Você está na página 1de 260

CHENNAI PORT TRUST

No.1 Rajaji Salai


Chennai 600 001

Tender No. T/JDC/56 /2015/E

TENDER FOR RECONSTRUCTION OF APPROACH JETTY


FOR BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
THROUGH E-PROCUREMENT MODE

Volume I
(Technical Bid)

Due Date of online submission


Due Date & Time of bid opening

: 15.00 Hrs. on 23.02.2016


: 15.30 Hrs. on 23.02.2016

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR

BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT

Tender No. T/ JDC /56/2015/ E

THROUGH E-PROCUREMENT MODE


CONTENTS
OBR
NIT

Online Bid Reference


Notice Inviting OnlineTender

Online bid

Instructions for online bid submission

SECTION-1

Instructions to Bidders

SECTION-2

Form
of
Bid,
Contractors
qualification of Bidders

SECTION -3

Part I General conditions of contract


Part II Special conditions of contract

SECTION -4

Contract Data

SECTION -5

Specifications of materials and works

SECTION -6

Schedule of Drawings

SECTION -7

Forms of Securities and other formats

ii

bid,

Pre

CHENNAI PORT TRUST


ONLINE BID REFERENCE
TENDER NO. T/JDC/56/2015/E
TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR BD1
JETTY HEAD STRUCTURE AT CHENNAI PORT
THROUGH E-PROCUREMENT MODE

PERIOD OF DOWNLOADING
BIDDING DOCUMENT

: FROM 02/02/16 TO 23/02/16

TIME & DATE OF


PRE BID MEETING

: 09/02/16 TIME 11.30 HOURS

START DATE & TIME FOR


ONLINE SUBMISSION OF BID : 16/02/16 TIME 12.00 HOURS

LAST DATE & TIME FOR


ONLINE SUBMISSION OF BID : 23/02/16 TIME 15.00 HOURS

TIME & DATE OF


OPENING OF TECHNICAL BID : 23/02/16 TIME 15.30 HOURS
TIME & DATE OF
OPENING OF PRICE BID

: INTIMATED LATER

PLACE OF OPENING
OF TECHNICAL BID

: CHENNAI PORT TRUST,


Vth FLOOR, CENTENARY
BUILDING,
No.1, RAJAJI SALAI,
CHENNAI 600 001.

CHIEF ENGINEER
CHENNAI PORT TRUST

iii

Notice Inviting Tender through e-procurement mode


CHENNAI PORT TRUST
CIVIL ENGINEERING DEPARTMENT

No.1,Rajaji salai, Chennai-600001


Online tenders through e-procurement mode are invited under Two cover system from the
contractors/firms who are all satisfy the eligibility criteria for the work of
RECONSTRUCTION OF
APPROACH JETTY FOR BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT as per details furnished
hereunder.
Estimated Cost: Rs. 633.71lakhs (approx.)
EMD: Rs. 6,34,000/Completion period: 540 Days
Minimum Qualification Criteria:
(i)
Average annual turnover during the last 3 years ending 31st March 2015 should be at least 30% of
the estimated cost (i.e., Rs.190.11 lakhs); and
(ii)
Experience of having successfully completed similar works during the last 7 years ending 31st
January 2016 should be either of the following.*
a) Three similar completed works each costing not less than the amount equal to 40% of the
estimated cost (ie., Rs.253.48 lakhs each); (or)
b) Two similar completed works each costing not less than the amount equal to 50% of the
estimated cost. (ie., Rs.316.86 lakhs each); (or)
c) One similar completed work costing not less than the amount equal to 80% of the estimated cost
(ie., Rs.506.97 lakhs)
Note:- (i)Similar work means, Construction of Concrete Deck structure supported by Piles in marine
condition and/or water ways (under flowing/still water condition)
(ii)* Please refer to Cl. 4.2. of ITB (Section I) of the bid documents.
Documentary proof such as copy of work order / agreement and completion certificate for the technical
experience and audited balance sheet, Profit & Loss account statements for annual turn over certified by
Chartered Accountant for meeting the eligibility criteria shall be submitted under tender document - technical bid
link through e-procurement mode. The recommended tenderers original documents shall be produced to the Port officers
verification. If the bidder has executed the work for private firms or as a sub-contract the TDS certificate for the
particular year along with the above mentioned documents shall be submitted. The price bids of those firms who
do not meet the eligibility criteria will not be opened. All the documents as per Form-I to Form-VII of section-2
and Annexure 1to 3 of section-7 shall be uploaded through e-procurement portal after scanning in pdf format in
the Tender Document Technical Bid.
The complete tender document can be downloaded from Chennai Port Trust website: www.chennaiport.gov.in
under e-procurement portal. The cost of tender document is Rs.10,500/- (inclusive of VAT at 5%). The scanned
copy of i) the Demand Draft / Bankers Pay order/ Bankers Cheque of any Nationalized bank/ scheduled bank
(except Co operative bank) towards the cost of tender document; and ii) the Demand Draft / Bankers Pay order /
Bankers Cheque / Bank Guarantee of any Nationalized bank/ scheduled bank (except Co-operative bank)
pursuant to clause 16 of ITB of Technical Bid of the tender document, towards Bid Security (EMD) both drawn in
favour of The Chairman, Chennai Port Trust Payable at Chennai shall be uploaded with the tender document Technical bid while submitting the tender electronically in the e-procurement Portal.
The original financial instruments towards i) the cost of tender document; and ii) EMD shall be submitted upto
1500 hrs before opening the Technical bid. Original financial instruments towards cost of Tender Document and
EMD along with originals of integrity Pact and Power of attorney should reach Office of the Chief Engineer,
Chennai Port Trust before opening of Technical Bid i.e. upto 1500 hrs on 23.02.2016. Non submission of the
original financial instruments within the above period leads to disqualification of bids.

Downloading period of bid document


: 02.02.16 to 23.02.16
Date of pre bid meeting
: 09.02.16 at 1130 hrs
Start date & time for online submission : 16.02.16 at 1200 hrs
Last date & time for online submission : 23.02.16 at 1500 hrs
Date & Time of opening of bid
: 23.02.16 at 1530hrs
For details, visit our web site www.chennaiport.gov.in & http://eprocure.gov.in
T/JDC/56/2015/ E
CHIEF ENGINEER

iv

CHENNAI PORT TRUST


NOTICE INVITING ONLINE TENDERS

Tender No.JDC /56/2015/E

TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR BD1


JETTY HEAD STRUCTURE AT CHENNAI PORT
1.1

Online tenders through e-procurement mode are invited by Chennai


Port Trust from reputed Contractors for executing the work of
RECONSTRUCTION OF APPROACH JETTY FOR BD1 JETTY
HEAD STRUCTURE AT CHENNAI PORT under
two
cover
system. The estimated cost put to tender is Rs.6,33,70,776.85

1.2

The tender document through e-procurement mode is open from


02/02/16 to 23/02/16 can be downloaded from the Ch.P.T official
website and through e-procurement portal link.

1.3

Each set of tender document consists of two volumes (Volumes-I & II).
Volume-I (Technical Bid) comprises all Technical & commercial offer
documents including drawings and Volume-II (Price Bid) comprises all
Price bid documents.

1.4

The complete tender document shall be submitted online as tender


offer on or before the due date and time of submission. The bidder
shall have to pay Rs.10500/- (Rupees Ten thousand and Five
hundred only) inclusive of VAT @ 5% towards the cost of tender
document in the form of DD instrument. The scanned copy of i) the
Demand Draft / Bankers Pay Order / Bankers Cheque of any
Nationalized
Bank/scheduled
bank
(except
Co-operative
Bank)towards the cost of tender document; and ii) the Demand Draft
/ Bankers Pay Order / Bankers Cheque / Bank Guarantee of any
Nationalized Bank /scheduled bank, (except Co-operative Bank)
pursuant to clause 16 of ITB of Technical Bid of the tender document,
towards Bid Security (EMD) both drawn in favour of The Chairman,
Chennai Port Trust shall be uploaded with the tender document Technical bid while submitting the tender electronically in the eprocurement Portal. The original financial instrument towards i) the
cost of tender document shall be placed in a sealed envelope
superscribed as Cost of Tender document duly mentioning the
Tender no. & Name of work and Due date of opening of Bid; and ii) the
original financial instrument towards EMD shall be placed separately
in a sealed envelope superscribed as EMD duly mentioning the
Tender no. & Name of work and Due date of opening of Bid and iii) the

originals documents such as Integrity pact and Power of attorney shall


be placed separately in sealed envelope superscribed as Original
document duly mentioning the Tender no. & Name of work and Due
date of opening of Bid and all the three envelopes shall be submitted
at the office of the Chief Engineer, Chennai Port Trust, 5th Floor,
Centenary Building, No. 1, Rajaji salai, Chennai 6000 001
upto 1500 Hrs. on 23.02.2016. Non submission of the original
financial instruments towards cost of Tender Document and EMD
within the above period leads to disqualification of bids.
1.5

The Bid security (EMD) of Rs.6,34,000/-( Rupees Six lakhs thirty


four thousand only) as per Clause 16 A of section-I shall be paid as
described in the Tender Document. The tender offer shall have to be
submitted by the Tenderer only through e-procurement mode as
explained in the tender document.

1.5.1 The EMD shall be submitted in the form of Demand Draft/Bankers


Cheque/Bankers pay order / Bank Guarantee from Nationalized
Bank/Schedule bank in favour of The Chairman, Chennai Port
Trust enforceable and encashable at Chennai.
1.5.2 The Tenderer who is exempted for payment of EMD from NSIC shall
submit a copy of Exemption Certificate duly notarized and upload a
scanned copy in the e-procurement portal.
1.5.3 The proof of EMD shall be uploaded as a scanned copy of the
instrument through e-procurement mode under the Tender Document
Technical Bid while submitting tender electronically in the eprocurement portal. The original EMD must reach Chennai Port Trust
in corresponding address before opening of Technical Bid as per the
date and time given in this tender. Mere uploading of EMD document
in the portal and non-submission of the original EMD at the address
given below before the Technical Bid opening date & time will lead to
technical bid opening disqualification of the bid by the bidder:Chief Engineer,
No.1,Rajaji salai,
5th Floor, Centenary building
Chennai Port Trust,
Chennai 600 001.
The original EMD instrument (DD/BG/BC should be sealed in an
envelope) can also be dropped in the Tender Box kept at the above
address.

vi

The tender offer shall have to be submitted by the Tenderer only


through e-procurement mode as explained in the Tender Document.
1.6

The offer (both Techno-Commercial & Price) must be valid for a


minimum of 120 days from the last date of online submission of offer;
otherwise the offer shall be rejected as non-responsive.

1.7

Biding is open to all eligible bidders meeting the eligibility criteria as


defined in Clause 4 of Section-I (Instructions To Bidders) and bidders
are advised to note the minimum qualification criteria specified below
to qualify for the award of the contract.

