall have no cause of action or claim, against the Board for rejection of his offer. The Board shall always be at liberty to reject or accept any offer or offers at its sole discretion and any such action will not be called into question and the tenderer shall have no claim in that regard against the Board. 14.6 At any time after issue of tender documents and before the opening of the tender, the Board may make any changes, modification or amendments to the tender

documents and shall send information of such change to all those who have purchased the tender documents. 14.7 All corrections, over typing etc., in the tender should be attested. 14.8 The offer shall be furnished as per the price schedule enclosed to this specification only. Offers furnished in other formats are liable for rejection. 14.9 Tenderers are advised to peruse all the clauses in the specification and instructions to tenderers before quoting. 14.10 If a tenderer has any doubt about the meaning of any of the clauses in the specification, he is advised to seek clarification on the same from the Chief Engineer/ Project/NCTPS Stage-II/TANGEDCO/Chennai 120. 14.11 The clarification if any sought for by the tenderer before 48 hours of the opening of the tender will be replied to. 14.12 Any and all the exceptions which the bidder may take to any of the clauses with specification shall be clearly outlined in the schedule of deviation as enclosed in the

schedules B & C failing which the offer will be deemed to confirm fully with the Specification and general terms and conditions. 15.0 INSPECTION OF SITE BY BIDDERS: a) Bidder shall inspect the site, examine and obtain all information required and satisfy himself regarding matters and things such as access to site, communication, transport, right of way, the type and number of equipment and facilities required for the satisfactory completion of work, the quantity of various sections of the work, the availability of local labour, availability and rates of material, local working conditions,

15

uncertainties of weather obstructions and hindrances that may arise, etc. which may affect the work or cost thereof, before submission of his bid. Ignorance of site conditions shall not be accepted as basis for any claim for compensation of any nature during or after completion of work . The submission of a bid by the bidder will be construed as evidence that such an examination was made and any later claims/ disputes in regard to rates quoted shall not be entertained or considered by the Owner.

b) The access road to the work site is available. If any temporary feeder road is considered essential for the proper execution of the work, this shall have to be formed by the contractor at his cost with the prior approval of the ENGINEER and restored to original condition as and when required. The CONTRACTOR shall organise his own arrangement to transport his equipment, men and materials in such a manner that the

completion period will not be exceeded on any account. c) Power supply will be made available for construction purposes for specified construction equipments only as stipulated in Section-VIII. Water supply for construction purposes will be arranged by bidder as stipulated in Section-VIII.

d) The rates quoted by BIDDER shall be based on his own knowledge and Judgment of the conditions and hazards involved and shall not be based on any interpretations of the ENGINEER.

e) It shall be ensured by the contractor that the work should proceed uninterrupted.

As such adequate number of equipments shall be provided by the contractor as an alternate arrangement in case electrically operated equipments are proposed to be brought to site. 16.0. SCHEDULES AND ANNEXURES: The following Schedules are enclosed with the specification for reference and fill up wherever necessary. The tenderer shall furnish all the required details without fail as per the schedules enclosed.

SCHEDULES (Section IX):

Schedule A : Schedule of Rates Schedule B : Deviation from Technical Specification Schedule C : Deviation from Commercial Terms Schedule D : Past Performance details. Schedule E : Undertaking for Payment of Dues to TNEB Schedule F : Undertaking for Legal Proceedings Jurisdiction Schedule G : Tender Form

Schedule H : Undertaking in lieu of payment of EMD 17.0 IMPORTANT NOTE:

The tenderers shall fill up the Schedules – A to H enclosed with the specification

and furnishes them along with the tender, failing which the tender is liable for rejection.

16

SECTION – V

COMMERCIAL TERMS AND CONDITIONS

All the required commercial terms and conditions as per Board’s standard and in accordance with Tamil Nadu Transparency in Tender Act 1998 and Tamil Nadu Transparency in Tender Rules 2000 are included in the section. 1.0 GENERAL:

The site location, approach to the site and meteorological conditions at the site are furnished below:-

i) Location : North Chennai Thermal Power Station,

Stage-II

ii) Nearest Rly. Station/Town : Athipattu Pudhunagar/Chennai-600120.

iii) Nearest Air Port : Chennai.

iv) Access Roads : Pattamandiri – 5 Km Long Road

taking off from Thiruvotriyur, Ponneri District, Highway.

v) Altitude : Appx. 3 M above MSL.

vi) Ambient Air Temperature :

a. Maximum : 42° C b. Minimum : 15.6° C c. Maximum Daily : 39.4° C

vii) Relative Humanity :

a. Max. during monsoon : 84% b. Minimum : 58% c. Average : 67%

viii) Rainfall :

a. Annual Average : 125 Cm. b. Period : 75% occurs during October to December.

ix) Climatic Condition : Tropical.

x) Design Wind Pressure : In accordance with provisions of

loading Standards IS : 75.

17

viii) Seismic Data : a) Zone as per IS : 1893 Zone-II. b) Basic horizontal : 0.02 seismic co-efficient c) Importance factor : 1.5

ix) Ground Water Table : 0.5 m to 1.5m below ground level

2.0 PRICE: 2.1 The Tenderers are requested to quote only FIRM Price in Indian Rupees valid for the entire duration of contract and any agreed extension thereto. No increase in price will be admissible on any grounds. 2.2 The prices quoted should have the split up details like Ex-works price, Excise Duty, Education cess on E.D. Central Sales tax/TNVAT and Service Tax, Packing and Forwarding, Freight and Insurance charges to cover transit risk, delivery at site. A format for price is given in Schedule `A’.

2.3 It is the responsibility of the tenderer to make sure about the correct rates of duty/tax leviable on the materials at the time of tendering. If the rates assumed by the Tenderers are less than the rates prevailing at the time of tendering, the Board will not be responsible for the mistake. If the rates assumed by the tenderer are greater than the rates prevailing at the time of tendering the difference will be to the credit of the Board.

2.4 The tenderer should quote their rates taking into account the Excise Duty/ Central Sales tax/TN VAT /Service Tax relief available to them on account of duty paid for procurement of raw materials under MODVAT/CENVAT Scheme. 2.5 No ED will be paid on bought out items.

2.6 Also a certificate to the effect that the tenderers have taken into account MODVAT/CENVAT Credit while quoting prices shall be given. 3.0 PAYMENT: 3.1 The contractor shall prepare and submit to the Owner, for approval, with a break up of the Contract Price (Billing break up). Any payment under the Contract shall be

made only after the Contractor's price breakup (billing break up) is approved by the Owner.

3.2 Bills for progressive payment shall be furnished in quadruplicate enclosing all the required documents to the SE / Mechanical/Project/NCTPS Stage - II / Chennai – 120.

3.3 The payment will be made by DFC/Central Payment, 7th Floor, NPKRR Maaligai, Chennai-02 by cheque on any of the scheduled banks (or) its branches in Tamil Nadu as may be decided by the Board from time to time against the bills presented by the contractor and passed by the SE / Mechanical/Project / NCTPS Stage - II / Chennai –

18

120 providing all other terms and conditions of the order are satisfied. The Bank charges involved in making the payment will be to the account of the contractor.

3.4 Payments will not be made for equipments / materials damaged during transit. All defective materials shall be replaced by the supplier free of charge. 3.5. 95% Payment shall be made as Pro-rata basis and balance 5% will be made after Completion of entire works and after completion of performance test. In case of delay 95% payment shall be made after recovery of LD and balance 5 % will be made after completion of entire works. No interest will be paid on delayed payments, if any. 4.0 PERIOD OF CONTRACT:

The work covered under this contract as a whole shall be completed within 5 months (Five months) from the date of taking over of site. 5.0.TIME OF COMPLETION AND WORK SCHEDULE:

5.1. Time is the essence of award of work of this Contract. The Contractor shall, within two weeks of award of work submit to the Owner for his approval, detailed work schedule showing how he proposes to carry out the work, specifically mentioning time periods as well as date of commencement and completion of work in each area and such approved schedules must be strictly adhered to by the Contractor. The

schedules are to be reviewed periodically with the Owner to ensure that the completion date will be met or to institute corrective steps (at no extra cost to the Owner) to adhere to the completion dates. The Owner reserves the right to revise the schedule at his discretion in order to keep up the completion date and to suit the project requirement and such alterations shall not entitle the contractor to any extra payment.

5.2. The work covered under this contract as a whole shall be completed within 5 months (Five Months) from the date of taking over of site. 5.3. Within 15 days from the date of receipt of intimation regarding readiness of site by the Engineer, the contractor should take over the site and commence the work.

5.4. The whole work must be proceeded with, within such sections and at such times and in such order and manner as described in those specifications and as directed by the ENGINEER. No extra payment or relaxation in the rates will be permitted on account of this.

5.5. The CONTRACTOR shall make all necessary arrangements at SITE to mobilize machinery, equipment, labour and material and maintain necessary number of machinery and equipment and operators to guarantee such minimum rate of progress of the WORK as is required by the agreed SCHEDULE for the timely completion of the work as per relevant clauses in GENERAL CONDITIONS OF CONTRACT.

5.6. Extension of contract period, for completion of work shall be granted by the OWNER equal to the period of force majeure conditions only, if were in existence as applicable to this contract. Monsoon/inclement weather shall not be considered as a reason for extension of time.

19

5.7. Idle time charges for any reason including men and machinery whatsoever shall not be entertained by the OWNER.

5.8. If the contractor fails to maintain the stipulated time of completion specified here in above, he shall be liable to pay liquidated damages as per clause 12.0 of this Section. It shall be clearly understood that failure to meet the completion date and/ or slow progress of work shall also attract penalty as per General conditions of contract in

Tamil Nadu Building Practice (TNBP- Volume II).

6.0. MOBILISATION ADVANCE: No mobilization advance will be given for this contract & no advance payments will be

made for any item of work. 7.0 TAX AND EXCISE DUTY: Any increase/ decrease in the Taxes & Duties on account of statutory variation by government within the contractual delivery schedule period will be in account of

TANGEDCO. If the materials/ works supplied/ executed beyond the schedule period taxes/ duties will be worked out both for the actual date of delivery and schedule date of delivery and the amount whichever is less only will be allowed. However ‘Service Tax’, if applicable, will be reimbursed upon production of documents for having paid the amount to the Service Tax Cell. 8.0 WORKS CONTRACT TAX: i) Works Contract Tax at 2% on the net value of Contract recovered at source from the Bills and remitted to the Commercial Tax Authorities. ii) Works contract tax shall not be deducted where

a) no transfer of property in goods is involved in the execution of works contract.

b) the contractor produces a certificate from the assessing authorities concerned that he has no liability to pay or has paid tax under section 5 on the cost of materials procured by him from outside the state.

c) the declared goods are purchased from a registered dealer within the state and used

in the execution of works contract in the same form in which such goods were purchased.

d)No works contract tax could be levied on supply of materials supplied by TANGEDCO, so long as the cost of such materials is deducted from the payment made to the contractor.

e)In respect of civil works, the existing procedure of contract may be continued in these works the materials such as sand, jelly, bricks, etc. are liable for levy of sales tax and if the contractor is reimbursed of such Sales Tax on production of proper evidence no work contract tax need be recovered from the contractor, provided the materials are procured by the contractor within the state from the local dealers who have registered themselves under TNVAT Act 2006. In case the contractor himself provide these materials without paying any Sales Tax thereon 2% works contract tax on the net value

20

of the contract (after adjustment of cost of materials supplied by the TANGEDCO) is recoverable from the bill. The TANGEDCO will not reimburse any work contract tax / sales tax. 9.0. INSURANCE: 9.1 It is incumbent on the part of the CONTRACTOR to see that it shall be his sole responsibility to protect the public and his employees, against any accident from any cause and he shall indemnify the Tamil Nadu Electricity Board against any claim for damages for injury to person or property resulting from any such accident and shall also where the provisions of workmen’s compensation act apply take steps to property insure against any claim there under by way of accident, risk, insurance demand for all purposes of relief, failing the same or otherwise, CONTRACTOR alone will be responsible to meet the compensation awarded under the said act.

9.2 The CONTRACTOR should satisfy the field Superintending Engineer that ‘Accident Risk Insurance Policy’ is taken before taking over the site for taking up the work and also to satisfy the field Superintending Engineer, that the policy/policies is/are kept in force till the contract is completed and the works are taken over by the Board, on the issue of completion certificate. 9.3 Recoveries will be made from Contractor’s bill for any liability for the accidents and refund of the same considered later after the claim is fully settled by the Insurance Authorities.

10.0 SECURITY DEPOSIT:

10.1. The successful tenderer will have to furnish Security Deposit-cum-Performance Guarantee for 5% of the total accepted value of the contract. The Security Deposit-cum-Performance Guarantee has to be paid in the form of Demand Draft or banker’s cheque (payable to the TNEB Collection Account, Chennai-2) or in the form irrevocable Bank Guarantee f(on Non –judicial stamp paper value not less than Rs. 80/-) from any Nationalized Bank or Scheduled Banks or Foreign Banks with branches in India. 10.2. The Security Deposit-cum-Performance Guarantee will be refunded to the contractor after 24 months from the date of completion of entire work satisfactorily. If the purchaser incurs any loss or damages on account of breach of any of the clauses or any other amount arising out of the contract becomes payable by the supplier to the purchaser, then the purchaser will in addition to such other dues that he shall have under the law, appropriate the whole or part of the security deposit and such amount that is appropriated will not be refunded to the contractor. 10.3. The above security deposit-cum-performance guarantee has to be paid within 15 days from the date of receipt of P.O., failing which their EMD would be liable for forfeiture and cancellation of the P.O. The security deposit will not carry any interest.

Alternatively, interest charges at 22% per annum or as fixed by Board will be

levied for belated payment of Security Deposit-cum-performance guarantee from the due date of payment till the date of receipt of DD/ Banker’s cheque /irrevocable Bank Guarantee towards security deposit plus interest up to the date of receipt of their first bill will be deducted from their first bill(s). Board reserves the right to cancel the P.O. not withstanding the levy of above interest charges.

10.4 When there is delay in work, the Bank guarantee towards SD-cum-PG shall be got extended suitably.

21

10.5 No tenderer is exempted from payment of Security Deposit-cum-Performance Guarantee. 11.0 GUARANTEE: 11.1 The works carried out by the CONTRACTOR shall be guaranteed for safe and satisfactory performance for a period of Two years from the date of completion in all respects and handing over to the TANGEDCO. 17.2 Any defects noticed during this period shall be rectified free of cost to the Board within 2 (Two) months from the intimation of defect/failure. Irrespective of number of failures and repairs, the successful tenderer shall be responsible for free replacement of the defective materials till the same serves a continuous period of 12 (Twelve) months from the date of commissioning. If they are not rectified or replaced within this period the contractor shall pay Liquidated Damages as per Liquidated Damages clause in the contract for the delay from the date of receipt of intimation for the defects or failures.

11.3. The incidental expenses, transport and freight charges for the replacement of

defective materials within the guarantee period may also be borne by the supplier till such time it serves a continuous period of 12 months as said above.

12.0 ROYALTIES FOR PATENTS:

All royalties for patents or charges for the use of infringements thereof that may be involved in the construction or use of any equipments or appliance to be supplied against this specification is included in the above prices. The contractor shall protect the purchaser against all claims, actions, suits and proceedings for the infringement or alleged infringement of any patent, design or copy right protected either in the country of origin or in India by the use of any equipment supplied by the contractor other than for the purpose indicated by or reasonably to be inferred from the specification.

13.0. LIQUIDATED DAMAGES:

If the CONTRACTOR fails in the due performance of this contract within the time fixed by the contract or any extension thereof, and the PURCHASER shall have suffered any loss from the delay occasioned by such failure, the CONTRACTOR is liable, at the discretion of the ENGINEER and the L.D. for delay in execution shall be HALF PERCENT (0.5%) of the contract price of the delayed portion for each completed week of delay and the total liquidated damages shall not exceed TEN PERCENT (10%) of the contract price of the work portions so delayed. If the works executed in part could not be beneficially used by the Board, the L.D. shall be worked out on the basis of the entire contract value and not on the value of Delayed portion. In addition to this, the provision regarding levy of penalty for slow progress of work and delay for not keeping up the interim and final completion period specified for various milestone activities as stipulated in the General Conditions of Contract in Tamil Nadu Building Practice for civil works would apply. In case of default in executing the work, the contractor is liable to pay to the Board in addition to liquidated damages for delay, the actual difference in price whenever Board orders the delayed works to be executed by other agencies at

higher rate. The Engineer shall be at liberty to terminate this contract in case the contractors slows down the works, abandons or does not use then quality materials. Seven days notices in writing shall be served to contractor in this regards which will lead to even the termination of the contract with out prejudice to recover the amount due either from the amount through this contract or other contracts.

22

14.0. FORCE MAJEURE: 14.1 If at any time, during the continuance of the contract, the performance in whole or in part, in any obligation under this contract, shall be prevented or delayed by reasons of any war, hostility, acts of public enemy, acts of civil commotion, strikes, lockouts, sabotages, fires, floods, explosions, epidemics, quarantine restrictions or other acts of God (herein after referred to as eventualities) then, 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 such eventuality, be entitled to terminate this contract nor shall have any claim for damages against the

other in respect of such non-performance or delay in performance and deliveries under this contract, shall be resumed as soon as practicable after such eventuality has come to an end or ceased to exit. 14.2 Provided that if the performance in whole or part by the supplier on any obligation under this contract is prevented or delayed by reasons of any eventuality for a period exceeding 60 days, the Board may at its option terminate this contract by a notice in writing. The documents/ Certificates for Force Majeure conditions are to be issued by the concerned authorities depending on the Force Majeure Conditions.

14.3 The Power cut shall not be considered under force majeure condition. The

period of extension shall be decided only by the authority who placed the order, after verifying the evidence for the cause of delay. 15.0 INCOME TAX:

13.1 The tenderer shall furnish ITCC if applicable. In the case of the proprietary or partner geared vessel firm, it will be necessary to produce the certificate aforementioned for the proprietor or proprietors and for each of the partners as the case may be. Deduction from the bill towards Income tax will be made at the rate of 2% of the value of the bill with 15% surcharge.

16.0 LIABILITY FOR ACCIDENT TO PERSONS:

16.1 The contractor shall indemnity and save harm to the purchase against all actions, suits, claims, demands, cost of expenses arising in connection with injuries suffered, prior to the date when the works or plant shall have been taken over, the person employed by the contractor or his sub-contractor on the works whether under the General laws or under the workmen’s compensation act 1923, or any other status in force at the date of the contract dealing with question of liability of employee for injuries suffered by employees and to have taken steps properly to insure against any claims hereunder.

16.2 On the occurrence of an accident which result in the death of the workmen employed by the contractor or which is due to the contract work and so serious as to be likely to result in the death of any such workmen the contractor shall within 24 Hrs. of happening of such accident intimate in writing to the concerned Engineer and such officer required by the provision of workmen’s compensation act the fact of such

accident. The contractor shall indemnify the board resulting directly of indirectly from his failure to give intimation the manner aforesaid including the penalties or fines, if

23

any payable by the board as a consequence, of the board failure to give notice under the provision of the said act in regard to such accident.

16.3 In the event of any claim being made or action brought against the purchase involving the contractor and arising out of the matters referred to an in respect of which the contractor conduct all negotiations for the settlement of the same or any litigation that may arise thereof from. In such cases the purchaser shall at the expenses of the contractor afford all valve assistance for any such purpose.

16.4 In the event of accident in respect of which compensation may become payable under workmen’s compensation act III of 1923 and any subsequent amendment thereof whether by the contractor or by the board, as principal, it shall be lawful for the

Engineer to retain out of moneys due and payable to the contractor such sum or sums of money as may, in the opinion of the said Engineer be sufficient to meet such liability. The opinion of the Engineer shall be final in regard to all matters arising under clause and will not subject to any arbitration.

16.5 Liability for damage or loss to third party including inspection of officers due to act of the contractor or his plant or sub-contractor connected with the execution of this contract shall be fully borne by the contractor. The contractor shall full borne by the contractor. The contractor shall maintain such detailed records to furnish information regarding entertaining and discharge of all workmen employed under this contract as to be adequate for the timely and full settlement of claims under the workmen

compensation act. All cases of accidents or injuries shall be reported to the Engineer with all workmen’s compensation Act.

16.6 The contractor should report above all accidents within 24 hrs. to the Engineer of the board in the preliminary accident form. He should furnish other particulars such as medical certificates, wages particulars, fines certificates, proof of having paid the compensation fixed by the board etc. in due course without delay.

17.0 LIABILITY FOR DAMAGE TO WORKS (or) PLANTS:

17.1 The contractor shall during the progress of the work, properly cover up and protect the work and plant from injury by exposure to the weather and shall take every reasonable proper timely and useful precaution against accident or injury to the same, from any cause and shall be and remain answerable and liable for all accidents of injuries there to which until the same, of occasioned by the acts or commissions or the contractor or his workmen or his sub-contractor and all the losses and damages to the works or plant arising from such accident or injuries as aforesaid shall be made good in the most complete and sub-spatial manner by the and at the sole cost of the contractor and to the reasonable satisfaction of the Engineer should such loss or damage happen to units or works or plant or materials falling outside the scope of this contract and due to the contract, these shall be replaced or compensated for by the contractor to the

satisfaction of the Engineer.

18.0. STCC AND PAN NUMBER:

The tenderers should enclose with the tender a copy of Sales Tax Clearance Certificate for the previous year from appropriate authority in the prescribed forms. In the case of proprietary or partnership firm, it would be necessary to produce the certificates mentioned for the proprietor or proprietors and for each of the partners as the case may be. The tenderer should mention their PAN number.

24

19.0 SOUNDNESS OF THE COMPANY:

The tenderer who is an Industrial company should clearly state as per schedule-

G in his tender whether the company is potentially sick Industrial company or a sick industrial company in terms of Section-23 of Section-15 of the sick industrial company act 1985. Failure to supply this information will make the tender liable for rejection.

20.0 PAST PERFORMANCE:

The intending tenderers shall furnish the details of various orders executed by them during the past years as on the date of tendering in the proforma enclosed to the Tender Specification and also proof for having executed the tendered item and for their satisfactory performance. The details furnished by the tenderers shall be in complete shape and if it is found that any information is found omitted, suppressed, incomplete or incorrect, the same will be taken note of, while dealing with the tenderers in future. Tenders furnished by the tenderers without these accompanying details of their past performance are liable for rejection.

21.0 INCOMPLETE DATA:

The purchaser reserves the right to request for any additional information and also reserves the right to reject the proposal of any bidder, if in the opinion of the purchaser, the qualification data is incomplete or the bidder is found not qualified to satisfactorily perform the contract.

22.0 FAILURE TO EXECUTE THE CONTRACT AS PER THE P. O. CONDITIONS AND TECHNICAL SPECIFICATION:

The tenderer is responsible, if, they fail to execute the order placed on them to the satisfaction of the Board under the terms and conditions set forth therein will be liable to make good the loss sustained by the Board, consequent to the placing of fresh orders elsewhere at higher rate, i.e. the difference between the price accepted in the contract already entered in to and the price at which fresh orders have been placed. This is without prejudice to the imposition of Liquidated Damages and forfeiture of Security Deposit for the breach of contract. 23.0 POWERS TO TERMINATE THE CONTRACT:

In the event of Non-fulfillment and lack of diligence, the contract will be terminated and the security deposit and Earnest Money Deposit will be forfeited. In that circumstance, the Board reserves the right, to arrange some other agency for the execution of this contract. . In the event of the documents furnished with the offer being found to be bogus or the documents contain false particulars then; the EMD paid by the tenderer will be forfeited in addition to blacklisting them for future tender/contracts in TANGEDCO. 24.0. EFFECTING OF RECOVERIES:

25

Any loss, arising incident to non-fulfillment of this contract or any other contract, will be recovered from the Security Deposit and Earnest Money Deposit held and or any other amount due to the supplier from the Board. 25.0 RECOVERIES OF DUES:

Amount due from the supplier to the Board for the default in any other previous

purchase orders will be adjusted from the pending payments against the purchase order placed on the vendor in this specification, which may please be noted. 26.0. ARBITRATION ACT NOT TO APPLY:

The Board will not accept any arbitration in case of disputes arising in any

respect under this contract. Any dispute arising out of this contract shall not be subject

to arbitration under the provisions of Arbitration and Conciliation Act 1996 in the event of any dispute between the parties.

27.0. NON-ASSIGNMENT: The supplier shall not assign or transfer the contract or any part thereof without the prior approval of the Purchaser.

28.0. JURISDICTION FOR LEGAL PROCEEDINGS AFTER AWARD OF CONTRACT:

No suits or any proceeding in regard to any matter arising in any respect under this contract shall be instituted in any court save in the Civil Court of Chennai or the court of small causes in Chennai. It is agreed 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 arises within the jurisdiction of any of the courts in Tamil Nadu and not in the courts of Chennai city then, it is agreed to between the parties that such suits or proceedings shall be instituted in a court within Tamil Nadu and no other court outside Tamil Nadu shall have jurisdiction even though any part of cause of action might arise within the jurisdiction of such courts.