(i) Average annual financial turnover during the last three years ending
31st March 2015, should be atleast 30% of the estimated cost put to
tender (i.e., Rs.190.11 lakhs)
(ii) Experience of having successfully completed similar works during
the last 7 years ending 31st January 2016 should be either of the
following:
(a)
Three similar completed works each costing not less than the
amount equal to 40% of estimated cost (i.e. Rs.253.48 lakhs)
each (or)
(b)
Two similar completed works each costing not less than the
amount equal to 50% of estimated cost (i.e. Rs.316.86 lakhs)
each (or)
(c)
One similar completed work costing not less than the amount
equal to 80% of estimated cost (i.e. Rs.506.97 lakhs)
Similar work means Construction of Concrete Deck structure
supported by Piles in marine condition and/or water ways (under
flowing/still water condition)
The value of similar works completed by the bidder will be brought to
current costing level by enhancing the actual value of work with the
multiplication factor as detailed below for assessing the eligibility of the
bidder under experience.
The base year shall be taken as 2014-15.
Year

Multiplication factor

2014-15

1.00

2013-14

1.06

2012-13

1.13

2011-12

1.22

vii

2010-11

1.32

2009-10

1.36

2008-09

1.44

Note: Bidder should indicate actual figures of costs and amount for the
works executed by them in the schedule without accounting for the
above mentioned factors.
In case the financial figure and the value of completed works are in
foreign currency, the above enhancement factors will not be applied.
Instead, the foreign currency will be converted into equivalent Indian
Rupees (INR) at the State Bank of India BC selling rate as on the date
of submission.
Documentary proof such as copy of work order / agreement and
completion certificate for the technical experience duly notarized and
audited balance sheet, Profit & Loss account statements for annual
turn over certified by Chartered Accountant for meeting eligibility
criteria shall be submitted under tender document- technical bid link
through e-procurement mode. The price bids of those firms who do not
meet the eligibility criteria will not be opened.
All the documents as per the Form-I to Form-VII of section -2 and
Annexure 1 to 3 of section-7 shall be uploaded through e-procurement
portal after scanning in pdf format along with the Tender Document
Technical Bid.
Originals such as demand draft, Bank Guarantee, Integrity Pact,
Power of attorney should be reached Ch.P.T before opening of the
technical bid.
1.8

The Employer/Board do not bind themselves to accept the lowest or


any tender and reserve the right to accept any tender in part or to
reject any tender without assigning any reason there for.

1.9

The prospective Tenderer shall submit queries if any through


e-tendering portal addressed to the Chief Engineer, Chennai Port
Trust, Chennai in connection with this tender well in advance, so that
the queries can be clarified. The bidders queries will be clarified
through e-procurement portal and if necessary the pre-bid meeting
will be at the Office of the Chief Engineer, No.1, Rajaji Salai, 5th Floor
of Centenary building, Chennai Port Trust, Chennai - 600 001. and
notification
in
this
regard
will
be
issued
through
www.chennaiport.gov.in / e-procurement portal link.

viii

1.10 The due date of online submission of offers will be 23.02.2016 at


1500 hrs, unless otherwise notified. In the event of changes in the
schedules, the Chief Engineer, Chennai Port Trust notifies the same
only through www.chennaiport.gov.in and e-procurement portal link.
1.11 If the offers are not received according to the instructions detailed here
above, they shall be liable for rejection.

CHIEF ENGINEER
CHENNAI PORT TRUST

ix

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
INSTRUCTIONS FOR ONLINE BID SUBMISSION
I

Bidders to follow the following procedure to submit the bids


online
through
the
e-Procurement
portal
http://eprocure.gov.in.

1.

Bidder should do the registration in the tender site using the Click
here to Enroll option available.

2.

Then the Digital signature of MTNL/SIFY/TCS/nCode/eMudhra or


any Certifying Authority is to be registered after logging into the
site.

3.

Bidder can use My Space area to update standard documents in


advance as required for various tenders and use them during bid
submission. This will facilitate the bid submission process by
reducing time.

4.

Bidder may read the tenders published in the Port web site and
download the required documents/tender schedules for the
interested tenders.

5.

Bidder then logs into the site using the secured login by giving the
user id/password chosen during registration and password of the
DSC/e-token.

6.

Only one DSC/e-token should be used for a bidder and should not
be misused by others. If a bidder uses more than one DSC token,
the bid would summarily rejected.

7.

Bidder should read the tender schedules carefully and submit the
documents as asked, otherwise, the bid will be rejected.

8.

If there are any clarifications, this may be clarified through online


or during the pre-bid meeting. Bidder should take into account of
the Addendums published before submitting the bids through
online.

9.

Bidder must prepare the bid documents to be submitted in


advance as indicated in the tender and it should be in required
format. If there is more than one document, they can be clubbed
together.

10.

Bidder should submit the EMD as specified in the tender. The


original should be posted/couriered/given in person to the
specified location as per Tender Document, latest by the date and
time of bid submission.

11.

Bidder selects the interested tender by using search option & then
moves it to the My Favorites Folder.

12.

From the My Favorites Folder he selects the tender to view all the
details indicated.

13.

The Bidder should read the terms & conditions and accepts the
same to proceed further to submit the bid.

14.

The Bidder has to select the payment option as offline to pay the
EMD and tender document cost as applicable.

15.

The details of the DD instrument / any other accepted instrument,


physically sent, should tally with the details available in the
scanned copy and the data entered during bid submission time.
Otherwise the bid submitted will not be acceptable.

15 (a)

EARNEST MONEY DEPOSIT

MODE OF PAYMENT OF EMD

Rs.6,34,000/-(Rupees Six lakhs thirty four


thousand only)

In the form of Demand Draft/Bankers Pay


Order/Bankers Cheque/Bank Guarantee from
Nationalized Bank/Scheduled Bank in favour
of The Chairman, Chennai Port Trust payable
at Chennai.
The scanned copy of i) the Demand
Draft/Bankers Pay Order/Bankers Cheque of
any
Nationalized
Bank/scheduled
bank
towards the cost of tender document; and ii)
the
Demand
Draft/Bankers
Pay
Order/Bankers Cheque/Bank Guarantee of
any Nationalized Bank/Scheduled bank
(except Co-operative Bank), pursuant to clause
16 of ITB of Technical Bid of the tender
document, towards Bid Security (EMD) both
drawn in favour of The Chairman, Chennai
Port Trust shall be uploaded with the tender
document - Technical bid while submitting the
tender electronically in the e-procurement

xi

Portal. The original instruments towards i) the


cost of tender document; and ii) EMD shall be
submitted upto 1500 Hrs before opening the
Technical bid. Non submission of the original
instruments within the above period leads to
disqualification of bids.
Original EMD instrument (DD/BPO/BC/BG)
should be sealed in an envelope and reached
to Office of the Chief Engineer, Chennai Port
Trust, 5th Floor, Centenary Building, No.1,
Rajaji Salai, Chennai 600 001. Clearly
mention the Tender No., Subject of the Tender
and Name of the Party on the Envelope on or
before due date and time.
16

The Bidder has to enter the password of the DSC/e-token and the
required bid documents have to be uploaded one by one as indicated.

17

The rates offered details have to be entered separately in a spread


sheet file (xls format) in the space allotted and should be updated as
BOQ.xls file for each tender after the financial bid. The BOQ file, if
found modified by the bidder, his bid will be rejected.

17.1 The item rate is to be indicated against each item of work/s.


17.2 The rate will be applicable to the item against which the rate is
quoted.
17.3 The figures entered in the column notified as Rates will have
automatic conversion to words in next column and thereafter the
amount is calculated with multiplication of rate and quantity. This
would be carried forward until end of BOQ and the total amount is
calculated automatically and tenderer need not insert anything other
than rate in figures and name of the firm.
17.4 The tendering system will give a successful bid updation message and
then a bid summary will be shown with the bid no., the date and time
of submission of the bid and all other relevant details. The bidder
has to submit the relevant documents required as indicated in the
cover content. In case of any irrelevant files, the bid will be rejected.
18

The bid summary has to be printed and kept as an acknowledgement


as a token of the submission of the bid.

19

The bid summary will act as a proof of bid submission for a tender
floated and will also act as an entry point to participate in the bid
opening date.

xii

20

For any clarifications with the Tender Inviting Authority (TIA), the bid
number can be used as a reference.

21

Bidder should log into the site well in advance for bid submission so
as to submit the bid in time (i.e.) on or before the bid submission
time. If there is any delay, due to other issues, bidder only is
responsible.

22

Each document to be uploaded online for the tenders should be less


than 2 MB. If any document is more than 2 MB, it can be reduced by
scanning at low resolution and the same can be uploaded. However, if
the file size is less than 1 MB the transaction uploading time will be
very fast.

23

The time settings fixed in the server side & displayed at the top of the
tender site, will be valid for all actions of requesting, bid submission,
bid opening, etc., in the e-procurement system. The bidder should
follow this time during bid submission.

24

All the data being entered by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data
entered will not viewable by unauthorized persons during bid
submission & cannot be viewed by any one until the prescribed date &
time of bid opening.

25

The confidentiality of the bid is maintained since the secured Socket


Layer 128 bit encryption technology is used. Data storage encryption
of sensitive fields is done

26

Any document that is uploaded to the server is subjected to symmetric


encryption using a generated symmetric key. Further this key is
subjected to asymmetric encryption using buyers public keys. Overall,
the submitted tender documents become readable only after the tender
opening by the authorized individual.

27

For any queries related to portal , the bidders are asked to contact by
Mail cppp.nic@nic.in or by phone 1-800-3070-2232 or 91-7878007972
or 91-7878007973 well in advance.

28

Tenderer is required to submit their tender through online in the form


of Two Cover System on or before schedule bid due date of closing and
time as notified in NIT. The tender received after the due date and
time will not be entertained.

29

Tender Document can be submitted online only in the designated eprocurement portal eprocure.gov.in on or before the due date and
time. The time of opening of technical bid will be as notified in the
NIT.

xiii

30

Tenderer should submit the tender as per specification of work,


drawings and in accordance with the instructions to bidders, General
Conditions of Contract and Special Conditions of Contract.

II.

COVER I DETAILS: TECHNICAL BID


The following documents shall be submitted/uploaded online only.
a.
b.
c.
d.
e.
f.

Scanned Copy of the instruments towards Tender document Cost


and EMD.
Scanned copy of work order/agreement and completion
certificate for similar works.
Scanned copy of balance sheet, P&L account Statement certified by
Chartered Accountant during last 3 years.
Scanned copy of documents as per Form I to VII of Section 2 and
Annexure 1 to 3 of Section 7.
Scanned copy of Form of Bid and Contractors Bid as per Section 2.
Technical Bid Document - Cover I (Section1 to 7) with all
amendments and clarifications, if any.

The original Demand Draft / Bankers Cheque/ Bank Guarantee


towards EMD and Tender cost and other documents such as Integrity
Pact, Power of attorney etc. must reach Chennai Port Trust in
corresponding address before opening of Technical Bid as per the date
and time given in this tender.
COVER II DETAILS : PRICE BID (BOQ) Price Schedule
Price should be quoted in a spread sheet file (.xls format) available in
e-procurement Portal only. Any indication of Quoted price in the
online technical bid documents shall lead to rejection of the bid
outright.
For evaluation purpose the uploaded offer documents will be treated
as authentic and final. No hard copy shall be submitted for reference
purpose. The price bid submitted through e-procurement mode only
will be taken up for the purpose for evaluation.
III.