The successful Tenderer shall furnish an undertaking as per Scheduler-F in a

non judicial stamp paper of Rs.80/- agreeing to the above conditions. An under taking towards “Jurisdiction of Legal proceedings” in a non-judicial

stamp paper of Rs.80 should be furnished as per the format enclosed.

29.0 SERVICE TAX:

Applicable Service Tax shall be reimbursed at actual against the production of documentary evidence. 30.0 OTHER TAXES AND DUTIES: The bidders shall indicate separately the other taxes and duties if any applicable in the subject work. 31.0 DOCUMENTS CONFIDENTIAL :

26

The tenderer (Whether his tender is considered or not) shall treat the details of the tender specification and other documents attached hitherto as private and confidential.

32.0. GENERAL:

1. The tenderer shall list out his experience with documentary proof. 2. The Board will not accept any other terms and conditions, which are not specifically incorporated in the specification. 3. The guide lines issued in TN Transparency in tenders act 1998 and TN transparency in tender rules 2000 will be followed.

4. It may be noted that the Board is at liberty to close the purchase order at any time during the currency of the purchase order, if the circumstances warrant.

5. Specific concurrence or otherwise to all the terms noted herein should be furnished in the tender. Failure to do so will be taken as concurrence to the terms.

27

SECTION VI

TECHNICAL SPECIFICATION & SCOPE OF WORK

I. The following works are under the scope of the contract:

1. Design, Engineering, Supply and installation of new HFO storage tank as per the following technical specification. i. Type : Vertical, Cylindrical, non-pressure with atmospheric vents fitted with flame arrestor fixed

and cone roof type. ii. Capacity : 2000 Kilo Litres iii. Dimensions(*) :16m dia x 10.5m Height iv. Material of construction: a. Tank Shell ,roof and bottom plate – Mild Steel and as per IS 2062 Gr A/B -1999. b. All other Structural sections for column bases, beams, guides, rafters, curb angles, hand rails, ladders etc. shall be conformed as per IS 806 latest edition. - (*) Note: Bidder has to offer the tanks as per the dimensions indicated at(iv) above. Height of the tank shall mean the vertical distance between tank bottom upto bottom of overflow nozzle. v. Painting requirement:

i. For external surface(non insulated surface) shall have two coats of zinc phosphate primer(conforming to IS 2074) and finish paint by synthetic enamel (20-25 microns).

ii. For Insulated surface two coats of zinc phosphate primer

shall be applied and synthetic enamel paint conforming to IS 2932 shall be used for finishing coats(20-25 microns).

vi. The level indicator should be of floating type and other instruments like level switch, flow meter, transmitter, pressure gauge, temperature gauge etc., shall be as per manufacturer’s standard of specification and the same shall be taken into account while designing the tank. Floor oil heater should be with seamless steel tubes confirming to ASTM A 106 Gr.B and the tube side design pressure should be 1.5 times of the heating steam pressure and temp 250’C.

vii. The insulation shall be designed for 60 degree and the insulation of the material is as per IS 8183 (lightly resin bonded mineral wool of best grades) viii. The design pressure of the tank shall be 50 Kg/m2 vacuum. Minimum vent size should be 150 mm. The materials of floor coil heating element shall

be of seemless tubes conforming to ASTM A106 Gr B.

28

ix. All pipes should be standard of seamless carbon steel pipes conforming to SA106 Gr.B, and the valve should be provided with hand wheels, extension spindles and floor stands it shall be of class 800, cast carbon steel valves phase to phase dimension shall be as per ANSI B 16.10. Body material shall be as per ASTM A216 Gr.WCB and ends shall be flanged conforming to ANSI 150/300 lbs rating with raised phase. The scope of bidder in the pipe work from tank to the other areas like oil pump house/decanting pump house is shown in the drawing attached. x. Design, Supply and installation of water risers and ring mains (fixed spray system) and spray nozzle arrangement around tank in two / three rows i.e., above and below wind girder. The tank shall be provided with water spray system on the shell complete with tank mounted ring mains, tank mounted

riser header upto ground level, angle supports on the tank shell, couplings of fixing sprinkler nozzles of spray angle 120 degrees etc. Supply and installation of the system shall be as per the enclosed drawing and shall be in conformity with OISD norm 117. Various fire fighting equipments / components shall have either BIS certification mark where applicable or shall be TAC approved. The minimum pipe size shall be 80 mm dia. Medium velocity water spray nozzles shall be used. In the cooling rings, the residual pressure shall be minimum 1.4 Kg/sq.cm (g) in the ring based on design pressure of 7 Kg/Sq.cm (g) available in the fire water header tapping. Suitable orifice plates shall be provided in the vertical risers on the tank. Spray nozzle body shall be made of copper alloy grade II as per IS:318 and

deflector from brass sheet as per IS:410.

2. The minimum HFO level required for pump operation is EL 3.2 M. The HFO storage tank shall be designed (elevation above the ground level) so that the dead stock to be maintained is at the most optimum minimum level. The HFO tank is to be installed at an appropriate elevation so that the dead stock is minimized and hence the top of RCC foundation may be fixed accordingly. Specific approval in this regard shall be obtained by the contractor before designing the foundation. i. HFO tank foundation shall be of RCC structures – RCC raft, circular RCC foundation / footing RCC top platform to support the HFO tank. ii. Concrete (PCC) Platform around the HFO tank. iii. RCC compound wall of 2.1 m high to an area of size of 100m x 50m so as to accommodate another HFO tank if necessary in future inside this proposed area.

iv. Drain around the HFO tank. v. Storm water drain along the compound wall periphery and connecting to the existing drain nearby. vi. Spreading of 40mm metal to a thickness of 250mm for 50m x 50m area around the HFO tank. vii. MS entrance gate.

29

3. Providing required civil foundation, compound wall and other related works

for HFO tank.

4. Supply, Fabrication & Erection of new tank capacity of 2000KL with insulation.

5. Supply and Erection of required pipe lines, valves, automated fire protection system& all support, fittings, paintings insulation of pipe lines are under the scope of the contractor.

6. Provision has to be made for interconnecting of the existing HFO Tank-I with valves and flanges with the new tank.

7. The required radiography for welding of tanks and pipe lines,

calibration of the tank and hydraulic test for tank and pipe line including water has to be made by the contractor.

8. Obtaining approval from the Chief Controller of Explosive, Nagpur for the erection of proposed HFO tank with the relevant piping works (Pipe line from Oil decanting Pump House to HFO tank, suction line from HFO tank to fuel Oil Pump House, RC line from Fuel Oil Pump House to HFO tank and future interconnection provision).

9. The required technical and non-technical staff have to be arranged by the contractor.

10. The Contractor has to carry out the works as per the instructions of the Engineer-in charge.

11. The contractor has to take group insurance (Workmen Compensation) for all their staff and comply with all labour/PF rules as applicable.

12. The Contractor has to follow all the Fire & Safety Rules.

13. The contractor has to follow the rules and regulations as per the Factory

Act. The contractor has to keep himself apprised and be thoroughly conversant with the rules and regulations of TANGEDCO, Pollution, Environment and other related Agencies. He should adhere to all the rules and regulations and Co-ordinate with all the agencies for proper execution of Contract.

14. All the men and materials required for the work should be arranged by the contractor.

15. No transporting facility will be provided by the TANGEDCO.

16. All the required Tools & Plants are to be arranged by the contractor.

17. The workmen compensation due to any accident has to be borne by the

contractor. The detailed specification of civil works is given in Section-VI(A).

30

18. Extension of Oil decanting pipeline from the existing pipe line of NCTPS, Stage-I to the proposed HFO oil tank along with necessary valves, support insulation etc.

19. Provision of Concrete dyke wall around the proposed HFO tank as per statutory standard. 20. Rain water drain arrangement inside the proposed tank farm area.

21. Provision of drain pump. 22. The oil / water collected in the sump to be pumped to NCTPS, Stage-II. The required pump, pipe line, cables and all other accessories are under the scope of the bidder. 23. The cable, trays, supports are in the scope of bidder. 24. Provision of lighting around HFO tank including cables, light fixtures are in the scope of the bidder (Explosive where are applicable). 25. Provision of Earthing and lightning arrestors to the proposed HFO tank and other accessories. 26. Provision of Fire fighting system as per TAC to the proposed HFO tank. The fire water shall be tapped from the existing header of NCTPS Stage–I. The work includes

laying of pipeline , valves etc. as per site requirement. 27. Supply, Fabrication and Erection of Steam Coil heating to the proposed HFO Tank. The scope includes pipes, control valves, isolation valve, insulation etc. The steam shall be tapped from the near-by Auxiliary Steam header of NCTPS, Stage-I. 28. Instruments –

I) Local Indicators – (a) tank local indicator (float type) (b) steam inlet temperature.

(c) steam pressure II) Remote Indicators at Unit-II DDCMIS (a) tank level transmitter; (b) decanting quantity by using Cooling Mass Flow Meter.

(c) HFO unloading line header temperature (d) HFO Tank level switches, tank temperature, steam temperature.

31

SECTION – VI(A)

SPECIFIC TECHNICAL REQUIREMENTS FOR CIVIL WORKS

1.1 Scope of work:

The scope of work covers HFO tank foundation in RCC raft circular foundation /footing , RCC platform to support the HDO tank, RCC platform around the HFO tank, RCC compound wall, drain, storm water drain, MS Entrance gate including supply of all materials and execution of the following allied works for storing HFO at North Chennai Thermal Power Station Stage II.

1.1.2 RCC drains around the HFO tank. 1.1.3 Provision storm water drain along the compound wall periphery and connecting

the existing drain in brick work 1.1.4 The inside of fuel oil dyke area shall be provided concrete paving. The entire

area outside the tank foundation and within the tank farm shall be paved with concrete.

1.1.5 RCC compound wall of 2.1m high in an area of size of 100 m x 50 m so as to

accommodate another HFO tank if necessary in future inside this proposed area 1.1.6 Spreading of 40 mm metal to a thickness of 250mm for 50m x50m area around

the HFO tank 1.1.7 Provision of MS entry gate shall be provided

. 1.1.8 Foundation of the fuel oil storage tank shall be provided with RCC .The type of

foundation to be adopted will depend on the soil condition.

1.2 The work shall be carried out according to the design/drawings to be developed by the Contractor and approved by the Owner. For all structures, foundations, etc. necessary layout and details are to be developed by the Contractor keeping in view the statutory & functional requirements of the plant & facilities and

providing enough space & access for operation, use & maintenance. Certain minimum requirements are indicated in this specification for guidance purpose only. However, the contractor’s offer shall cover the complete requirements as per the best prevailing practices and to the complete satisfaction of the Owner .

1.3 The bidder shall quote duly considering the various requirements specified in

various section of specification for design, engineering and execution of the system.

1.4 In case of conflicting requirement, the bidder shall obtain correct requirement from purchaser before submission of bid. Interpretation of purchaser on the specified requirement shall be final and binding on the contractor after award of

work.

32 1.5 All materials including cement, reinforcement .steel, structural steel etc. shall be

arranged / procured by the Contractor.

Therefore, the contractor is to carry out detailed engineering on the above scheme duly collecting required data by the bidder themselves in respect of this

work for the Planning, Design and Construction of the above system.

1.6 The material, design and workmanship shall satisfy the relevant standards, the job specifications contained herein and codes referred to . Where the job specifications stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied in the absence of any standard / specification/codes of practice for detailed specification covering any part of the work covered in this tender document, the instruction /directions of Engineer in Charge will be binding on the contractor.

33

2. DETAIL TECHNICAL SPECIFICATION FOR THE CIVIL WORKS: EARTHWORK EXCAVATION AND BACK FILLING: 2.1 SCOPE: This specification covers the general requirements of earthwork

excavation in different materials, filling back around foundations and in plinths, conveyance and disposal of surplus spoils or stacking them

properly as directed by Engineer and all operations covered within intent and purpose of this specification.

2.2.1.1 APPLICABLE CODES:

The following Indian Standard Codes, unless otherwise specified herein,

shall be applicable. In all cases, the latest revision of the Codes shall be referred to.

a) I.S.1200 – Method of measurement of building and civil Engineering works.

b) I.S.3764 – Safety code for excavation work.

2.3. DRAWINGS:

The EPC contractor will furnish drawings required to show area to be excavated/filled, sequence of priorities,etc. On approval of drawings by Engineer, CONTRACTOR shall follow strictly such drawings.

2.4. GENERAL

2.4.1 CONTRACTOR will furnish all tools, plants, instruments, qualified supervisory personnel, labour, materials, any temporary works, consumables, any and everything necessary, whether or not such items are specifically stated herein for completion of the job in accordance with specification requirements.