EVALUATION PROCESS:

1)

A proposal shall be considered responsive if


a. It is received by the proposed Due Date and Time.
b. It is Digitally Signed.
c. It contains the information and documents as required in the
Tender Document.
d. Contains EMD and cost of the tender document (wherever
applicable).
e. It contains information in formats specified in the Tender
Document.

xiv

f.
g.

It mentions the validity period as set out in the document.


It provides the information in reasonable detail. The Port Trust
reserves the right to determine whether the information has been
provided in reasonable detail.
h. There are no significant inconsistencies between the proposal and
the supporting documents.
i. The Technical qualification conforms to as specified in the
qualification criteria of General Rules and directions for the
guidance of the Tenderer.
j. A Tender that is substantially responsive in one that conforms to
the preceding requirements without material deviation or
reservation. A material deviation or reservation is one (1) which
affects in any substantial way, the scope, quality, or performance
of the Tenderer or (2) which limits in any substantial way,
inconsistent with the Tender document, or (3) whose rectification
would affect unfairly the competitive position of other Qualified
Applicant presenting substantially responsive bids.
k. The Port Trust reserves the right to reject any tender which in its
opinion is non-responsive and no request for alteration,
modification, substitution or withdrawal shall be entertained by
the Port Trust in respect of such Tenders.
l. The Port Trust would have the right to review the Technical
Qualification and seek clarifications wherever necessary.
2)

Since the tender involves selection based on pre-qualification criteria


and technical specification, the Chief Engineer will examine and seek
clarification if any and list out the firms, which are found technically
suitable and Cover-II Price Bid of such tenders only will be opened and
EMD will be returned to the disqualified tenderers.
a. The date and time will be intimated to tenderers whose offers are
found suitable and Cover II of such tenderers will be opened on
the specified date and time.
b. The cost of stamping Agreement must be borne by the successful
Tenderer.
c. Tenderers should obtain temporary pass from the Port Asst. Traffic
Manager (Central Pass Section) near Anchor Rate Hospital or from
the CEs Office, 5th Floor, Centenary Building, Chennai Port Trust,
Rajaji Salai, Chennai 600 001 to gain entry into the Trusts
premises if necessary.
d. The Fax/E-Mail offers will be treated as defective, invalid and
rejected. Only detailed complete offers received through online
prior to closing time and date of the tenders will be taken as valid.
CHIEF ENGINEER
CHENNAI PORT TRUST

xv

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
Volume - I

CONTENTS

SECTION 1

PAGE NO.

Instructions to Bidders

1-20

SECTION 2

Table of Forms

21-43

SECTION 3

General and Special Conditions of Contract

44-94

SECTION 4

Contract Data

95-98

SECTION 5

Specification of Materials and Work

99-180

SECTION 6

Schedule of Drawings

SECTION 7

Form of Securities and other formats

Volume 2 - Price Bid

xvi

181-189
190- 225

226 - 244

SECTION 1
INSTRUCTION TO BIDDERS
(ITB)

CHENNAI PORT TRUST


TENDER NO. JDC/56/2015/E

TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR


BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
SECTION 1: INSTRUCTIONS TO BIDDERS

A. General
1.

Scope of Bid

1.1

Chennai Port Trust hereinafter termed the Employer invites online


bids for the RECONSTRUCTION OF APPROACH JETTY FOR BD1
JETTY HEAD STRUCTURE AT CHENNAI PORT. The bidders may
submit bids for the works detailed in the NIT through e-procurement
mode .

1.2

The successful bidder will be expected to complete the works by


intended completion date specified in the Contract data.

2.

Source of Funds:

2.1

The Employer has arranged the funds from internal resources and
will have sufficient funds in Indian Currency for execution of the
works.

3.

Eligible Bidders

3.1

The invitation for Bids is open to all eligible bidders meeting the
qualification criteria as defined in Clause 4.

3.2

All bidders shall provide in Section 2, Forms of Bid and Qualification


Information, a statement that the Bidder is not associated, nor has
been associated in the past, directly or indirectly, with the Consultant
or any other entity that has prepared the design, specifications, and
other documents for the Chennai Port for the contract. A firm that
has been engaged by the Employer to provide consulting services for
the preparation or supervision of the works and any of its affiliates
shall not be eligible to bid.

3.3

Government-owned enterprises may only participate if they are legally


and financially autonomous, operate under commercial law and are
not a dependent agency of the Employer subject to fulfillment of
minimum qualifying criteria.

3.4

Bidders shall not be under a declaration of ineligibility for corrupt and


fraudulent practices issued by the Employer in accordance with
Clause 35.

4.

Eligibility Criteria

4.1

The bidders shall upload the following information and documents.


Tender Document Technical Bid submission as
(a) Copies of original documents defining the constitution or legal
status, place of registration, and principal place of business; written
power of attorney of the signatory of the Bid to commit the Bidder;
(b) Annual financial turnover during last three years in Form-II
(c) Experience in works of a similar nature and size for each of the last
seven years in Form-III
(d) major items of construction equipment proposed to carry out the
Contract;
(e) reports on the financial standing of the Bidder, such as profit
and loss statements and auditor's reports for the past three years;
(f) evidence of adequacy of working capital for this contract (access to
line(s) of credit and availability of other financial resources)
(g) Proposals for subcontracting components of the Works
amounting to more than 10 percent of the Bid Price (for each, the
qualifications and experience of the identified sub-contractor in the
relevant field should be annexed); and
(h) the proposed methodology and program of construction, backed
with equipment planning and deployment, duly supported with broad
calculations and quality control procedures proposed to be adopted,
justifying their capability of execution and completion of the work as
per technical specifications within the stipulated period of completion
as per milestones.

4.2

To qualify for award of the contract, bidders are advised to note the
minimum qualification criteria specified below:

(i) Average annual financial turnover during the last three years ending
31st March 2015, should be atleast 30% of the estimated cost put to
tender (i.e., Rs. 190.11 lakhs)
(ii) Experience of having successfully completed similar works during
the last 7 years ending 31st January 2016 should be either of the
following

(a)

(b)

(c)

Three similar completed works each costing not less than the
amount equal to 40% of estimated cost (i.e. Rs.253.48 lakhs)
each (or)
Two similar completed works each costing not less than the
amount equal to 50% of estimated cost (i.e. Rs.316.86 lakhs)
each (or)
One similar completed works each costing not less than the
amount equal to 80% of estimated cost (i.e. Rs.506.97 lakhs)

Similar work means Construction of Concrete Deck structure


supported by Piles in marine condition and/or water ways (under
flowing/still water condition)
The value of similar works completed by the bidder will be brought to
current costing level by enhancing the actual value of work with the
multiplication factor as detailed below for assessing the eligibility of the
bidder under experience.
The base year shall be taken as 2014-15.
Year

Multiplication factor

2014-15

1.00

2013-14

1.06

2012-13

1.13

2011-12

1.22

2010-11

1.32

2009-10

1.36

2008-09

1.44

Note: Bidder should indicate actual figures of costs and amount for the
works executed by them in the schedule without accounting for the
above mentioned factors.
In case the financial figure and the value of completed works are in
foreign currency, the above enhancement factors will not be applied.
Instead, the foreign currency will be converted into equivalent Indian
Rupees (INR) at the State Bank of India BC selling rate as on the date
of submission.
Documentary proof such as copy of work order/agreement and
completion certificate for the technical experience and audited balance
sheet, Profit & Loss account statements for annual turn over certified
by Chartered Accountant for meeting the eligibility criteria shall be
submitted under tender document- technical bid link through e-

procurement mode. The recommended tenderers original documents


shall be produced to the Port officers verification. If the bidder has
executed the work for private firms or as a sub-contract the TDS
certificate for the particular year along with the above mentioned
documents shall be submitted. The price bids of those firms who do
not meet the eligibility criteria will not be opened. All the documents
as per Form-I to Form-VII of section-2 and Annexure 1 to 3 of
section-7 shall be uploaded through e-procurement portal after
scanning in pdf format in the Tender Document Technical Bid.
Originals such as demand draft, Bank Guarantee, Integrity pact,
Power of attorney should be reached Chennai Port Trust before
opening of technical bid.
4.3

Sub-Contractors experience and resources shall not be taken into


account in determining the bidders compliance with the qualifying
criteria.

4.4

Even though the bidders meet the minimum qualifying criteria, they
are subject to be disqualified if they have:
made misleading or false representations in the forms,
statements and attachments submitted in proof of the qualification
requirements; and/or
record of poor performance such as abandoning the works, not
properly completing the contract, inordinate delays in completion,
litigation history, or financial failures etc.,

5.

One Bid per Bidder

5.1

Each bidder shall submit only one bid for one package. A bidder who
submits or participates in more than one Bid (other than as a
subcontractor or in cases of alternatives that have been permitted or
requested) will cause all the proposals with the Bidders participation
to be disqualified.

5.2

Joint Venture
The Bids submitted by a Joint Venture (JV) shall comply with the
following requirements:
a) There shall be a Joint Venture Agreement between the constituent
firms specific for the contract package for which the bids are
submitted. The JV Agreement shall include among other things,
the joint ventures objectives, the proposed management
structures, the proposed distribution of responsibilities both
financial as well as technical for execution of the work, the
contribution of each partner to joint venture operation, the
commitment of partners to the joint and several liability for due
performance, recourse/ sanctions within the joint venture in the

event of default or withdrawal of any partner and arrangements for


providing the required indemnities.
b) The most experienced partner will be the Lead Partner and
nominated as the partner-in-charge; and his nomination shall be
evidenced by submitting power of attorney signed by the legally
authorised signatories of all the partners.
c) The most experience partner (Lead Partner) of the joint venture will
provide suitable experienced personnel for atleast 3 (three)
positions at site for the purpose of general planning, site
management and plant operations, during the whole period of
contract execution and a statement to this effect should be
included in the Joint Venture Agreement.
d) The bid, and in the case of the successful bidder, the Form of
Agreement, shall be signed and / or executed in such a manner as
may be required for making it legally binding on all partners
(including operative parts of the ensuing Contract in respect of
Agreement of Arbitration, etc.).
e) The partner-in-charge shall be authorised to incur liabilities and to
receive instructions for and on behalf of the partners of the Joint
venture and entire execution of the Contract including payment
shall be carried out exclusively through the partner-in-charge. A
Statement to this effect should be included in the Joint Venture
Agreement.
f) All partners of the Joint Venture shall be liable jointly and severally
for the execution of the Contract in accordance with the Contract
terms, and a Statement to this effect should be included in the
Joint Venture Agreement.
g) Bid Security as required can be furnished by any partner but it
shall be in the name of Joint venture.
h) Performance Guarantee, as required, will be furnished by all
partner(s), out of their accounts, in proportion of their participation
in joint venture.
i) Joint Venture Agreement shall contain a clause to the effect that
there shall be a separate JV Bank Account (distinct from the Bank
Account of the individual partners) to which the individual partners
shall contribute their share capital and/or working capital.
j)

Joint Venture Agreement shall also contain a clause to the effect


that the financial obligation of the JV shall be discharged through
the said JV Bank Account only and also all payment received by JV
from the Employer shall be through that account only.

k)

In the event of default by most experienced partner (Lead Partner),


it shall be construed as default of the contractor; and Employer will
take action under default clause.

l)

In the event of any partner leaving the JV, it shall be intimated to


the Employer within 30 days by other partner(s). Failure to do so
shall be construed as default of the contractor and the Employer
may take action under default clause.

m) In case Joint Venture Agreement is not acceptable to The


Employer, the Joint Venture will modify the Agreement so as to be
acceptable to the Employer.
n) The bid submitted shall also include all information as required
under the provisions of JV clause and furnished separately for each
partner.
6.