2.4.2. CONTRACTOR shall carry out the survey of the site before excavation

and set properly all lines and establish levels for various works such as earthwork excavation, basement, foundations, plinth filling, roads, drains, cable trenches etc. Such survey shall be carried out by taking accurate cross sections of the area perpendicular to established

reference/grid lines at 5m intervals or nearer as determined by ENGINEER based on ground profile. These shall be checked by ENGINEER and thereafter properly recorded.

2.4.3 The excavation shall be done to correct lines and levels. This shall also include, where required, proper shoring to maintain excavation and also the furnishing, erecting and maintaining of substantial barricades around excavated areas and warning lamps at night for ensuring safety.

2.4.4 Soil Testing is the scope of the bidder.

34

2.5. CLEARING:

The area to be excavated/ filled shall be cleared off fences, trees, plants, logs, stumps, bush, vegetation, rubbish, slush etc. and other objectionable matter. If any roots or stumps of trees are met during excavation, they shall also be removed. The material so removed shall be burnt or disposed off as directed by ENGINEER. Where fill is intended, the area shall be stripped of all loose/ soft patches, top soil containing objectionable matter/material before fill commence.

2.6 EXCAVATION:

2.6.1. Excavation work shall be carried out on mechanical equipments unless, in the opinion of Engineer, the work involved and time schedule permit manual work.

2.6.2 Excavation for permanent work shall be taken out to such widths,

lengths, depths and profiles as are shown on the drawings or such other lines and grades as may be specified by ENGINEER. Rough excavation shall be carried out to a depth of 150mm above the final level. The balance shall be excavated with special care. Soft pockets shall be

removed even below the final level for extra excavation filled up with PCC 1:5:10/ sand filling as directed by ENGINEER. The final excavation if so instructed by ENGINEER, should be carried out just prior to laying the sand. Additional filling with PCC 1:5:10 or sand as directed by the Engineer will not be paid for.

2.6.3 All excavation shall be done to the minimum dimensions as required for

safety and working facility. Prior approval of Engineer shall be obtained by CONTRACTOR in each individual case, for the method he proposes to adopt for the excavation, including dimensions, side slopes, dewatering, disposal etc. This approval, however, shall not in any way relieve CONTRACTOR of his responsibility for any consequent LOSS or DAMAGE. The excavation must be carried out in the most expeditious and efficient manner. Side slopes shall be as steep as will stand safely for the actual soil conditions encountered. Every precaution shall be taken to prevent slips. Should slips occur, the slipped material shall be removed and the slope dressed to a modified stable slope. Removal of the slipped earth will not be paid for.

2.6.4 Excavation shall be carried out with such tools, tackles and equipments

as described herein before. 2.7 FILL, BACK FILLING: 2.7.1 MATERIAL:

All fill material will be subject to ENGINEER’s approval. If any material is rejected by ENGINEER, the CONTRACTOR shall remove the same forthwith from the SITE at no extra cost to the OWNER.

35

2.7.2 To the extent available, selected surplus spoils from excavated materials shall be used as backfill. Fill material shall be free from clods, salts, sulphates, organic or other foreign material. All clods of earth shall be broken or removed. Where excavated material is mostly rock, the boulders shall be broken into pieces not larger than 150 mm size, mixed with properly graded fine ,material consisting of murum or earth to fill up the voids and the mixture used for filling.

2.7.3. FILLING IN PITS AND TRENCHES AROUND FOUNDATIONS OF

STRUCTURES, WALLS ETC.

As soon as the work in foundations has been accepted and measured,

the spaces around the foundations, structures, pits, trenches etc. shall be cleared of wall debris and filled with earth in layers not exceeding 15 cm. Each layer being watered rammed and properly consolidated, before the succeeding one is laid. Each layer shall be consolidated to the satisfaction of Engineer. Earth shall be rammed with approved mechanical compaction machines. Usually no manual compaction shall be allowed unless Engineer is satisfied that in some cases manual compaction by tampers cannot be avoided. The final backfill surface shall be trimmed and leveled to proper profile as directed by Engineer or indicated on the drawings.

2.7.4 SAND FILLING IN PLINTH AND OTHER PLACES:

At above places, back filling shall be carried out with river sand if directed by ENGINEER. The sand used shall be clean, medium grained and free from impurities. The filled-in-sand shall be kept flooded with water for 24 hours to ensure maximum consolidation.

Any temporary work required to contain sand under flooded condition shall be to CONTRACTOR’s account. The surface of the consolidated sand shall be dressed to required level or slope. Construction of floors or other structures on sand fill shall not be started until ENGINEER has inspected and approved the fill.

2.7.5 FILLING IN TRENCHES

2.7.5.1 Filling in trenches for pipes and drains shall be commenced as soon as

the joints of pipe and drains have been tested and passed. The back filling material shall be properly consolidated by watering and ramming, taking due care that no damage is caused to the pipes.

2.7.5.2 Where the trenches are excavated in soil, the filling from the bottom of the trench to the level of the centre line of the pipe shall be done by compaction, with the selected approved earth in layers not exceeding 8cms. Back filling above the level of the centre line of the pipe shall be done with selected earth by hand compaction or other approved means in layers not exceeding 15cms.

2.7.5.3 In case of excavation of trenches in rock, the filling up to a level 30cms.

above the top of the pipe shall be done with fine materials, such as earth, murram, etc. The filling up of the level of the centre line of the

36

pipe shall be done by hand compaction in layers not exceeding 8cms. Whereas the filling above the centre line of the pipe shall be done by hand compaction or approved mechanical methods with broken rock filling of size not exceeding 15cms. mixed with fine material as available to fill up the voids.

2.7.5.4. Filling of the trenches shall be carried simultaneously on both side of the

pipe to avoid unequal pressure on the pipe. 2.8. LEVELLING THE SITE:

The SITE shall be levelled over the area of the tank and for about 5metres width all around and the ground being sloped away from the

building and suitably drained along its outer edges. 3.0 CONCRETE, BRICK WORK AND ALLIED WORKS

3.1 General:

3.1.1 The Indian Standard specification, standards and codes including all official

amendments / revisions and other specifications and codes pertaining to concrete, brick work, random rubble masonry work and allied works should be considered a part of this specification.

3.1.2 All works shall have to be carried out in accordance with relevant standards and codes of practice or in their absence in accordance with the best accepted current engineering practices or as directed by the Engineer from time to time. The decision of Engineer as regards the specification to be adopted and their interpretation and the mode of execution of work shall be final and binding on CONTRACTOR and no claim whatsoever will be entertained on this account.

3.1.3 Engineer shall have the right at all times to inspect all operations including the sources of materials, procurement, layout and storage of materials the concrete batching, and mixing, equipment and quality control of the system. Such an inspection shall be arranged and Engineer’s approval obtained, prior to stating of concrete work. This shall however, not relieve contractor of any of his responsibilities. All materials which do not conform to the specifications shall be rejected.

3.1.4 Materials should be selected so that they can satisfy the design requirements of strength, serviceability, safety, durability and finish with due regards to the functional requirements and environmental conditions to which the structure will be subjected.

3.2 Concrete work

3.2.1 Concrete grade shall be designated on drawings. Plain Cement Concrete shall be of 1:3:6 (1 cement :3 sand :6 aggregates), whereas RCC works shall be of Design Mix Concrete.

3.2.2 The minimum cement content for Design Mix Concrete shall be as per Appendix - A of IS 456 or as given below whichever is higher. Grade of concrete Minimum Cement Content in

37

Kg/cu.m of concrete M30 350 kg/1m3 of concrete

M25 For pile foundation – 400 M 20 For sub-structure & Column - 370 For superstructure - 315 The minimum cement content stipulated above shall be adopted irrespective of whether the contractor achieves the desired strength with less quantity The CONTRACTOR’s quoted rates for concrete shall provide for the above

Eventuality and nothing extra shall become payable to the CONTRACTOR in this account. Even in the case where the quantity of cement required is higher than that specified above to achieve desired strength based on an approved mix design, nothing extra shall become payable to the CONTRACTOR.

3.2.3 It shall be CONTRACTOR’s sole responsibility to carry out the mix designs at his own cost. He shall furnish to ENGINEER at least 30 days before concrete operations, a statement of proportions proposed to be used for the various concrete mixes and the strength results obtained.

3.2.4 Sampling for strength of concrete

At least 6 test cubes of each class of concrete shall be made for every 150 cu.m. concrete or part thereof. Such samples shall be drawn on each day for each type of concrete. Of each set of 6 cubes, three shall be drawn on each day for each type of concrete. Of each set of 6 cubes, three shall be tested at 7 days age and three at 28 days age. The laboratory test results shall be tabulated and furnished to Engineer. Engineer will pass the concrete if average strengthen of the specimen tested is not less than the strength specified, subject to the condition that only one out of three consecutive tests may give a value less than 90% of the specified strength.

3.3 EXPANSION JOINTS

The expansion joints shall be of size 12 mm x 75 mm in brick lining and concrete using a mixture of bitumen (80/100 grade) and river sand. For purposes of measurement, the laps provided will be neglected.

3.4 APPLICABLE CODES AND SPECIFICATIONS

All standards, tentative Specification, Specifications, Codes of practice referred to herein shall be the latest editions including all applicable official amendments and revisions. In case of discrepancy, between this 3Specification and those referred to herein, this Specification shall govern.

(a) MATERIALS

1. I.S.8112 - Specification for 43 grade Ordinary Portland

38 cement.

2. I.S.1489 - Specification for Portland -pozzolana Cement.

3. I.S.650 - Specification for standard sand for testing of

cement.

4. I.S.383 - Specification for coarse and fine aggregates From

natural sources for concrete.

5. I.S.2386 - Methods of test for aggregate for concrete (Parts

I to VIII)

6. I.S.516 - Method of test for strength of concrete.

7. I.S.1199 - Method of sampling and analysis of concrete.

8. I.S.3025 - Method of sampling and testing (Physical and

Chemical) of water used in industry.

9. I.S.1139 - Specification for hot rolled mild steel, medium

tensile steel and high yield strength steel

deformed bars for concrete reinforcement.

10. I.S.1786 - Specification for cold worked steel high

strength deformed bars for concrete

reinforcement.

11. I.S.4990 - Specification for plywood for concrete shuttering

work.

12. I.S.2645 - Specification for integral cement water proofing

compounds.

13. I.S.4461 - Cold worked steel bars for the reinforcement of

concrete.

14. I.S.4031 - Methods of physical tests for hydraulic cement.

(b) EQUIPMENT

1. I.S.1791 - Specification for batch type concrete mixers.

2. I.S.2505 - Specification for concrete / vibrators (immersion

type)

3. I.S.2750 - Specification for steel scaffoldings.

(c) CODES OF PRACTICE FOR CONCRETE

1. I.S.456 - Code of practice for plain and reinforced concrete.

2. I.S.3935 - Code of practice for construction.

3. I.S.2751 - Code of practice for welding of mild steel

bars used for reinforced concrete construction.

4. I.S.2502 - Code of practice for bending and fixing of bars

for concrete reinforcement.

5. I.S.3558 - Code of practice for use of immersion

Vibrators for consolidating concrete.

6. I.S.3414 - Code of practice for design and installation of

joints in building.

7. I.S.4014 - Code of practice for steel tubular (Part I & II)

scaffolding.

8. I.S.2571 - Code of practice for laying in-situ cement concrete

39

flooring.

9. I.S.1343 - Code of practice for pre stressed concrete.

(d) CONSTRUCTION SAFETY

1. I.S.3696 - Safety code for scaffolds and ladders (Part I & II)

(e) MEASUREMENT

1. I.S.1200 - Method of measurement of building works.

2. I.S.3385 - Code of Practice for measurement of Civil

Engineering works.

Note:

In the event that state, city or other Government bodies have requirements more stringent than those set forth in this Specification, such requirements shall be considered part of this specification and shall supersede this Specification where applicable.

3.5. MATERIALS FOR CONCRETE

The ingredients to be used in the manufacture of standard concrete shall consist solely of a standard type Ordinary Portland cement, clean sand, natural coarse aggregate, clean water, and admixtures, if specially called for on drawings or specifications.

The quality of materials, method, control, manufacture and transportation of all concrete irrespective of mix, whether reinforced or otherwise, shall conform to the applicable portion of this specification.

ENGINEER shall have the right to inspect the sources of materials, the layout and operation of procurement and storage of materials, the concrete batching and mixing equipment, and take quality control systems such an inspection shall be arranged of concrete work.

3.5.1 CEMENT

a) Cement shall be Portland cement conforming to not less than Grade 43 of relevant I.S. and in 50-kg bags. The use of bulk cement will be permitted only with the approval of ENGINEER. Changing of brands on type of cement within the same structure will not be permitted without approval of ENGINEER.