Cost of Bidding

6.1

The bidder shall bear all costs associated with the preparation and
submission of his Bid through online, and the Employer will in no
case be responsible and liable for those costs.

7.

Site Visit

7.1

The Bidder, at the Bidders own responsibility and risk is encouraged


to visit and examine the Site of Works and its surroundings and
obtain all information that may be necessary for preparing the Bid and
entering into a contract for construction of the Works. The costs of
visiting the site shall be borne by the tenderer. Permission required to
visit the site will be given during the tender period on application to:
The Chief Engineer,
Chennai Port Trust,
No.1 Rajaji Salai,
Chennai 600 001.
Telephone : 044 2536 0646; 044 2539 3927
Fax
: 044 2536 0968

7.2

The tenderer and any of his personnel or agents will be granted


permission by the Employers Engineer to enter upon his premises
and lands for the purpose of such inspection, but only upon the
express condition that the tenderer, his personnel and agents, will
release and indemnify the Employers Engineer from and against all
liability in respect of such inspection and will also be responsible for
death or personal injury, loss or damage to property and any other
loss, damage, costs and expenses incurred as a result of the
inspection.

7.3

It is the responsibility of Tenderers to visit the site as set out in 7.1


above and obtain all information necessary for the purpose of
preparing Tenders. Tenderers must inspect and fully satisfy
themselves as to:
The requirements and extent of the Works.
The means of access to the Site.
The topographical and bathymetric features of the Site which may
affect the tender.

B.
8.
8.1

BIDDING DOCUMENTS
Content of Bidding Documents
The set of bidding documents comprises the documents listed in the
table below and addenda issued in accordance with Clause 10:
Volume I (Technical Bid)
Sl.No

Contents

Notice Inviting Tender

Instructions for online bid submission

3
4

Section 1

5
6
7
8
9

Section 2
Section 3
Section
Section
Section
Section

4
5
6
7

Instructions to Bidders
Forms of Bid, Contractors Bid, Pre Qualification
of Bidders
Part I General Conditions of contract
Part II Special conditions of contract
Contract Data
Specifications of materials and works
Schedule of Drawings
Form of Securities and other Formats

Volume II (Price Bid)


Sl.No
1

Contents
Bill of Quantities

8.2

Any indication of Quoted price in the technical bid, shall lead to


rejection of the bid outright. For evaluation purpose the uploaded offer
documents will be treated as authentic and final. The hard copy shall
be used only for reference purpose. Any documents submitted in hard
copy but not uploaded on the e-procurement portal shall be treated as
irreverent.

8.3

The bidder is expected to examine carefully all instructions,


conditions of contract, contract data, forms, terms, technical

specifications, bill of quantities, drawings, and annexure in the bid


document. Failure to comply with the requirements of the bid
document shall be at the bidders own risk. Pursuant to Clause 26
hereof, bids which are not substantially responsive to the
requirements of the bid documents shall be rejected.
9.

Clarification of the Bidding Documents

9.1

A Prospective bidder requiring any clarification regarding the tender


documents may notify through e-procurement portal or E-mail
chptce_pdo@yahoo.in only. The Employer will respond to any request
for clarification after pre bid meeting. Copies of the Employers
response will be furnished in the e-procurement portal, including a
description of the enquiry but without identifying its source.

9.2

Pre-bid meeting
The bidder or his official representative is invited to attend a pre-bid
meeting which w i l l take place at the office of the Chief
Engineer, 5 t h floor, Centenary Building, Rajaji Salai,
Chennai Port Trust, Chennai at 1130 Hrs on 09.02.16.

9.2.1 The purpose of the meeting will be to clarify issues and to answer
question on any matter that may be raised at that stage.
9.2.2 The bidder is requested to submit any questions through eprocurement portal or email ID chptce_pdo@yahoo.in before pre bid
meeting. Any queries received after pre bid meeting will not be
accepted.
9.2.3 Minutes of the meeting, including the text of the questions raised
(without identifying the source of enquiry) and the responses given,
will be furnished expeditiously on Ch.P.T web site and e-procurement
portal. Any modification of the bidding documents listed in Sub-Clause
8.1 which may become necessary as a result of the pre-bid meeting
shall be made by the Chief Engineer exclusively through the issuance
of an addendum pursuant to Clause 10 and not through the minutes
of the pre-bid meeting and shall be hosted on Ch.P.T web site and eprocurement portal .
The responsibility of downloading such
addendum from Ch.P.T web site and e-procurement portal fully lies
with the bidder
9.2.4 Non-attendance at the pre-bid meeting will not be a cause for
disqualification of a bidder.
10

Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Chief Engineer may
modify the bidding documents by using addenda.
10.2 Any addendum thus issued shall be part of the bidding documents
and shall be hosted in Ch.P.T web site and e-procurement portal. The
amendment so issued will form part of the tender document and shall
be binding upon the tenderers.

The responsibility of downloading such addendum/amendment


from Ch.P.T website and e-procurement portal fully lies with the
bidder
10.3 To give prospective bidders reasonable time in which to take an
addendum into account in preparing their bids, the Chief Engineer
shall extend as necessary the deadline for submission of bids, in
accordance with Sub-Clause 20.2 below.
C.

PREPARATION OF BIDS

11.

Language of the Bid

11.1 All documents relating to the bid shall be in the English language.
12.

Documents comprising the Bid

12.1 The bid submitted by the bidder shall comprise the following:
A) Technical Bid (Volume I)
The following documents shall be submitted/uploaded online only.
a. Scanned Copy of the instruments towards Tender document Cost
and EMD.
b. Scanned copy of work order/agreement and completion
certificate for similar works.
c. Scanned copy of balance sheet, P&L account Statement certified
by Chartered Accountant during last 3 years.
d. Scanned copy of documents as per Form I to VII of Section 2 and
Annexure 1 to 3 of Section 7.
e. Scanned copy of Form of Bid and Contractors Bid as per Section 2.
f. Technical Bid Document - Cover I (Section1to7) with all
amendments and clarifications, if any.
The original Demand Draft/Bankers Cheque/Bank Guarantee
towards EMD and Tender cost and other documents such as Integrity
Pact, Power of attorney etc. must reach Chennai Port Trust in
corresponding address before opening of Technical Bid as per the date
and time given in this tender.
Qualification information form and Document (pursuant to
clause 4 hereof) and any other materials required to be furnished and
submitted by the bidder in accordance with these instructions. The
documents listed under Sections 2, 4 and 7 of Sub clause 8.1 shall
be filled in without exception.
B) Price Bid (Volume II)
(i) Priced Bill of Quantities duly filled.

10

13.

Bid Prices

13.1 The contract shall be for the whole works as described in Sub-Clause
1.1, based on the priced Bill of Quantities submitted through
e-procurement portal by the Bidder.
13.2 The Bidder shall fill in rates and prices for all items of the works
described in the Bill of Quantities through e-procurement portal .xls
format. Items for which no rate or price is entered by the bidder will
not be paid for by the Employer when executed and shall be deemed
covered by the other rates and prices in the Bill of Quantities.
13.3 All duties, taxes, Contribution towards ESI , Cess for TNCWWB and
other levies payable by the contractor under the contract, or for any
other cause shall be included in the rates, prices and total Bid Price
submitted by the Bidder.
13.4 The rates and prices quoted by the bidder are subject to adjustment
during the performance of the Contract in accordance with the
provisions of Clause 47 of section -3 , General Conditions of Contract.
14.

Currencies of Bid and payment

14.1 The Unit rates and the prices shall be quoted by the bidder entirely in
Indian Rupees.
15.

Bid Validity:

15.1 Bids shall remain valid for a period not less than 120 days after the
deadline date for bid submission specified in Clause 20. A bid valid
for a shorter period shall be rejected by the Employer as nonresponsive.
15.2 In exceptional circumstances, prior to expiry of the original time limit,
the Employer may request that the bidders may extend the period of
validity for a specified additional period. The request and the bidders
responses shall be made in writing or by cable. A bidder agreeing to
the request will not be permitted to modify his bid and also shall
submit an extension for EMD, if it is in the form of Bank Guarantee.
16.

Bid Security (Earnest Money Deposit EMD)

A.

The bidder shall have to pay the Earnest Money Deposit of


Rs. 6,34,000/-.

B.

The EMD upto Rs. 5 lakhs be payable either by Demand Draft or by


Pay Order or by Banker's Cheque drawn in favour of The Chairman,
Chennai Port Trust from any Nationalized/Schedule Bank (except
Co-operative Banks) payable at Chennai. EMD beyond Rs.5 lakhs be
payable in the form of Bank Guarantee for the entire amount from any
Nationalised / Scheduled Bank ( Except Co-operative Banks) from any
branch enforceable and encashable in Chennai. Bank Guarantees
submitted as Earnest Money shall be valid for 28 days beyond the
validity of the bid. Bank Guarantee shall be verified independently by
the Port with the bank before finalization of technical offer. In the

11

event of lack of confirmation of issue of the Bank Guarantee by the


Bank, the bid shall stands disqualified.
C.

EMD of unsuccessful bidders other than L1, and L2 will be refunded


immediately after ranking of price bids. Earnest Money of L2 will be
refunded immediately after entering into agreement with L1 and
acceptance of performance Guarantee from L1.

D.

EMD be refunded suo-motto without any application from the bidders.

E.

The Bid Security of the successful bidder will be discharged after he


has signed the Agreement and furnished the required Performance
Security.

F.

The Bid Security may be forfeited, if


a) The Bidder withdraws the Bid after Bid opening during the period
of Bid Validity; or
b) The successful Bidder fails within the specified time limit to
i) sign the Agreement or
ii) furnish the required performance security

17.

Alternative Proposals by Bidders

17.1 Conditional offer or Alternative offers will not be considered further in


the process of tender evaluation.
18.

Format and signing of Bid

18.1

The Bid shall be in online mode

18.2

The Bid shall contain no alterations or additions, except those comply


with instructions issued by the Employer.

D.

SUBMISSION OF BIDS

19.

Sealing and Marking of Bids

19.1

The bidder shall put original bid security document as per Clause
No.16, hereof in one envelope and properly seal and mark as Bid
Security and the bidder shall put Demand Draft / Bankers Pay
order / Bankers Cheque towards cost of tender documents as per
clause 1.4 of Notice Inviting Tender, hereof in one envelope and
properly sealed and mark as Cost of tender documents. In
addition the bidder shall put original documents such as Integrity
Pact and Power of attorney in one envelope and properly sealed and
mark as Original Documents
All these three envelopes then be put inside one outer envelope
and sealed, duly marking the outer envelope as Bid Security, Cost
of tender Document and Original Documents.

19.2

The envelopes shall


a) be addressed to The Chief Engineer, Chennai Port Trust, No.1
Rajaji Salai, Chennai-600 001

12

b) bear the following identification:


Bid for RECONSTRUCTION OF APPROACH JETTY FOR BD1
JETTY HEAD STRUCTURE AT CHENNAI PORT
Bid Reference No: T/JDC /56/2015/E
DO NOT OPEN BEFORE (1530HRS & DATE: 23.02.16)
Name and Address of the Bidder
The Tender complete in all respect should be reached to
(Tender
th
No. T/JDC /56/2015/E) the office of The Chief Engineer, 5 floor of
Centenary building, Chennai Port Trust, No.1 Rajaji Salai, Chennai600 001 upto 1500 hrs on 23.02.16 and open at 1530 hrs. on the
same date in presence of the tenderers who may wish to be present.
19.3

In addition to the identification required in Sub-Clause 19.2, the inner


envelopes shall indicate the name and address of the bidder to enable
the bid to be returned unopened in case it is declared late, pursuant
to Clause 21, or the bid is declared non responsive. If the outer
envelopes are not sealed and marked as above, the Chief Engineer will
assume no responsibility for the misplacement or premature opening
of the Technical bid and Financial bid.

19.4

Tender document including quoted bid price have to be submitted


online only before deadline for online submission of bid.
For evaluation purpose the uploaded offer documents will be treated
as authentic and final. Any documents submitted in the form of hard
copy except Financial instruments, Bank Guarantee, Integrity Pact,
Power of attorney shall be treated as irrelevant.

20.

Deadline for online Submission of Bids

20.1

The completed bid shall be submitted in the electronic form by


15.00 Hrs. on 23.02.16 only through e-procurement portal.

20.2

The Employer may extend the deadline for submission of bids by


issuing an amendment in accordance with Clause 10, in which case
all rights and obligations of the Employer and the bidders previously
subject to the original deadline will thereafter be subject to the
deadline as extended.

20.3

Price should be quoted in a spread sheet file (.xls format) available in


e-procurement Portal only. Any indication of Quoted price in the
online technical bid documents shall lead to rejection of the bid
outright. For evaluation purpose the uploaded offer documents will be
treated as authentic and final. No hard copy shall be submitted for
reference purpose. The bid submitted through e-procurement mode
only will be taken up for the purpose for evaluation.
The uploaded Port Tender Document will be treated as authentic

13

tender and if any discrepancy is noticed at any stage between the


Ports tender document and the one submitted/uploaded by the
tenderer, the conditions mentioned in the ports uploaded document
shall prevail. Besides, the tenderer shall be liable for legal action for
the lapses.
21

Late Bids

21.1

The tenderer should ensure that their tender is received online at


Ch.P.T before the deadline prescribed in Clause 20
The time that is displayed from the server clock at the top of the
tender Portal, will be valid for all actions of requesting bid submission,
bid opening etc., in the e-Procurement portal. The bidders should
adhere to this time during bid submission.

22.

Modification by Withdrawal and Resubmission of Bids

22.1

Bidders may modify the offers by withdrawing their already freezed


bids in online only through e-procurement portal (after submission of
bid) and resubmit/upload the revised offer before the deadline
prescribed in Clause 20.

22.2

No bid shall be withdrawn and resubmitted through e-procurement


portal by the bidder after the deadline for submission of bids.

22.3

Withdrawal of a Bid between the deadline for submission of bids and


the expiration of the original period of bid validity specified in
Clause 15.1 above or as extended pursuant to Clause 15.2 may
result in the forfeiture of the Bid Security pursuant to Clause 16.

22.4

Bidders may only modify the prices and other required details of their
Bids by Resubmitting Bid only in accordance with this clause through
e-procurement portal.

Bid Opening and Evaluation

23.

Bid Opening

23.1 On the due date and time as specified in Clause 20, the Employer will
first open Technical bids of all bids received online (except those
received late) including resubmitted
pursuant to clause 22 in
presence of the Bidders or their representatives who choose to attend.
In the event of specified date for bid opening declared as holiday by
the Employer, the bid will be opened at the appointed time and
location on the next working day.
23.2 If all Bidders have submitted unconditional Bids together with
requisite Bid security, then all Bidders will be so informed then and
there. If any Bid contains any deviation from the Bids documents and

14

/ or if the same does not contains Bid security in the manner


prescribed in the Bid documents, then that Bid will be rejected and
the Bidder informed accordingly.
23.3 The date and time of opening of price bid (cover-II) shall be intimated
to the qualified tenderers based on the evaluation of the technical bid.
The price bid (cover-II) of such eligible tenderers shall be opened on
the specified date and time in the presence of the qualified tenderers
or their authorized representatives.
24.

Process to be Confidential
Information relating to the examination, clarification, evaluation and
comparison of bids and recommendations for the award of a Contract
shall not be disclosed to bidders or any other persons not officially
concerned with such process until the award to the successful bidder
has been announced.

25.

Clarification of Bids

25.1 To assist in the examination and comparison Bids, the Employer may,
at his discretion, ask any bidder for clarification of his Bid, including
breakdown of unit rates. The request for clarification and the response
shall be in writing or by cable, but no change in the price or
substance of the Bid shall be sought, offered, or permitted except as
required to confirm the correction of arithmetic / typing errors
discovered by the Chief Engineer in the evaluation of the Bids in
accordance with Clause 27.
25.2 Subject to Sub-clause 25.1, no Bidder shall contact the Employer on
any matter relating to his bid from the time of the online bid opening
to the time the contract is awarded. If the Bidder wishes to bring
additional information to the notice of the Chief Engineer, he should
do so in online mode /writing only.
25.3 Any effort by the Bidder to influence the Chief Engineers bid
evaluation, bid comparison, or contract award decisions, may result in
the rejection of his bid.
26.

Examination
of
Technical
Bids
Responsiveness of Technical Bid

and

Determination

of

26.1 Prior to detailed evaluation of Technical Bids, the Employer will


determine whether each the bid (a) meets the eligibility criteria defined
in clause 4 (b) has been properly signed by an authorized signatory
(accredited representative) holding Power of Attorney in his favour.
The Power of Attorney shall interalia include a provision to bind the
bidder to settlement of disputes clause; (c) is accompanied by the
required Bid Security and cost of tender document; (d) is responsive to

15

requirements of the bidding documents.


26.2 A substantially responsive Technical and financial Bid is one which
conforms to all the terms, conditions and specification of the Bidding
documents, without materials deviation or reservation. A materials
deviation or reservation is one (a) which affects in any substantial way
the scope, quality or performance of the Works; (b) which limits in any
substantial way; the Employers rights or the Bidders obligations
under the contract; or (c) whose rectification would affect unfairly the
competitive position of other Bidders presenting responsive Bids.
26.3 If a Technical Bid is not substantially responsive, it will be rejected by
the Employer. The financial bid of those bidders whose Technical bid
has been determined to be non- responsive shall not be opened in
online mode.
27

Correction of Errors (in Price Bid)

27.1 Not applicable for online tenders.


28.

Evaluation and Comparison of Bids

28.1 The Employer will evaluate and compare only the Bids determined to
be responsive in accordance with Clause 26.
28.2. The estimated effect of the price adjustment conditions under Clause
47 (Section 3), during the period of implementation of the Contract,
will not be taken into account in Bid evaluation.
28.3 If the Bid of the successful Bidder is seriously unbalanced in relation
to the Employers Engineer estimate of the cost of work to be
performed under the contract, the Employer may require the Bidder to
produce detailed price analyses for any or all items of the Bill of
Quantities, to demonstrate the internal consistency of those price with
the implementation/construction methods and schedule proposed.
F.

Award of Contract

29.

Award Criteria

29.1 The Employer will award the Contract to the Bidder whose Bid has
been determined to be responsive to Bidding documents and who has
offered the lowest evaluated Bid Price, provided that such Bidder has
been determined to be (a) eligible in accordance with the provisions of
Clause 3, and (b) qualified in accordance with the provisions of
Clause 4. The second bidder (i.e.L2) shall be kept in reserve and may
be invited to match the bid submitted by the (L1) bidder in case such
bidder withdraws or is not selected for any reason.

16

30.

Employers Right to accept any Bid and Reject any or All Bids
Notwithstanding Clause 31, the Employer reserves the right to accept
or reject any bid and to cancel the bidding process and reject all bids,
at any time prior to award of Contract, without thereby incurring any
liability to the affected bidder of the grounds for the Employers action.

31.

Notification of Award and Signing of Agreement

31.1 The Bidder whose Bid has been accepted will be notified of the award
by the Employer prior to expiration of the Bid validity period by cable,
telex or facsimile confirmed by registered letter. This letter (herein
after and in Conditions of Contract called the Letter of Acceptance)
will state the sum that the Employer will pay the Contractor in
consideration of the Execution, completion and maintenance of the
Work by the Contractor as prescribed by the Contract (herein after
and in the Contract called the Contract Price)
31.2 The notification of award will constitute the formation of the contract,
subject only to the furnishing of a performance security in accordance
with the provisions of Clause 32.
31.3 The Agreement will incorporate all correspondence between the
Employer and the successful Bidder. It will be signed by the Employer
and sent to the successful bidder within 14 days following the
notification of award along with the Letter of Acceptance. Within 21
days of receipt, the successful bidder will furnish the performance
security and sign the agreement with the Employer.
31.4 Upon the furnishing by the successful Bidder of the Performance
Security, the Employer will promptly notify the other Bidders that
their Bids have been unsuccessful and release their Bid security.
32.

Performance Security
Performance Security shall consist of two parts; a) Performance
Guarantee to be submitted at award of work and b) retention money
to be recovered from Running Bills.

32.1 Performance Security should be 10% of Contract price of which 5% of


contract price should be submitted as Bank Guarantee or Demand
Draft enforceable and encashable at Chennai within 21 days of receipt
of letter of acceptance and balance 5% recovered as retention Money
from Running Bills. Recovery of 5% of Retention Money is to
commence from the first bill onwards @ 5% of bill value from each bill.
Retention Money may be refunded within 14 days from the date of
payment of final bill. Balance S.D to be refunded immediately not later
than 14 days of completion of defect liability period.

17

In case of Joint Venture, the Bank Guarantee towards Performance


Security shall be provided by all the partners of the JV in proportions
to their participation in the project as defined in the Joint Venture
Agreement along with the proof issued by the said bank in this
regard. The local partner(s) alone shall NOT be allowed to deposit the
Bank Guarantee on behalf of foreign partner(s) of the Joint Venture.
32.1.1

The Contractor at his option may also furnish a Bank Guarantee


from an Indian Nationalized Bank having its Branch Office at
Chennai in the form approved by the Employer in lieu of the retention
money when such retention money amounts to the 1/4th of the sum
for the limit of retention money on production of the said bank
guarantee. The money so retained shall be considered to refund to the
contractor and other three installments shall also similarly
considered for refund on production of appropriate Bank guarantee.
On acceptance of the said Bank Guarantee, the money so retained
shall be considered for refund to the contractor. All payments to the
contractor under the contract shall unless otherwise stated elsewhere
be made to the contractor in Indian currency through e- payments
through designated Bank.