While purchasing cement or before commencing the work for every batch of cement consignments, the CONTRACTOR should satisfy himself about the quality of cement by conducting initial test on concrete cubes in the presence of the representative of the PURCHASER and only after establishing the suitability, the cement should be used on work. To have quick evaluation results, the above specimens should be cured by steam curing and tested immediately at CONTRACTOR’s cost at an approved laboratory. CONTRACTOR shall not be entitled to any claim of any nature on this account.

40

3.5.2 AGGREGATES

a) `Aggregate’ in general designates both fine and coarse inert materials

used in the manufacture of concrete. `Fine Aggregate’ is aggregate most of which passes through 4.75mm IS sieve. `Coarse Aggregate’ is aggregate most of which is retained on 4.75mm IS sieve.

b) All fine and coarse aggregates proposed for the use in the work shall be subject to ENGINEER's approval and after specific materials have been accepted, the source of supply of such materials shall not be changed without prior approval of ENGINEER.

c) STORAGE OF AGGREGATES

All coarse and fine aggregates shall be stacked separately in stock piles in the material yard near the work site to avoid inter-mixing of different aggregates. Contamination with foreign materials and earth during storage and while heaping the materials shall be avoided. The aggregate must be of specified quality not only at the time of receiving at site but more so at the time of loading into mixer. Coarse aggregates shall be piled in layer not exceeding 1.20 metres in height to prevent coning or segregation. Each layer shall cover the entire area of the stockpile before succeeding layers are started. Aggregates that have become segregated shall be rejected. Rejected materials after remixing may be accepted, if subsequent tests demonstrate conformity with required gradation.

d) SPECIFIC GRAVITY

Aggregates having a specific gravity below 2.6 (Saturated surface dry basis) shall not be used without special permission of ENGINEER.

3.5.3. FINE AGGREGATE

Fine aggregate except as noted above, and for other than lightweight concrete shall consist of natural sand/manufactured sand to I.S.383. The sand shall be clean, sharp, hard, strong and durable and shall be free from dust, vegetable substances, adherent coating, clay alkali, organic matter, mica, salt, or other deleterious substances, which can be injurious to setting qualities/strength/durability of concrete.

3.5.4 COARSE AGGREGATE

Coarse aggregate for concrete, except as noted above and for other than lightweight concrete shall conform to I.S. 383. This shall consist of natural stone and shall be clean, and free from elongated, flaky or laminated pieces, adhering coatings, clay lumps, coal residue, clinkers, slag, alkali, mica, organic matter of other deleterious matter.

41

3.5.5. WATER

a) Water used for both mixing of mortar / concrete and curing shall be free from injurious amounts of deleterious materials. Potable water is generally satisfactory for mixing of mortar / concrete and curing concrete. The relevant essential Water tests pertaining to access the

suitability for construction standards shall have to be done before commencement of work.

b) The suitability of water for making concrete shall be ascertained by the compressive strength and initial setting time test specified in I.S.456.

The sample of water taken for testing shall be typical of the water proposed to be used for concreting, due account being paid to seasonal variation. The sample shall not receive any treatment before testing other than that envisaged in the regular supply of water proposed for use in concrete. The sample shall be stored in a clean container previously rinsed out with similar water.

c) Average 28 days compressive strength of at least three 150mm concrete cubes prepared with water proposed to be used shall not be less than 90% of the average strength of three similar concrete cubes prepared with distilled water.

d) The initial setting time of test block made with the appropriate test cement and the water proposed to be used shall not be less than 30minutes and shall not differ by more than 30 minutes from the initial setting time of control test block prepared with the appropriate

test cement and distilled water. The test blocks shall be prepared and tested in accordance with the requirements of I.S.4031.

3.5.6 REINFORCEMENT

The supply of steel shall be arranged by the contractor himself. Reinforcement if supplies are arranged by CONTRACTOR shall be normally High Strength TMT bars of Fe 415 of not less 415 N/mm2 as steel

reinforcements including cost of steel, binding wire, labour, lead, lift, dewatering, all T&P's, etc. complete as per Standards/ specification and as directed by the Engineer.It shall be as per IS:1786. Wire mesh or fabric shall be in accordance with IS 1566. Substitution of reinforcement will not be permitted except upon written approval from ENGINEER. except upon written approval from ENGINEER.

i) COVER

The cover to reinforcement shall be in accordance with clause 26.4 of IS 456-2000.

ii) INSPECTION

Erected and secured reinforcement shall be inspected and approved by

ENGINEER prior to placement of concrete.

42

3.6. TESTING OF CUBES

Arrangement shall be made by CONTRACTOR to have the cubes tested

in an approved laboratory at his expense, with the prior consent of the ENGINEER.

i) NOMINAL / DESIGN MIX CONCRETE

Concrete grade shall be designated on drawings. Concrete in the works shall be "DESIGN MIX CONCRETE” or "NOMINAL MIX CONCRETE.” Design mix is preferred to nominal mix. If design mix concrete can not be used for any reason on the work for Grades M20 or lower, nominal mixes may be used with permission from Engineer. CONCRETE grade above M20 shall be DESIGN MIX CONCRETE.

ii) DESIGN MIX CONCRETE

For Design Mix Concrete, the mix shall be designed according to IS: 10262 and SP: 23 to provide the grade of concrete having the required workability and characteristic strength not less than appropriate values given in IS: 456. The design mix shall in addition be such that it is cohesive and does not segregate and should result in dense and durable concrete and also capable of giving the finish as specified. For liquid retaining structures, the mix shall also result in water tight concrete. The CONTRACTOR shall exercise great care while designing the concrete mix and executing the works to achieve the desired result. The minimum cement content for different grades of Concrete for RCC / P.C.C works shall be as per IS 456-2000 or as specified in the drawings/schedule.

It shall be CONTRACTOR's sole responsibility to carry out the mix designs in a reputed Institution / Research Institute at his own cost. He shall furnish to ENGINEER atleast 30 days before concreting operations, a statement of proportions proposed to be used for the various concrete

mixes and the strength results obtained. The strength requirements of the concrete mixes ascertained on 150mm cubes as per IS: 516 shall comply with the requirements of IS: 456.

3.7. ADMIXTURES

Admixtures may be used in concrete only with the approval of ENGINEER based upon evidence that, with the passage of time, neither the compressive strength nor its durability reduced. Admixtures shall be used as per manufacturer’s instructions and in the manner and with the control specified by ENGINEER. No extra cost will be paid for admixtures.

Water Proofing Agent

Where specified and approved by ENGINEER, water proofing agent conforming to IS.2645, shall be added in quantity specified by Engineer.

43

3.8. TESTS

Engineer if he so desires may order tests to be carried out on cement, sand, coarse aggregate, water in accordance with the relevant Indian Standards.

i) CURING WITH WATER

Fresh concrete shall be kept continuously wet for a minimum period of 10 days of placing of concrete, following a lapse of 12 to 14hours after laying concrete. The curing of horizontal surfaces executed during winds shall however begin immediately the concrete has hardened. Water shall be applied to unformed concrete surfaces, within 1hour after concrete

has set. Water shall be applied to formed surfaces immediately upon removal of forms. Quantity of water applied shall be controlled so as to prevent erosion of freshly placed concrete.

ii) CONTINUOUS SPRAYING

Curing shall be assured by use of ample water supply under pressure in pipes, with all necessary appliances of hose, sprinklers and spraying devices. Continuous fine mist spraying or sprinkling shall be used unless otherwise specified or approved by ENGINEER.

iii) APPROVAL BY ENGINEER

All materials, procedures, and operations used in the repair of concrete and also the finished repair work shall be subject to the approval of ENGINEER. All fillings shall be tightly bonded to the concrete and shall be sound, free from shrinkage cracks after the fillings have been cured and dried.

iv) FINISHING

This specification is intended to cover the treatment of concrete surface of all structures. Areas requiring special finish not covered by this specification shall be clearly indicated on the drawings and special specifications shall be furnished.

v) PROTECTION

All concrete shall be protected against damage until final acceptance by ENGINEER/OWNER.

vi) EXPANSION AND CONTRACTION JOINTS

Provision shall be made for expansion and contraction in concrete by use of special type joint located as shown on the drawing. Contraction by joint surfaces shall be treated as directed by the specification on the drawing or as directed by ENGINEER.

44

3.9. PLACING CONCRETE UNDER WATER

Under all ordinary conditions all foundations shall be completely

dewatered and concrete placed in the dry. However, when concrete placement under water is necessary, all work shall conform to IS.456 and the procedure shall be as follows:

4.0 CONSTRUCTION SPECIFICATIONS

4.1 As soon as the contract is awarded, the contractor shall mobilize necessary equipments & instruments and manpower resources and arrange to accurately survey the area where the Tank is to be located. Levels shall be obtained at 5m intervals. The contractor shall plot all these levels and prepare longitudinal and

cross sections at every 5m interval and shall submit three sets of the same to the owner for his approval. The survey shall be repeated after site preparation and founding strata is exposed and three sets as above shall again be submitted to the owner. The longitudinal section and cross section as approved by owner shall form basis for calculation of the quantity for the bund.

4.2 Spot levels recorded for the entire area covered by the tank area are to be

furnished to the Engineer for approval before and after sectioning the area, which shall be used for computing the earth work excavation involved.

4.3 Brick work 4.3.1 Bricks used in works shall conform to the relevant Indian Standards. They shall

be sound, hard, homogenous in texture well burnt in kiln without being vitrified, chamber burnt, deep red, cherry or copper coloured, of regular shape and size and shall have sharp and square edges and parallel faces. The bricks

shall be free from pores chics, flaws of humps of any kind, bricks containing ungrounded particles and/or which absorb water more than 1/6th of their weight when soaked in water for twenty-four hours shall be rejected. Over-burnt or under-burnt bricks shall be liable to rejection. The bricks shall give a clear ringing sound when struck and shall have a minimum crushing strength of 50

Kg./Sq.cm. unless otherwise noted in drawings. The classes and quality requirements of bricks shall be as laid down in IS.3102.

4.3.2 The size of the brick shall be 22.86 x 11.43 x 7.62cm. Unless and otherwise specified, but tolerance upto +/- 3mm in each direction shall be permitted. However bricks conforming in size to IS 1077 could be used. Bricks shall be provided with frogs. Only full size bricks shall be used for masonry work. Brick bats shall be used only with the permission of the ENGINEER to make up required wall length or for bonding. Sample bricks shall be submitted to the ENGINEER for approval and bricks supplied shall confirm to approved samples. If demanded by ENGINEER, brick sample shall be got tested as per IS 3495 by CONTRACTOR at no extra cost to OWNER. Bricks rejected by ENGINEER shall be removed from the site of works within 24 hours.

4.3.3 Fly ash bricks (23x11x7cm) shall also be utilized for construction of brickwork wherever required.. The bricks shall have the minimum compressive strength of

45

not less than 75 kg/cm2. The tenderer has to make his own arrangements for the fly ash bricks required for the work.

4.4 MORTAR Mortar for brick masonry shall be prepared as per IS : 2250. Mix for cement

mortar shall be as specified in the respective items of work. Gauge boxes for sand shall be of such dimensions that one completed bag of cement containing 50kgs of cement forms one unit. The sand shall be free from clay, shale, loam, alkali, organic matter and shall be of sound, hard, clean and durable particles. Sand shall be approved by ENGINEER. If so directed by the ENGINEER, sand

shall be thoroughly washed till it is free of any contamination.

4.5 PLASTERING WITH CEMENT MORTAR:

Plastering 20 mm thick with Cement mortar 1:4 including cost of all materials, lead, labour, lift, curing, etc. complete for Drain alround inside, bottom and top of drain as directed by the Engineer Plastering specification laid down in IS:1661-1972 shall apply. For external rendered finishes, the specification laid down in IS:2402-1963 shall apply.

4.5.1 PROPORTIONING :

The material used in the preparations of plastering mixer may be measured by volume using gauge boxes.

4.5.2 QUANTITY OF WATER : For general cement plaster work, the quantity of water required is about 70% by weight of cement. IS:2250 – 1965 may be followed.

4.5.3 MIXING :

Cement and sand IS:1543-1960 shall be mixed only in the required proportion to obtain a uniform colour. Water shall then be added to get the required consistency for the plaster.

Mixing may be done either manually or mechanically. Hand mixing shall be carried out on a clean, water tight platform. During mixing, the mortar shall be heed back and forth for 10 to 15minutes, after the water is added. In machine

mixing, the mixer shall run atleast 5minutes after placing all the ingredients in the drum.