32.2 Failure of the successful bidder to comply with the requirements of


Clause 32.1 shall constitute sufficient grounds for cancellation of the
award and forfeiture of the Bid Security.
33

Advance Payment

33.1 No advance payment on the contract price will be made under this
contract
34.

Disputes
If the Contractor believes that a decision taken by the Employers
Engineer or Nodal officer was either outside the authority given to the
Employers Engineer or Nodal officer by the Contract or that the
decision was wrongly taken, the decision shall be referred to the
Dispute Review Board (DRB) within 28 days of the notification of the
Employers Engineer or Nodal officers decision.

35.

Corrupt or Fraudulent Practices:


The bidder and their respective officers, employees, agents and
advisers shall observe the highest standard of ethics during the
Selection Process. Notwithstanding anything to the contrary contained
in this document, the Port shall reject the tender without being liable
in any manner whatsoever to the bidder, if it determines that the
bidder has, directly or indirectly or through an agent, engaged in
corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice (collectively the Prohibited Practices)
in the Selection Process. In such an event, the Port shall, without
prejudice to its any other rights or remedies, forfeit and appropriate

18

the Bid Security or Performance Security, as the case may be, as


mutually agreed genuine pre-estimated compensation and damages
payable to the Port for, inter alia, time, cost and effort of the Authority,
in regard to the Tender, including consideration and evaluation of
such Bidders Proposal.
Such Bidder shall not be eligible to
participate in any tender or RFP issued by the Authority during a
period of 2 (two) years from the date such Bidder is found by the
Authority to have directly or through an agent, engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, as the case may be.
For the purposes of this Clause, the following terms shall have the
meaning hereinafter respectively assigned to them:
(a)

corrupt practice means

(i)
the offering, giving, receiving, or soliciting, directly or indirectly,
of anything of value to influence the action of any person connected
with the Selection Process (for avoidance of doubt, offering of
employment to or employing or engaging in any manner whatsoever,
directly or indirectly, any official of the Authority who is or has been
associated in any manner, directly or indirectly with the Selection
Process or the LOA or has dealt with matters concerning the
Agreement or arising there from, before or after the execution thereof,
at any time prior to the expiry of one year from the date such official
resigns or retires from or otherwise ceases to be in the service of the
Authority, shall be deemed to constitute influencing the actions of a
person connected with the Selection Process; or
(ii)
engaging in any manner whatsoever, whether during the
Selection Process or after the issue of the LOA or after the execution of
the Agreement, as the case may be, any person in respect of any
matter relating to the Project or the LOA or the Agreement, who at any
time has been or is a legal, financial or technical consultant/ adviser
of the Authority in relation to any matter concerning the Project;
(b)
fraudulent practice means a misrepresentation or omission of
facts or disclosure of incomplete facts, in order to influence the
Selection Process;
(c)
coercive practice means impairing or harming or threatening
to impair or harm, directly or indirectly, any persons or property to
influence any persons participation or action in the Selection Process;
(d)

undesirable practice means

(i)
establishing contact with any person connected with or
employed or engaged by
the Authority with the objective of
canvassing, lobbying or in any manner influencing or attempting to
influence the Selection Process; or

19

(ii)

having a Conflict of Interest; and

(e)
restrictive practice means forming a cartel or arriving at any
understanding or arrangement among Applicants with the objective of
restricting or manipulating a full and fair competition in the Selection
Process.
36.

INTEGRITY PACT
The integrity pact available in the tender document is an integral part
of this tender document and all bidders have to execute the same and
upload online and submit the original during bid submission. In case
a bidder does not execute the integrity pact, his bid shall be liable for
rejection. The names of the IEMs (Independent external Monitors) are
given below.
1. Shri.S.Manoharan, IAS (Retired)
Raagamalika
New No.4, Old No.14, Thirumurugan Street,
Kalakshetra Colony,
Beasant Nagar,
Chennai 600 090.
2. Shri.P.Tamilvanan,
No.714, Poosaripalayam,
Coimbatore 641003.

37.

ADDITIONAL INFORMATION

37.1

Tenderers should note that the location of Re-construction of


Approach Jetty for BD1 Jetty Head Structure is between existing
Jetty head structure and
Eastern break water. The Eastern
Breakwater is made up of Block wall/Caisson founded on the Rubble
base. The pile boring may have to penetrate the Rubble bed of the
break water and hence the tenderers rate quoted should very well hold
good for these conditions.

***********

20

SECTION 2
FORMS OF BID,
CONTRACTORS BID,
PRE QUALIFICATION OF
BIDDERS

21

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
SECTION - 2

TABLE OF FORMS
1. FORM OF BID
2. CONTRACTOR'S BID
3. PREQUALIFICATION OF BIDDERS

22

To be uploaded online)

FORM OF BID
(To be executed on bidders letter head and submitted along with
their technical bid under cover I)
[The tenderer shall fill in this Form in accordance with the
instructions indicated. No alterations to its format shall be
permitted and no substitutions shall be accepted.)

Date __________________

OF
APPROACH JETTY FOR BD1 JETTY HEAD STRUCTURE AT
CHENNAI PORT
Tender

No

T/JDC/56/2015/E - RECONSTRUCTION

To
The Chief Engineer,
Chennai Port Trust,
No 1, Rajaji Salai
Chennai-600 001
We the undersigned, declare that:
(a) We have examined and have no reservations to the Tendering
Documents, including Addenda No.[Number and
issuing date of Addenda, if any.]
(b) We offer to execute the work in conformity with the Tendering
Documents and in accordance with the Delivery Schedules specified
in the Schedule of Requirements in accordance with the tender
documents bearing No: T/JDC /56 /2015/E.
(c) The total price of our Tender is : ( as filled in the price bid)
(Note: Price shall not be filled in here)
(d) Our tender shall be valid for the period of 120 days from the
date of fixed for the tender submission deadline and it shall remain
binding upon us and may be accepted at any time before the
expiration of that period or any extended period in accordance with
any extension of bid validity as per ITB, Sub-Clause 15.2 of
Section 1.
(e) If our tender is accepted, we commit to submit a performance
guarantee in accordance with ITB, Clause 32 of Section 1, for the
due performance for the contract as specified in specimen form for
the purpose.

23

(f) We, including any subcontractors or contractors for any part of


the contract.
(g) We have no conflict of interest in accordance with (ITB SubClause 5 of Section 1)
(h) Our firm, its affiliates or subsidiaries-including any
subcontractors or contractors for any part of the contract-has not
been declared ineligible by the Port, under laws of India or official
regulations, in accordance with ITB, Clause 3 of Section 1.
(i) We understand that this Tender, together with your written
acceptance thereof included in your notification of award, shall
constitute a binding contract between us, until a formal contract
Agreement is prepared and executed in accordance with ITB,
Clause 31 of Section 1 and as per specimen form the purpose.
(j) We understand that you are not bound to accept the lowest
evaluated tender or any other tender that you may receive.
(k) We also make specific note clauses of (ITB, NIT) under which the
contract is governed.
(l) In case of out station firms, having a branch in India for liaison
purposes, herein we mention the Name of the Contact person and
Tel. no. Fax No. and mail-Id and also the complete postal Address of
the firm.
..
.

.
(m) We understand that the communication made with the Firm at
(l), by the Port shall be deemed to have been done with us.
Signed:
(Signature of person whose name and capacity are shown)
In the capacity of :
( Legal capacity of person signing the form of tender)
Name :
( Complete name of person signing the Form of Tender)
Duly authorized to sign the Tender for RECONSTRUCTION OF
APPROACH JETTY FOR BD1 JETTY HEAD STRUCTURE AT
CHENNAI PORT
and on behalf of
Dated on day of .,. (date of signing)

24

(To be uploaded online)

CONTRACTORS BID

TENDER FOR RECONSTRUCTION OF APPROACH JETTY


FOR BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
To

The Chief Engineer,


Chennai Port Trust
No.1, Rajaji Salai,
Chennai 600001.
GENTLEMEN,
We offer to execute the Works described above in accordance with
the Conditions of Contract accompanying this Bid for the Contract
Price as filled in the price bid.
The advance payment is not required as per rule.
We accept to resolve disputes in the first instance as provided for
clauses 24 & 25 of Section 3
This bid and your written acceptance of it shall constitute a binding
contract between us. We understand that you are not bound to
accept the lowest or any Bid you receive.
We undertake that, in competing for (and, if the award is made to
us, in executing) the above contract, we will strictly observe the laws
against fraud and corruption in force in India namely Prevention
of Corruption Act 1988
We hereby confirm that this Bid complies with the Bid Validity and
Bid Security required by the Bidding documents.
We attach herewith our copy of Permanent Account Number (PAN).
Yours faithfully,
Authorized signature:..
Name & Title of signatory:
Name of Bidder:.
Address:.
Notes:
To be filled in by the Bidder, together with his particulars and date
of submission at the bottom of the form of bid.

25

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
Pre-QUALIFICATION OF BIDDERS

The information to be filled in by the Bidder in the following Forms


will be used for purposes of Pre-Qualification as provided for in the
Instructions to Tenderers.

26

(To be uploaded online)

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
LETTER OF SUBMISSION- COVERING LETTER
(ON THE LETTER HEAD OF THE BIDDER)
Date:
To
The Chief Engineer (Civil),
Chennai Port Trust,
No.1,Rajaji Salai,
Vth floor , Centenary Building,
Chennai 600 001,
Tamilnadu State.
Sir,
Sub : The work of RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
Being duly authorized to represent and act on behalf of
. (Hereinafter referred to as the Bidder) and having
reviewed and fully understood all of the requirements of the bid document
and information provided, the undersigned hereby apply for the project
referred above.
We are submitting our Bid enclosing the following, with the details as
per the requirements of the Bid Document, for your evaluation.
(i)
Tender Document (section 1 to 7)along with Addendum and
clarifications issued with reference No ----,
(ii)
Organization Details (Form I - Annexure-1)
(iii) Power of Attorney (Form I - Annexure 2)
(iv)
Turnover of the firm-Financial capability ( Form II)
(v)
List of similar works (Form III)
(vi)
Plant and equipment proposed for the work (Form - IV)
(vii) Details of proposed approach and methodology (Form - V)
(viii) Cost of Tender document, Bid Security/EMD in the form of DD
bearing No ---------dated -------, for Rs. Issued by
..bank / in the form of BG (Form VI)
(ix)
Bank information for e - payment (Form VII)
(x)
Declaration (Annexure 1 Section 7)
(xi)
Integrity Pact (Annexure 2 Section 7)
(xii) JV Information form (Annexure 3 Section 7)
Signature
(Authorised Signatory)

27

(To be uploaded online)

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
Form - I
1. Only for Individual Bidders
1.1 Constitution or legal status of Bidder(attach Annexure 1)

Place of registration: (attach document)

Principal place of business

Power of attorney of signatory of Bid (attach Annexure 2)

Signature
(Authorised Signatory)

28

(To be uploaded online)

Annexure - 1

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
ORGANIZATION DETAILS
CONTACT No.:
NAME OF APPLICANT:
1.