The thickness of plaster work for single coat, both internal and external shall 12mm. For single coat plaster, the fineness modulus of sand should be as far as possible, 1.5 and confirming to grading zone IV of IS:383-1970. Where only fine sand is available, the fineness modulus of sand may be improved by mixing the required percentage of coarse sand. The strength of plaster mix gets reduced with the reduction in the fineness modulus of sand.

46

Should mortar crack or perish through neglect of watering or other fault of the contractor, the work shall be removed and redone at the contractor’s expense or should the contractor fail to water the work to the satisfaction of the Engineer-in-charge of the work, the later may supply the requisite men to water the work properly and charge the cost to the contractor.

4.5.4 EXPANSION JOINTS The expansion joints shall be of size 12 mm x 75 mm in brick lining and concrete using a mixture of bitumen (80/100 grade) and river sand. For purposes of measurement, the laps provided will be neglected.

5.0 General Requirements

RCC compound wall RCC compound wall of 2.1m high in an area of size of 100 m x 50 m so as to accommodate another HFO tank if necessary in future inside this proposed area. The compound shall be constructed ith RCC plinth beam, Raft foundation , RCC Colum, Gate column, Raft MS Steel Entrance Gate The design and drawing for M.S. Entrance shall be prepared by the contractor and approved by the Engineer . The Iron Gate shall have two-leaves and shall

be made up of MS angles and MS square bars:

Supplying, fabricating and fixing the Iron entrance gate including cost of steel materials, cutting, fabrication/welding, all consumables, all labour, lead, lift etc. complete as per Standards/specification and as directed by the Engineer. Metal Spreading around HFO tank Supplying and spreading 40 mm size B.G stones around the HFO tank including cost of all materials, lead, labour, lift, etc. complete and as directed by the Engineer. All materials required for the work shall conform to applicable codes and standards.

5.1 PAINTING THE IRON WORK.

5.1.1 Paint to be used for various items of work shall be of best quality and shall be obtained ready mixed in sealed containers from approved manufacturer. The CONTRACTOR shall obtain the ENGINEER’s approval for the make and colour of the paint he proposed to use.

5.1.2 All surfaces shall be thoroughly cleaned of all dirt, loose particles and rust and approved, prior to application of paint.

5.1.3 Specified number of coats shall be applied and at least 24 hours shall elapse between the applications of successive coats. No painting shall be carried out on exterior work in wet weather or on surfaces which are not entirely dry.

6.0 CLEARING SITE AFTER COMPLETION OF WORKS.

47

On completion of work, the contractor shall clear the area of all his temporary works, sheds, etc. It shall also be ensured that all rejected surplus materials are removed from the area. No waste shall be left in the area which will mar the appearance of the plant area.

SECTION VII

SPECIAL CONDITIONS

1. All pre-fabrication, welding, gas cutting, etc. should be carried out from outside of oil unloading pump house /FOPH location & tanks. No gas cutting & welding allowed inside the oil unloading Pump House /FOPH compound.

2. The contractor should take necessary care for fire hazards. During the execution of works fire safety equipment/material such as sand & fire extinguishers, etc. should be made available near the working spot. The contractor should execute the work with 100% free from any fire hazards.

3. The work should be carried out without any hindrances to other Board works.

4. If any minor alteration required for re-routing of pipelines should be carried out by the contractor as per the site requirements during the erection at free of cost.

5. The contractor should produce necessary workmen compensation insurance

policy during the work period.

6. The work should be carried out only between 8 a.m. to 6 p.m. and as per the instruction of Board Engineers, then & there on daily basis.

7. The contractor is responsible for any damage to Board’s property at the time of execution of work.

8. It is the responsibility of the contractor to keep materials in safe custody.

9. A responsible person/supervisor should always be present at the work spot whenever the works are being carried out.

10. The working spot should be kept cleaned after completion of the work.

11. All the old damaged pipes should be devoluted to TANGEDCO store without oil

trace.

12. The contractor should be ready to meet out any emergency and to mobilize men and materials in time.

13. All the relevant fire prevention aspects should be known and followed by all workmen, Supervisors, and Engineers of the contractor during the execution of

work.

14. All consumables and tools & plants like welding generator, cutting set, chain block, drilling machine, drill bits & spanners etc., required for the work should be arranged by the contractor.

15. The contractor should engage only skilled workmen and qualified welder for the

work.

48

16. The contractor should take all precautions to avoid accidents to men while attending the work.

17. Personal protective equipments such as breathing apparatus, oxygen cylinder, etc. should be made available in the work spot.

18. All required pipes should be erected by utilizing the new seamless pipes.

19. Scaffolding & platform materials required for the work should be arranged by the contractor at own cost.

49

SECTION-VIII

GENERAL CONDITIONS

1.0. COMPLETION OF WORKS:

The time of completion shall be as per the clause-5.0.under Section – V of this Specification provided always that if in the opinion of the Engineer, the completion of work shall be delayed by the order of the ENGINEER or any altered, modified, substituted or additional works or materials or by the order of the works or materials to be omitted by any strike or lock out of any workmen employed by the CONTRACTOR or

by causes directly due to him or by the CONTRACTOR not being given the possession of the site or any part thereof, whether under the power herein contained or otherwise or by any non-performance or work or non-supply of materials to be performed or supplied by the PURCHASER or by the CONTRACTOR not receiving any orders, instructions or directions in time or by the suspension of the works, or by fire, flood, exceptionally bad weather, tempest, storm or by or from unforeseen circumstances (and whether the same shall be due to any act or omission of the PURCHASER or his agents or those in their respective service or not), the ENGINEER shall, if in his uncontrolled discretion shall think whether forthwith or at any later time and from time to time not withstanding that the prescribed or

extended time for completion has expired or that the works have been completed, by writing under his hand extend the time for the completion of works to such date as he shall appoint. Provided always, that unless the CONTRACTOR makes a written application to the ENGINEER on or before the time when the cause of delay is occurring or about to occur and unless the time is extended by the ENGINEER, the prescribed time shall not be extended notwithstanding delays from the forgoing or any other causes of whatsoever kind. The Contractor should see that one of their sales and service technologist would be periodically supervising and extending technical support during the course of execution of the contract. 2.0. SUB-LETTING:

No part of the contract shall be sublet without prior written permission of the Superintending Engineer nor shall transfer to be made by Power of attorney authorizing

others, to receive payment on Contractor’s behalf.

In case of the CONTRACTOR engaging contract labourers with the prior approval mentioned above in writing, the following should be strictly adhered to.

a) The CONTRACTOR should fulfill strictly all the conditions as stipulated in the contract labour (Regulation and abolition) Act, 1970 and the rules made there under.

b) The CONTRACTOR should take out a licence at his cost, under section 12 of

the above said act within the specified period as mentioned by the Management/ Principal employer at the time of awarding the contract.

3.0. SUPPLY OF COMPRESSED AIR:

50

The contractor has to make his own arrangement for the compressed air required for the work at his cost. 4.0. POWER SUPPLY FOR WORKS:

The power supply will be effected at two convenient points to the contractor near the work site by the Engineer at site. The contractor will have to put up and maintain their distribution system at their own cost. Three phase L.T. supply to the CONTRACTOR’s plants, tools and for works and for lighting for works will be metered and charged as per the prevailing tariff under the category of LT tariff V commercial. The energy charges consumed by the contractor will be recovered from his bill at the rates

prevailing from time to time. The CONTRACTOR may procure and supply to the PURCHASER necessary energy meter for metering the supply and all charges for testing and maintenance of meters to the satisfaction of ENGINEER will have to be borne by the CONTRACTOR.

Additional Tax on consumption of energy at the rate of 5% on the price of

energy consumed above will be levied.

All equipments, materials and works in connection with CONTRACTOR's electrical installation shall conform to I.E. Rules and specification and acceptable to the ENGINEER. The CONTRACTOR’s electrical installation shall be maintained in safe and

satisfactory operating condition.

5.0 ALTERNATE SUPPLY:

CONTRACTOR should not have any excuse if TANGEDCO’s power supply fails. Alternate arrangement for power supply by means of D.G.set shall be made by the CONTRACTOR at his own cost.

6.0 WATER SUPPLY FOR WORK:

The CONTRACTOR has to make his own arrangement for procurement/supply of Water for construction and domestic purposes and the water so supplied shall conform to the requirements either for construction or domestic purposes as laid down in IS specifications and W.H.O. Standards. 7.0. ERECTION OF SHEDS: The CONTRACTOR will be permitted to erect their own sheds for offices at the place approved by the Board FREE of ground rent with intercom facility. The Board will

not allow any land for putting up labour sheds and living quarters for their working staff and the CONTRACTOR has to arrange for the same. On completion of work, the contractor shall demolish his office and stores shed at his own cost.

8.0. RECTIFICATION OF DEFECTIVE WORKMANSHIP: Not withstanding anything contained in Liquidated Damages clause of this specification, where the whole or part of the materials supplied and workmanship by the contractor are found to be defective or damaged or are not in conformity with the

51

specification, such defects or damages in materials supplied and workmanship shall be rectified within 30 days from the date of intimation of the defect/damage from the purchaser. If the defects or damages are not rectified or replaced within this period, the supplier shall pay a sum towards liquidated damages clause given above, for the delay in rectification/replacement of the defects or damages. 9.0. LIABILITY FOR DAMAGE TO WORKS OR PLANTS: The CONTRACTOR shall during the progress of the work properly cover up and protect the work and plant from injury by exposure to the weather and shall take every reasonable proper, timely and useful precaution against accident or injury to the same from any cause and shall be and remain answerable and liable for all accidents or

injuries there to which until the same, be or be occasioned by the acts or omissions of the CONTRACTOR or his workmen or his sub-contractors and all losses and damages to the works or plant arising from such accidents or injuries as aforesaid shall be made good in the most complete and substantial manner by and at the sole cost of the CONTRACTOR and to the reasonable satisfaction of the ENGINEER. Such loss or damage happen to units of works or plant or materials failing outside the scope of this contract and due to the contract, those shall be replaced or compensated for by the CONTRACTOR to the satisfaction of ENGINEER. In the case of loss or damage to any portion of the work occasioned by other causes, the same shall, if, required by the PURCHASER be made good by the

CONTRACTOR in like manner but at the cost of the PURCHASER at a price to be agreed between the contractor and the PURCHASER and the PURCHASER shall pay to the CONTRACTOR the contract value of the portion of the work so lost or damaged or any balance of such contract value remaining unpaid as the case may be.

Until the work shall be deemed to be taken over as aforesaid, the CONTRACTOR shall also be liable for and shall indemnify the PURCHASER in respect of all damage or injury to any person or to any property of the PURCHASER or of others occasioned by Act of the CONTRACTOR or his work men or his sub-contractors or by defective design, work or material but not due to cause beyond his reasonable control. Provided that the CONTRACTOR shall not be eligible under the contract for any loss of profit or loss of contracts or any claims made against the PURCHASER not already provided for in the contract, nor for any damage or injury caused by or arising from acts of the PURCHASER or of others (save as to damage by fire, as hereinafter provided) due to the circumstances over which the CONTRACTOR has not control nor shall his total liability for loss, damage or injury exceed the total value of the contract. 10.0. CONTRACTOR TO INFORM ENGINEER FOR ARRANGEMENTS FOR

EXECUTION OF WORK:

The CONTRACTOR shall from time to time, as and when required by the ENGINEER, furnish the Engineer with a statement in writing of the arrangements he proposes to adopt for the execution of this contract, and in case the ENGINEER shall at any time or times consider any alteration in the same desirable, the CONTRACTOR shall on notice thereof adopt such alteration. A detailed programmed on the project for execution of the different items or work shall be prepared by the CONTRACTOR immediately after commencing the work. Those when accepted by the PURCHASER, shall be kept up till the completion.