Name of the Owner:

2.

Address:

Telephone No. :
Fax No.
3.

Description of Applicant
(for e.g. General, Civil Engineering
Contract or Joint Venture/Consortium etc.)

4.

Registration and Classification


of Contractors

5.

Name and address of bankers

6.

Number of years of experience


as a general contractor :In own Country:
Internationally:

7.

Number of years of experience


as a sub contractor

8.

Name and Address of partners or

29

associated companies to be involved


in the project and whether Parent/
Subsidiary/other
9.

Name and address of any associates


knowledgeable in the procedures of
customs, immigration and local
experience in various aspect of the
project etc.

10.

Name and address of the companies/


Sub-contractors who will be involved
in the execution of works, namely:

11.

Attach organization chart showing the structure


of the company including names of Directors/
Key Personnel at Head Office who would be
responsible for the project and a separate chart
showing proposed Site Construction Organization.

Signature
(Authorised Signatory)

30

(To be uploaded online)

Annexure - 2

ON NON JUDICIAL STAMP PAPER of Rs.100/-

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
FORMAT OF POWER OF ATTORNEY (in original)
In favour of signatory/s to the Tender, duly authenticated by Notary
Public.
POWER OF ATTORNEY IN FAVOUR OF ----------------------------------------(Name, Designation, Company name)
TO ALL TO WHOM THESE PRESENTS shall come, I, (Name & address
of the authorized person to sub-delegate/delegate powers, delegated on him
by the Board of Directors) do hereby sub-delegate/delegate, in terms of the
powers delegated to me by the Board of Directors, -------------(name of the
Co.) to Shri ------------ (name, designation & address of the Attorney) the
following:
NOW KNOW WE AND THOSE PRESENTS that I, (Name & address of
the authorized person to sub-delegate/delegate powers, delegated on him by
the Board of Directors), do hereby authorize and empower Shri ----------(name, designation & address of the Attorney) to do severally amongst
others, for the purpose of carrying on our business, the following:
a)

b)

c)

To represent lawfully the (name of the Co.) for obtaining


bid/tender documents, prepare, sign, execute and submit
tenders for execution of RECONSTRUCTION OF APPROACH
JETTY FOR BD1 JETTY HEAD STRUCTURE AT CHENNAI
PORT or any other works incidental to such construction work.
To discuss the technical and financial matters, negotiate and
accept prices and take decisions regarding terms and conditions
and sign agreements and contracts and also to bind the (name
of the Co.) to the arbitration clause included in the contract.
For all or any of the purposes here of to sign and deliver or
otherwise execute such deed or deeds, transfer or transfers,
endorsement or endorsements and to perform such other acts,
matters, things as the Attorney shall consider requisite or
advisable as full and effectively as the Company could do, if
present and acting there.

I, (Name & address of the authorized person to sub-delegate/delegate


powers, delegated on him by the Board of Directors) in terms of the powers

31

delegated to me by the Board of Directors of (name of the Co.), do hereby


agree that all acts, deeds and things done by the said Attorney by virtue of
this power of attorney, shall be construed as acts, deeds and things done by
the Company.
I, (Name & address of the authorized person to sub-delegate/delegate
powers, delegated on him by the Board of Directors), further undertake to
ratify and confirm whatever our said attorney shall do or cause to be done
for the Company, the said Company, in the premises, by virtue of the powers
hereby given.
WHEREAS, this sub-delegation is signed and delivered to Shri ----------- (name & designation of the Attorney), on this _______ day of
______________, 20____ (Two thousand __________ ).
WHEREAS, even though this sub-delegation is signed on this ______
day of __________ 20______ (Two thousand __________ ), will have effect from
the date he signs and receives this delegation.
IN WITNESS WHEREOF, I, (Name & address of the authorized person
to sub-delegate/delegate powers, delegated on him by the Board of
Directors) has, this ______ day of ______ 20_____ (Two thousand ___________ )
set my hands and subscribed my signature unto this instrument.

SIGNED AND DELIVERED ON


______________________ BY

(Name of authorized person to delegate powers)


WITNESS :

SIGNED AND RECEIVED ON


_____________________ BY

(Name & designation of Attorney)

32

(To be uploaded online)

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
FORM II

(A)

TURNOVER OF THE FIRM


(FINANCIAL CAPABILITY)
Average Annual Turnover of the Bidder

2012-13

Turnover
2013-14
2014-15

Average

Instructions:
The Bidder shall provide audited Annual Reports for the last three years
(Balance sheet, Profit and Loss statements, auditors reports (incase of
companies/corporation) etc. to be issued by CA for the company) as required
under this Bid Document.
Annual turnover of the bidder shall be submitted duly verified by Charted
Accountant or Competent Authority.
(B)

(Here specify proposed sources of credit line to meet the Cash flow
demand for the work)
Source of Credit line

Amount

There should be a letter from the Bank mentioning that line of credit offered
is specifically for this work/contract.
NOTE: If the Tenderer intends to meet the Cash Flow Demand for the
project through their internal resources without availing the loan of
credit, a specific mention to be made to this effect and proof for such
resources shall be enclosed.
Signature
(Authorised Signatory)

33

(To be uploaded online)

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
FORM III
Similar Works
LIST OF SIMILAR WORKS (as per the qualification criteria carried out
in the last 7 years (As on 31st January 2016).
Tenderer shall furnish Details of eligibility works experience as per Clause
4.2 of section-I of Minimum Qualification Criteria (MQC) of Instruction to
Bidders and certificates in the following format (Client Certificates/work
completion certificates or any other documentary evidences with respect to
the eligibility work)
ELIGIBLE ASSIGNMENT DETAILS FOR MEC
Assignment Number:
Description

Bidder to fill up the details


here

Name and Address of the Client


Title of the Eligible Assignment
Date of completion of the Eligible
Assignment
Project Cost
Reference No of the enclosed Client
Completion Certificate/work
order/agreement/ Documentary
Evidence for having successfully
completed the Eligible assignment
Name, telephone no, fax no and email
address of the clients representative
Description and Scope of Work

34

Instructions:
i)

Bidders are expected to provide information in respect of Eligible


Assignments in this Section. The assignments cited must comply
with the criteria specified Clause 4.2 of section-I Minimum
qualification of the Instructions to Bidders.

ii)

A separate sheet should be filled for each of the eligible


assignments.

iii)

The details are to be supplemented by documentary proof from the


respective client for having carried out such assignment duly
certified by clients.

iv)

The works indicated in this Form-III will be only being considered


for evaluation. Mere submission of work completion certificate will
not be considered as Eligible Assignments

v)

Attachments: Copies of supporting documents viz., Successful


completion certificates from clients or any other documentations to
substantiate the similarity of work as per definition of Similar
Work. Employers reserve the right to verify the information.

Signature
(Authorised Signatory)

35

(To be uploaded online)

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
FORM IV
PLANT AND EQUIPMENT PROPOSED FOR THE WORK
Please indicate the main plant and equipment considered to be necessary for
undertaking the work and whether this plant is ready in ownership or will
be purchased or hired.
A) Piling equipment

Description of
equipment

Requirem
ent No. /
Capacity

Owned /
Nos /
leased / to Capacity
be
procured

1.Piling
rig,
winch, motors,
etc
2. Equipment
for driving steel
liner

3. Boring
equipments like
bailer, chisel,
etc
4. Crane for
lowering
reinforcement
cage
5. Others
specify

36

Age /
Condi
tion

Remarks
(From whom
to be
purchased)

At what Stage
of contact
period the
Equipment
will be
available

B) Concreting equipment
Description of
equipment

Requirem
ent No. /
Capacity

Owned /
Nos /
leased / to Capacity
be
procured

Age /
Condi
tion

Remarks
(From whom
to be
purchased)

At what Stage
of contact
period the
Equipment
will be
available

Owned /
Nos /
leased / to Capacity
be
procured

Age /
Condi
tion

Remarks
(From whom
to be
purchased)

At what Stage
of contact
period the
Equipment
will be
available

1.Concrete
batching plant
2.Concrete
pump
3.Transit
Mixer
4.Others
specify

C) Transport equipment
Description
of equipment

Requirem
ent No. /
Capacity

1.Tippers/
Lorries
2.Tractor
trailers
3.Transit
mixer
4.Others
specify

37

d) Lifting equipment
Description
of equipment

Requirem
ent No. /
Capacity

Nos /
Owned /
leased / to Capacity
be
procured

Age /
Condi
tion

Remarks
(From whom
to be
purchased)

At what Stage
of contact
period the
Equipment
will be
available

Owned /
Nos /
leased / to Capacity
be
procured

Age /
Condi
tion

Remarks
(From whom
to be
purchased)

At what Stage
of contact
period the
Equipment
will be
available

1.Cranes for
placing of
precast
members
2.Others
specify
e) General equipment
Description of
equipment

Requirem
ent No. /
Capacity

1.Ripper/
compressor
for
dismantling
works
2.Crane
removal
existing
concrete
members

for
of

3.Plate
bending
machine
4.Generator/
welding set
5.Survey
instruments
6. Others
specify

38

NOTE :
(i)

The equipment indicated in the above statement will form part of


contract agreement and as such the bidders are requested to indicate
the availability of the equipment at site and at what stage of the
construction period in a separate column

(ii)

For all the equipments the literatures, any other relevant details shall
be enclosed if available.

(iii)

The tenderers shall furnish full particulars of the individual


equipments/crafts in Proforma by adding additional sheets if found
necessary.

(iv)

With regards to equipment, absolute ownership, disponent ownership,


Hiring/Leasing of equipments to be considered. However, in case of
Hiring/Leasing of equipments, an Irrevocable letter of Authority
from the owner to be produced by the bidder to the effect that the
equipment Hired/Leased shall not be withdrawn till completion of the
work.

Signature
(Authorised Signatory)

39

(To be uploaded online)

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
FORM - V

DETAILS OF PROPOSED APPROACH & METHODOLOGY


Bidder shall furnish a detailed method statement (Technical Note) for
carrying out of the works, along with a construction programme showing
sequence of operation and the time frame for various segments of temporary
and permanent works.

Signature
(Authorised Signatory)

40

(To be uploaded online)

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
FORM VI

[If the Bid Security is submitted in the form of Demand Draft as per
Cl.No. 16 of ITB, this proforma is not applicable]
BID SECURITY (BANK GUARANTEE)
(Bank Guarantee shall be enforceable and encashable at chennai)

WHEREAS,______________________[Name of Bidder] (hereinafter called the


Bidder) has submitted his bid dated__________________________[date] for the
construction of __________________________________________________[name of
Contract] (hereinafter called the Bid).