52

11.0. SUNDAY WORK: 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 ENGINEER. 12.0. SUSPENSION OF WORK: The ENGINEER may from time to time by direction in writing for any valid

reasons, without in any way vitiating 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, and the CONTRACTOR shall not, after receiving such written notice proceed with the works therein ordered to be suspended until he shall have received written notice or authority to the effect from the ENGINEER. The CONTRACTOR shall not be entitled to claim from the PURCHASER compensation for any loss or damage sustained by him by reason of the suspension of works as aforesaid. No compensation shall be payable for idle labour, staff and machinery (hired or otherwise) due to occasional power failure or any causes beyond the control of the Board and for pre-arranged shutdowns in electricity supply for which prior notice may

be given. 13.0. INSPECTION OF WORKS: All requisite scaffolding, shoring, timbering and pathways shall have perfect supports. Care must be take to ensure the safety of work, people and the CONTRACTOR shall comply with such instructions as the ENGINEER may issue to ensure such safety. The CONTRACTOR will be responsible for any damage or injuries to persons and properties resulting from ill erected scaffolding defective pathways and ladders or during under water exploration and erection or otherwise arising out of his default in this respect. 14.0. REDOING OF IMPERFECT WORK: If, it shall appear that work has been executed with unsound, imperfect or unskilled workmanship or with materials of any imperfect or any inferior quality or otherwise not in accordance with the contract documents, the CONTRACTOR shall at his own cost rectify the same, either in the whole or in part, as may be directed by the ENGINEER, whether or not the value of any such work or materials shall have been included in any payment made to the CONTRACTOR. 15.0. MATERIALS BROUGHT TO THE SITE WORKS:

15.1. All materials, tools and tackles brought to and delivered upon the site for the purpose of the work shall from the time of their being so brought vest in and be the property of PURCHASER but may be used for the purpose of the work but for the purpose only and shall not any account be removed or taken away by the CONTRACTOR or any other person without the express permission in writing of the ENGINEER but the CONTRACTOR shall nevertheless be solely liable and responsible for any loss or destruction thereof or damage thereto unless resulting from causes beyond the Contractor’s control.

53

15.2. The PURCHASER shall have a lien on such materials tools and tackles for any sum or/sums which may at any time prior to the completion of the works be due or owing to him by the CONTRACTOR under in respect of or by reason of the contract and PURCHASER shall be at liberty to sell and dispose off any such materials, tools and tackles and in such manner as he so thinks fit and to apply the proceeds in or towards the satisfaction of such sum or sums so due or owing as aforesaid. 16.0. CONTRACTOR TO KEEP INVENTORY OF PLANT ETC: The CONTRACTOR shall prepare and maintain an inventory of all materials, temporary rolling stock, plant purchased or hired for employment or for any of the purposes of this Contract and such inventory or a copy there of shall at all times be

available for inspection by the ENGINEER, on the completion of the contract, all such materials, rolling stock and plant as shall have been hired shall be removed forthwith by the CONTRACTOR and returned to the parties from whom the same have been hired. 17.0. TOOLS AND PLANTS FOR THE EXECUTION OF THE CONTRACT: All tools and plants, equipments and tackle required for the complete execution of the contract shall be arranged for by the CONTRACTOR only at his own cost. The CONTRACTOR, may however, specify in his tender the terms under which or concessions, if any, that would require for procuring and using the tools and plant and

equipment on the work except those that are to be supplied on hire or free of charge. 18.0. MAINTENANCE: 18.1. For a period from the date of issue of completion certificate under clause Completion Certificate, below till the expiry of 2 years commencing from the date of Issue of the completion certificate the CONTRACTOR shall be liable for the replacement materials or redoing of works found to be defective from causes arising from faulty materials, or workmanship and for making good any damage arising there from. 18.2. Issue of the ‘Final Certificate’ and the payment thereby of the balance of the contract sum before the expiry of the maintenance period shall in no way absolve the CONTRACTOR from his obligations under the contract in respect of the un-expired portion of the period and to this extent the Bond entered into for the due performance of this contract shall remain in full force and effect until the end of the maintenance period. 19.0. COMPLETION CERTIFICATE:

As and when the whole of the work shall have been completed to the satisfaction of the ENGINEER and in accordance with this contract, he shall give to the CONTRACTOR the `Completion Certificate' and thereupon the PURCHASER shall take over the work. Provided always that the ENGINEERS shall in his discretion be at liberty from time to time certify, that a part of the work has been completed to his satisfaction and in accordance with this contract and there upon the PURCHASER shall take over that part of the works included in such certificates. 20.0. FINAL CERTIFICATE:

54

The contract shall not be considered as completed until a certificate (herein referred to as the final certificate) shall have been signed by the ENGINEER to the effect that the CONTRACTOR has carried out all his obligations under. `MAINTENANCE' and in the manner provided by this contract notwithstanding any previous entry upon the works or taking possession, working or using any part thereof by the PURCHASER, but the issue of the final certificate as aforesaid shall be without prejudice to the rights, duties, obligations of the parties, during any part of the maintenance period which has not expired at the time of the issue of the final certificate.

21.0. CERTIFICATE TO BE PROVISIONAL AND SUBJECT TO CORRECTION: Every certificate for payment on account of work, materials or things shall be regarded as only provisional and approximate and all payments made on such

certificates shall be regarded as being open payments and shall respectively be subject to revision and settlement by the ENGINEER and in the event of his deciding that from any circumstances the measurements of work executed, returns of materials provided and used for the estimates of value previously made, did not truly represent the portion of works executed and materials provided and used having reference to the amount of the contract sum and the work remaining to be executed by the CONTRACTOR, the ENGINEER shall have power from time to time to correct the total results by adding thereto or deducting there from such sum as, after communication with the CONTRACTOR or his duly authorized agent, the ENGINEER may deem to be just and such addition or deduction shall be credited to or (as the case may be) debited against the CONTRACTOR at such time as the ENGINEER may think fit.

22.0. NEGLIGENCE: If the CONTRACTOR shall neglect to execute the work with due diligence and expedition, or shall refuse or neglect to comply with any reasonable orders given to him in writing by the ENGINEER in connection with the work, or shall contravene the provision of this contract, the PURCHASER may give seven days notice in writing, to the CONTRACTOR to make good the failure, neglect or contravention complained of any should the CONTRACTOR fail to comply with the notice within the reasonable time from date of service thereof in the case of failure, neglect or contravention capable of being made good within that time or otherwise within such time as may be reasonably necessary for making it good, then and in such case, the PURCHASER shall be at liberty to employ other workmen and forthwith perform such work as the CONTRACTOR may have neglected to do, or if the PURCHASER shall think fit, it shall be lawful for him to take the work, wholly or in part off the Contractor’s hands and re-contract at a reasonable price with any other person or persons or provide any other materials, tools and tackles or labor for the purpose of completing the work or any part thereof and in that event the PURCHASER shall, without being responsible to the CONTRACTOR for the fair wear and tear of the same, have the free use of all the materials, tools, tackles, or other things which may be on the site for use at any time in

connection with the work to the exclusion of any right of the CONTRACTOR over the same and the PURCHASER shall be entitled to retain and apply and balance which may be otherwise use to the contract by him to the CONTRACTOR or such part thereof as may be necessary to the payment of the cost of executing such work as aforesaid. If the cost of executing the work as aforesaid shall exceed the balance due to the CONTRACTOR and the CONTRACTOR fails to make good the deficit, the said materials, tools, tackles, construction plant, or other things which are the property of the CONTRACTOR may be seized and sold by the PURCHASER and the proceeds

55

applied towards the payment of such differences and the cost of and incidental to such sale. Any outstanding balance existing after crediting the proceeds of such sale, shall be paid by the CONTRACTOR on the certificate of the ENGINEER, but when all expenses, costs, and charges incurred in the completion of the work are paid by the CONTRACTOR, all such materials, tools tackle, or other things remaining unused to be removed by the CONTRACTOR. The actual difference in price where ever the Board gets executed through other agencies at a higher rate is payable by the contractor to Board. 23.0. DEATH, BANKRUPTCY ETC: If the CONTRACTOR, shall die or commit any act of bankruptcy or being a Corporation commence to be wound for reconstruction purposes or carry on its

business under a receiver, the executors, successors or other representatives in law of the Estate of the CONTRACTOR or any such receiver, liquidator or any person in whom the contract may become vested, shall forthwith give notice thereof in writing to the PURCHASER and shall for one month, during which he shall take all reasonable steps to prevent a stoppage of the works, have the option of carrying out this contract subject to his or their providing such guarantee as may be required by the PURCHASER but not exceeding the value of the work for the time being remaining un-executed. In the event of stoppage of the works, the period of the option under this clause shall be fourteen days only. Provided that, should the above option be not exercised, the contract may be terminated by the PURCHASER by notice in writing to the CONTRACTOR, and the same power and provisions reserved to the

PURCHASER in the proceeding clause on the taking of the work out of the Contractor’s hands shall immediately become operative. 24.0. MEASURING, VALUING AND VERIFYING BY ENGINEER: In measuring, valuing, deciding or certifying, the Board’s ENGINEER is intended to act by his skill and from his knowledge of the facts and incidents connected with the works and in so far as any facts are not within his own knowledge the ENGINEER shall be at liberty to inform himself by enquiry of such person or persons as he may consider necessary. The ENGINEER shall at all times be considered seized of all the facts necessary for him to form his own opinion, make his measurements or valuations give his decision and order, make his requisition, or give or refuse his certificate and he shall be at the liberty to certify at such time and in such manner as in his discretion he may think proper and he shall not be bound to give any reason for or any particulars of his certificate or any reasons for his not certifying. 25.0. CLEANING UP: Upon completion of the work, the CONTRACTOR SHALL remove from the vicinity of the work all, rubbish, unused materials, and other materials, belonging to

him or used under his discretion, during painting and in the event of his failure to do so, the same will be removed by the PURCHASER, and the relevant expenditure recovered from the CONTRACTOR.

26.0. WASTE MATERIALS: All waste materials as decided by the site ENGINEER should be lift out of the compound at Contractor’s cost and the CONTRACTOR should keep the site always clean during progress of work.

56

27.0. WEEKLY PROGRESS REPORTS: The CONTRACTOR shall furnish to the Board weekly progress report in triplicate on Saturday of every week indicating the following: -

Item of work

Schedule of progress for the week

Actual progress

Reasons for shortfall if any.

Steps taken to meet the shortfall.

(SIGNATURE OF THE CONTRACTOR)

28.0. NOTICES: HOW TO BE GIVEN:

Where as legal or other notice or any other documents is to be given to or served up to the CONTRACTOR it shall be deemed to be duly given or served, if it shall have been either delivered to him personally or to his recognized agent (including in the case of the company the Secretary of such company) or delivered at, or, sent, through the post addressed to the contractor at the contractor's office in the site or sent through the post addressed to the last known place of business or abode of the CONTRACTOR or in the case of a Company to its Registered Office and in the case of a firm of CONTRACTOR notice or other documents, which shall be so given to or so served on any one of the partners in such firm, shall be deemed to have been given to or served on all of them. 29.0. FENCING AND LIGHTING: Except as hereinafter provided, the CONTRACTOR shall unless otherwise specified be responsible for the proper fencing, guarding, lighting around the works area avoid accidents. Similarly proper watching arrangement shall be made by the contractor during stormy weather and high tide conditions of the sea to avoid any loss

of property and life. Necessary temporary road ways, foot ways and guards for the above shall be provided by the contractor. 30.0. HEALTH AND SANITARY RULES FOR WORKERS: The Contractor’s special attention is invited that he is required to provide at his own expenses the following amenities to the satisfaction of the ENGINEER at site.

31.0. FIRST AID: At the work site there shall be maintained in a readily accessible place, first and appliances and medicines including adequate supply of sterilized dressing and sterilized cotton wool. The appliance should be kept in good order. They shall be placed under the charge of a responsible person who shall be readily available during working hours. 32.0. DRINKING WATER:

Water of good quality fit for drinking purposes shall have to be provided for the workers on a scale of not less than 100 liters per head per day.

57

33.0. CANTEEN: The canteen facility already available in NCTPS on chargeable basis may be utilized. 34.0. PRECAUTION DURING WORKING: The contractor should take all precautions necessary and as specified by the Engineer for works. He should at his expenses provide helmets for all the workmen working. Any special precautions that may be required by the Acts of Rules of the Tamil Nadu Government from time to time shall also be taken by the contractor at his own cost. During inclement weather, the contractor shall protect from injury all works

already in progress, just then completed. Should the work be suspended by reason of rain, strikes lockouts or any other cause, the contractor shall take all precautions necessary for protection of works and make good, at his own expense, any damage arising from any of these causes. 35.0. DEDUCTION FOR LABOUR WELFARE FUND: Towards contribution to Manual Labour Welfare Fund an amount of 0.3% will be deducted from each running bill and the recovery will be remitted to Tamil Nadu Construction Workers Welfare Board, Chennai- 600 018.

36.0. EMPLOYMENT OF CONTRACT LABOUR: The contractor should fulfill strictly all the conditions as stipulated in the contract labour (Regulation and Abolition) Act 1970 and the rules made there under. The CONTRACTOR should take out license under Section – 12 of the above said Act, within the specified period as mentioned by the Management /Principal Employer at the time of awarding the contract. The contract shall be terminated if the CONTRACTOR fails to obtain a license under Section – 12 of the contract labour (Regulation and Abolition) Act 1970 within 30 days of award of contract.

As per the Contract Labour Rules 1975, the CONTRACTOR should disburse the wages of the contract labours in the presence of authorized representative of the Principal Employer and it should be certified that the amount so paid as wages by such representatives as furnished below: “Certified that the amount shown in Column No. … has been paid to workmen concerned in my presence.”

The wages of contract labour should not be less than that of minimum wages prescribed by the Minimum Wages Act for Contract labour. 37.0. ILLUMINATION: Adequate illumination using electric or acetylene lamps is to be provided by the CONTRACTOR at his cost. Where any works is carried out at night the site of such of works to be illuminated adequately by flood lights. At the drilling faces at the heading, the voltage of lamps, if of AC current is to be reduced to 55 volts, and suitable transformers have to be installed at the Contractor’s expenses.

58

For electric current for work sites, Contractor’s offices and stores, the CONTRACTOR has to put in his own distribution system at his own cost from the points of take off from the nearest mains provided by the PURCHASER. The CONTRACTOR shall construct and maintain at his own expenses the necessary circuit for distributing the power in order to provide voltages regulations. 38.0. COMMUNICATION FACILITIES: The CONTRACTOR shall install, maintain and operate such other communication and signal facilities as are necessary for the safe and efficient execution of the work. All such communication and signal facilities shall be subject to the approval of the ENGINEER; Authorized employees of the PURCHASER shall have free use of such

facilities installed by the CONTRACTOR for the transmission of official messages. 39.0 SECURITY AND SAFETY RULES OF OWNER: a) CONTRACTOR shall strictly abide by the rules and regulations of security and safety enforced by the OWNER. CONTRACTOR shall provide proper identity cards, badges, etc. to his employees whenever directed by the OWNER.

b) CONTRACTOR shall be solely responsible for the security / safety of his personnel and equipments.

c) CONTRACTOR, his employees and agents shall not disclose any information or drawing furnished to them by the Owner / Engineer. All drawings, reports or any other information prepared by the Owner/ Engineer/ Contractor, either individually or jointly for the execution of the contract shall not be disclosed without prior written approval of the owner. No photographs of the work or plant within the work site shall be taken without prior written approval of the Owner.

41.0 RECOVERY OF MONEY FROM CONTRACTOR:

In every case in which provision is made for recovery of money from the CONTRACTOR, PURCHASER shall be entitled to retain or deduct the amount thereof from any money that may be due or become due to the CONTRACTOR under these presents and/or under other contract or contracts or any other account whatsoever.

42.0 INCLEMENT WEATHER:

During inclement weather, the contractor shall protect from injury all works already in progress, just then completed.

Should the work be suspended by reason of rain, strikes, lockouts or any other

cause, the CONTRACTOR shall take all precautions necessary for protection of works and make good, at his own expense, any damage arising from any of these causes.

43.0. SPECIAL CONDITIONS TO BE FOLLOWED REGARDING ENVIRONMENTAL ANGLE:

The labourers should be instructed to follow Thermal Station rules. Any failure to observe and obey these rules will be a serious offence and the labour will be expelled from worksite.

59

44. The following drawings shall be obtained from the Superintending Engineer / Mechanical / Project / NCTPS, Stage-II, TANGEDCO Ltd., Chennai 600 120. i. Plot Plan (location of HFO Tank to be installed) ii. Interface drawings for a. oil decanting arrangement of NCTPS, Stage-II where the oil is to be tapped. b. steam tapping point and drain c. fire fighting tapping HFO pumps. d. HFO suction line interface point to NCTPS, Stage-II point. e. Electrical street light and yard light interface point f. Interfacing with DDCMIS (Panel details)

All other parameters required for the design of HFO tank shall be obtained from

Superintending Engineer/Mechanical/Project/NCTPS, Stage-II, Chennai 600 120.

60

SECTION. IX

SCHEDULE.A

SCHEDULE OF RATES

Name of work: NCTPS Stage-II-Design, Engineering,supply,construction, testing and commissioning of an additional new HFO Tank of capacity 2000KL for 2x 600MW NCTPS Stage-II.

Specification No: CE/NCTPP Stage.II/SE/Mech/ 65 / 2013-14 DUE ON: 26.02.2014

SL.NO Qty Description of work Rate in figures and words

Material Labour 1 L.S Charges for Design, Engineering for

installation of new HFO tank to the size of 16m dia X 10.5m height of 2000KL capacity.

2 L.S Charges for providing foundation, compound wall, dyke wall and other related civil works for HFO tank for stage-II near existing HFO tank at stage-I Oil Yard.

3 L.S Charges for supply, fabrication and erection of new tank, hand rails, spiral ladder, pressure gauges, level indicators, Temperature gauges, flow meters, transmitters & its related

cables, pipe lines, valves, automated fire protection system including all supports and fittings, painting, insulation of tank & pipe lines etc. as per drawing including testing and commissioning of the system.

4 Service Tax, VAT and other taxes are to be quoted separately. Failing which, it will be construed that the rate quoted is inclusive of all.

Company Seal. SIGNATURE. PAN Number

61

SCHEDULE – B

DEVIATION FROM TECHNICAL SPECIFICATION

All technical deviations from the specification shall be filled in by the tenderer, clause wise, in the schedule.

SL. NO. SECTION NO. CLAUSE NO. DEVIATION

The tenderer hereby certifies that the above mentioned are the only deviations from the technical specification and the tender conforms to the specification in all other respects.

COMPANY SEAL SIGNATURE : NAME : DESIGNATION : DATE :

62

SCHEDULE – C

DEVIATIONS FROM COMMERCIAL TERMS

All deviations from the commercial terms shall be filled in by the tenderer, clause wise, in this schedule. SL. NO. SECTION NO. CLAUSE NO. DEVIATION

The tenderer hereby certifies that the above mentioned are the only deviations

from the Commercial Terms and the tender conforms to the specification in all other

respects.

COMPANY SEAL SIGNATURE : NAME : DESIGNATION : DATE :

63

SCHEDULE – D

STATEMENT OF SUPPLY/ ORDERS EXECUTED/UNDER EXECUTION SO FAR DURING THE PAST YEARS AS ON THE TENDER OPENING

Sl. No.

Name & Address Of The

Organization Including Other

State EB's

Name Of The Work

P.O. No. And Date

Value Of Order In

Rs. in

Scheduled Date Of

Completion Of Order

Actual Date Of

Completion Of Order

NOTE: 1) Split up details such as price, may be enclosed separately.

2) Copies of orders received shall be enclosed.

COMPANY SEAL SIGNATURE : NAME : DESIGNATION : DATE :

64

SCHEDULE – E

UNDERTAKING FOR PAYMENT OF DUES TO TANGEDCO/TNEB

THIS DEED OF UNDERTAKING EXECUTED AT CHENNAI ON THIS THE

By Messers…………. Hereinafter called the “TENDERER” (Which expression where the context so admits

mean and include their agents, Representatives, Successors – in – office and Assigns).

TO AND IN FAVOUR OF The Tamilnadu Generation and Distribution Corporation Limited a body corporate incorporated under the companies Act having its office at NPKRR Maaligai, 144, Anna Salai, Electricity Avenue, Chennai – 600 002, hereinafter called the “BOARD” (Which expression shall where the context so admits mean and include the successors – in – office and assigns). WHEREAS the Board has called for an undertaking from the Tenderer empowering the Board to recover the dues if any. NOW THIS UNDERTAKNG WITNESSETH the Board is empowered to recover any dues against this contract in any bills/security deposit/E.M.D. due to the Tenderer either in this contract or any other contracts with the Board. Further, the Tenderer hereby authorizes the Board to recover, any dues against any other contract of the Tenderer with the Board with the available amount due to the Tenderer against this contract. IN WITNESS WHERE OF Thiru. Acting for and on behalf of the Tenderer has signed this deed on the day, month and year herein before first mentioned. - COMPANY SEAL - SIGNATURE OF THE TENDERER.

NAME :

DESIGNATION :

DATE :

65

66

SCHEDULE – F

UNDERTAKING FOR LEGAL PROCEEDINGS JURISDICTION

THIS DEED OF UNDERTAKING EXECUTED AT CHENNAI ON THIS THE By Messers.

Hereinafter called the “TENDERER” (Which expression where the context so admits

mean and include their agents, Representatives, Successors – in – office and Assigns).

TO AND IN FAVOUR OF

The Tamilnadu Generation and Distribution Corporation Limited a body corporate

incorporated under the companies Act, having its office at NPKRR Maaligai, 144, Anna

Salai, Electricity Avenue, Chennai – 600 002, hereinafter called the “BOARD” (Which

expression shall where the context so admits mean and include the successors – in –

office and assigns).

WHEREAS the Board has called for acceptance of jurisdiction of legal proceedings.

NOW THIS UNDERTAKING WITNESSETH that no suit are any proceedings in regard in

any matter arising in any respect under this contract shall be instituted in any court,

save in appropriate Civil court of Chennai are the court of small causes Chennai. If it is

agreed that no other court shall have the jurisdiction to entertain any suit or

proceedings, even though, part of the cause of action might arise within the jurisdiction

of any of the courts in Tamil Nadu and not in the courts in Chennai City, then it is

agreed between parties that such suits or proceedings shall be instituted in court within

Tamil Nadu and no other court outside Tamil Nadu shall have jurisdiction, even though

any part of the cause of action might arise within the jurisdiction of such

IN WITNESS WHERE OF Acting

for and on behalf of the Tenderer has signed this deed on the day, month and year

herein before first mentioned.

COMPANY SEAL SIGNATURE OF THE TENDERER. NAME :

DESIGNATION :

DATE :

67

SCHEDULE – G

SPECIFICATION No: CE/NCTPP Stage.II/SE/Mech/ 65 / 2013-14

TENDER FORM

To The Chief Engineer/Project, North Chennai Thermal Power Station, Stage-II, TANGEDCO Ltd., Athipattu, Chennai- 600 120. Dear Sir, 1. Having examined the above specification together with the accompany schedules etc., we hereby offer to execute work with supply of the materials covered in this specification at the rates entered in the attached schedule of prices. 2. We hereby guarantee the particulars entered in the schedules attached to the specification. 3. In accordance with security deposit clause, Section-V of the specification we agree to furnish security to 4. Our company is not a potentially Sick Industrial Company or a sick Industrial Company in terms of Section-23 of section-15 of the Sick Industrial Companies (Special Provisions) Act, 1985.

Yours Faithfully, PLACE : SIGNATURE : DATE : DESIGNATION : COMPANY SEAL : COMPANY :

68

SCHEDULE – H

UNDERTAKING IN LIEU OF PAYMENT OF EMD

This undertaking executed at ............. on this the .................. day of .......................... Two thousand and three by M/s. ....................... a company, registered under companies Act 1956, having its registered office at ....................... herein after called the tenderer to and in favour of the TAMIL NADU GENERATION AND DISTRIBUTION CORPORATION LTD, (a company incorporated under the Company’s Act 1956), having its office at N.P.K.R.R. Maaligai, Electricity Avenue, 800, Anna Salai, Chennai - 600 002, represented by ............................................. (herein after called the Corporation). WHEREAS the contract is for the Supply/erection construction etc.

................................. in terms of the tender specification No.... dt:........... AND WHEREAS in accordance with clause ......................................... of the said tender specification the tenderer has to furnish EMD of Rs............... (Rupees ....................................................................................................... only). AND whereas the tenderer has requested the Corporation to accept an undertaking in lieu of payment in cash of the EMD. AND WHEREAS the Corporation has accepted the request of the tenderer subject to his executing an undertaking to pay the Corporation not exceeding Rs....................(Rupees................................................................................... only) representing the Earnest Money Deposit together with costs in the case of non-fulfillment to the conditions stipulated in the specification or the conditions stipulated in

the contract by the tenderer. In consideration of the Corporation having agreed to accept an undertaking from the tenderer in lieu of payment of EMD in cash, the tenderer undertakes to pay the sum of Rs.......................... (Rupees ....................................................... only) immediately when a demand is raised by the Corporation against the tender without demur in the event of the following:- 1) If the tenderer withdraws his tender or backs out after acceptance of the tender or fails to remit the security deposit. 2) If he revises any of the terms quoted during the validity period. 3) If he violates any of the terms of the tender specification No. Now the condition of the above written undertaking is such that if the tenderer shall duly and faithfully observe and perform the terms and conditions specified in terms of the above then the above written undertaking shall void, otherwise the same shall remain in full force. The tenderer undertakes not to revoke this guarantee till the contract is completed under the terms of contract. The expression 'tenderer' and the 'Corporation' herein before used shall include their respective successors and assigns in office. IN WITNESS WHERE OF Thiru ............................................................ for and on behalf of the tenderer has signed this undertaking on the day, month and year first

above written. In the presence of witnesses: 1. Signature with seal (Name in Block letters) 2. (Name in capitals to be subscribed with designation, office address or residential address)

69