KNOW
ALL
PEOPLE
by
these
presents
that
We
________________________________ [name of bank] of _____________________
(name
of
country)
having
our
registered
office
at
____________________________ (hereinafter called the Bank) are bound unto
The Chairman ,Chennai Port Trust (hereinafter called the Employer) in the
sum of _________________________ for which payment well and truly to be
made to the said Employer the Bank binds itself, his successors and assigns
by these presents.
SEALED with the Common Seal of the said Bank this ______day of_________
20 ______
THE CONDITIONS of this obligations are:
(1)

If after Bid opening the Bidder withdraws his Bid during the period of
bid validity specified in the Form of Bid;
or

(2)

If the Bidder having been notified of the acceptance of his Bid by the
Employer during the period of bid validity:
(a)

fails or refuses to execute the Form of Agreement in accordance


with the Instructions to Bidders, if required; or

41

(b)

fails or refuses to furnish the Performance Security, in


accordance with the Instructions to Bidders, or

(c)

does not accept the correction of the Bid Price pursuant to


Clause 27 of Section 1;

We undertake to pay to the Employer up to the above amount upon receipt


of his first written demand, without the Employer having to substantiate his
demand, provided that in his demand the Employer will note that the
amount claimed by him is due to him owing to the occurrence of one or any
of the three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date 148 (One
Hundred and Forty Eight) days after the deadline for submission of Bids as
such deadline is stated in the Instructions to Bidders or as it may be
extended by the Employer, notice of which extension(s) to the Bank is hereby
waived. Any demand in respect of this Guarantee should reach the Bank not
later than the above date.
Notwithstanding anything mentioned above,
Our liability against this guarantee is restricted to Rs
(Rupees . only) and unless a claim in writing is
lodged with us within 3 months of the date of expiry or the extended date of
expiry of this guarantee all our liabilities under this guarantee shall stand
discharges.
IN WITNESS WHEREOF this guarantee has been duly executed on this
day of 20
DATE_______________ SIGNATURE OF THE BANK__________________
WITNESS______________________________SEAL____________________________
___________________________________________________________________
_________________________
[Signature, name and address]
_______________ _________ _________________ ____________________
________________ _____________
1

The Bidder should insert the amount of the guarantee in words and
figures denominated in Indian Rupees. This figure should be the same
as shown in Clause 16 of the Instructions to Bidders.

42

(To be uploaded online)

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
FORM VII
FORMAT FOR FURNISHING BANK INFORMATION FOR e-PAYMENT
1 Name and full address of the
beneficiary
2 Credit Account No.
(Should be full 14 digit)
3 Account Type
(SB or CA or OD)
4 Name of the Bank
5 Branch
(Full address with telephone No.)
6 MICR code
(Should be 9 digit)
7 Telephone/Mobile/Fax
the beneficiary

No.

of Telephone:
Mobile

Fax

8 Photostat copy of a Cheque

Signature of the party


with seal

Verified the details furnished by the party and it is ascertained that the
information furnished are in full shape as required. Xerox copy of a Cheque
is also enclosed.

Signature of the HOD with seal

43

SECTION 3
PART I - GENERAL
CONDITIONS OF CONTRACT
PART II - SPECIAL
CONDITIONS OF CONTRACT

44

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
SECTION 3

PART I General Conditions of Contract


A. General
1. Definitions
1.1

Terms which are defined in the Contract Data are not also defined in
the Conditions of Contract but keep their defined meanings. Capital
initials are used to identify defined terms.

1.2

The Contractor to resolve disputes in the first instance as provided for


in Clauses 24 and 25.

1.3

Bill of Quantities means the


Quantities forming part of the Bid.

1.4

Compensation Events are those defined in Clause 44 hereunder.

1.5

The Completion Date is the date of completion of the Works as


certified by the Employers Engineer in accordance with Sub Clause
54 of section 3.

1.6

The Contract is the contract between the Employer and the


Contractor to execute, complete and maintain the Works. It consists
of the documents listed in Clause 2.3 below.

1.7

The Contract Data defines the documents and other information,


which comprise the Contract.

1.8

The Contractor is a person or corporate body whose Bid to carry out


the Works has been accepted by the Employer.

1.9

The Contractor's Bid is the completed Bidding document submitted


by the Contractor to the Employer through online.

1.10

The Contract Price is the price stated in the Letter of Acceptance and
thereafter as adjusted in accordance with the provisions of the
Contract.

1.11

Days are calendar days; months are calendar months.

45

priced

and

completed Bill

of

1.12

A Defect is any part of the Works not completed in accordance with


the Contract.

1.13

The Defects Liability Period is the period named in the Contract m


Data and calculated from the Completion Date.

1.14

The Employer is the Board of Trustees of the Chennai Port Trust


represented by the Chairman who will employ the Contractor to carry
out the Works.

1.15 The Employers Engineer is the Chief Engineer of the Chennai Port
Trust who is responsible for overall supervision, which comprises
issuing of Competent approvals for
the Contractor, certifying
payments due to the Contractor, issuing and valuing Variations to the
Contract , awarding extensions of time and Statutory requirements of
the contract.
1.16 The Nodal Officer is an officer and will be intimated in the LoA. (or
any other competent person appointed and notified to the contractor
to act in replacement of the Nodal Officer) who is responsible for
effective monitoring performance of the Contractor and supervision of
work, all communications to the contractor, administering the
Contract, certifying payments due to the Contractor etc..
1.17

Equipment is the Contractor's machinery and vehicles brought


temporarily to the Site to construct the Works.

1.18

The Initial Contract Price is the Contract Price listed in the


Employer's Letter of Acceptance.

1.19

The Intended Completion Date is the date on which it is intended


that the Contractor shall complete the Works. The Intended
Completion Date is specified in the Contract Data. The Intended
Completion Date may be revised only by the Employers Engineer by
issuing an extension of time.

1.20

Materials are all supplies, including consumables, used by the


contractor for incorporation in the Works.

1.21

Plant is any integral part of the Works which is to have a mechanical,


electrical, electronic or chemical or biological function.

1.22

The Site is the area defined as such in the Contract Data.

1.23

Site Investigation Reports are those, which were included in the


Bidding documents and are factual interpretative reports about the
surface and sub-surface conditions at the site.

46

1.24

Specification means the Specification of the Works included in the


Contract and any modification or addition made or approved by the
Employers Engineer.

1.25

The Start Date is given in the Contract Data. It is the date when the
contractor shall commence execution of the works. It does not
necessarily coincide with any of the site possession date.

1.26

A Subcontractor is a person or corporate body who has a Contract


with the Contractor to carry out a part of the work in the Contract,
which includes work on the Site.

1.27

Temporary Works are works designed, constructed, installed, and


removed by the Contractor, which are needed for construction or
installation of the Works.

1.28

A Variation is an instruction given by the The Employers Engineer or


his nominee which varies the Works.

1.29

The Works are what the Contract requires the Contractor to


construct, install, and turn over to the Employer, as defined in the
Contract Data.

2.

Interpretation

2.1

In interpreting these Conditions of Contract, singular also means


plural, male also means female or neuter, and the other way around.
Headings have no significance. Words have their normal meaning
under the language of the Contract unless specifically defined. The
Employers Engineer will provide instructions clarifying queries about
the Conditions of Contract.

2.2

If sectional completion is specified in the Contract Data, references in


the Conditions of Contract to the Works, the Completion Date, and
the Intended Completion Date apply to any Section of the Works
(other than references to the Completion Date and Intended
Completion date for the whole of the Works).

2.3

The documents forming the Contract shall be interpreted in the


following order of priority:
(1)

Agreement

(2)

Letter of Acceptance, notice to proceed with

(3)

Contract Data

(4)

Conditions of Contract including Special Conditions of


Contract

(5)

Specifications

(6)

Drawings

47

the works

(7)

Bill of Quantities and

(8)

Any other document listed in the Contract Data as


forming part of the Contract.

3.

Language and Law

3.1

The language of the Contract and the law governing the Contract are
stated in the Contract Data.

4.

Employers Engineer or Nodal Officer's Decisions

4.1

Except where otherwise specifically stated, the Nodal Officer will


decide contractual matters between the Employer and the Contractor
in the role representing the Employer.

5.

Delegation

5.1

The Employers Engineer or Nodal Officer may delegate any of his


duties and responsibilities to other people except to the members of
DRB after notifying the Contractor and may cancel any delegation
after notifying the Contractor.

6.

Communications

6.1

Communications between parties which are referred to in the


conditions are effective only when in writing or online mode. A notice
shall be effective only when it is delivered (in terms of Indian
Contract Act 1872).

7.

Joint Venture / Associate & Subsidiary company

7.1

Associate & Subsidiary company:- Relevant experience and


credentials of parent company is allowed for qualification of the tender
participation by a associate/subsidiary company.
Note: For purposes of this Bid, Associate/ Subsidiary means, in
relation to the Bidder, a person who controls, is controlled by, or is
under
the
common
control
with
such
Bidder
(the
Subsidiary/Associate). As used in this definition, the expression
control means, with respect to a person which is a company or
corporation, the ownership, directly or indirectly, of more than 50%
(fifty per cent) of the voting shares of such person, and with respect to
a person which is not a company or corporation, the power to direct
the management and policies of such person by operation of law.
However, all the financial documents should reflect the financial
situation of the Bidder and not sister or parent companies.

7.2

Joint Venture :- Companies / Contractors may jointly participate in


Bid process subject to fulfilling the conditions as stipulated below.

48

The Bidders specific attention is required to the following conditions


for fulfilling the obligation of Joint Venture during Bidding and
operation of contract. The Bidder shall submit the JV agreement duly
fulfilling the conditions stipulated here under.
If a contractor is a joint venture, consortium or other unincorporated
group limited to three (including the lead partner) then such joint
venture, consortium or other unincorporated group shall be treated
as a separate entity distinct from its constituents and competent to
enter into contract in its own name and its constituents shall be
jointly and severally liable to the Employer for the performance of the
Contract and shall comply with the following requirements:(a) There shall be a Joint Venture Agreement between the constituent
firms specific for the contract packages. The JV Agreement shall
include among other things, the joint ventures objectives, the
proposed management structure, the proposed distribution of
responsibilities both financial as well as technical for execution of
the work, the contribution of each partner to the joint venture
operation, the commitment of the partners to joint and several
liability for due performance, recourse/sanctions within the Joint
Venture in the event of default or withdrawal of any partner and
arrangements for providing the required indemnities.
(b) The most experienced partner will be the Lead Partner and
nominated as the partner-in-charge; and this authorization shall be
evidenced by submitting a power of attorney signed by the legally
authorized signatories of all the partners. The most experienced
partner (lead partner) will be the one defined as such in the
communication approving the prequalification.
(c) The most experienced partner (Lead Partner) of the joint venture will
provide suitable experienced personnel for at least 3(three) positions
at site for the purpose of general planning, site management and
plant operations, during the whole period of contract execution and
a statement to this effect should be included in the Joint Venture
Agreement.
(d) The Form of Agreement shall be signed and/or executed in such a
manner as may be required for making it legally binding on all
partners (including operative parts of the ensuing Contract in
respect of Arbitration Agreement etc.)
(e) The partner-in-charge shall be authorized to incur liabilities and to
receive instructions for and on behalf of all partners of the Joint
Venture and the entire execution of the contract including payment
shall be carried out exclusively through the partner-in-charge. A
statement to this effect should be included in the Joint Venture
agreement.
(f) All partners of the Joint Venture shall be liable jointly and severally
for the execution of the contract in accordance with the contract
terms, and a statement to this effect shall be included in the Joint
Venture Agreement.

49

(g) Performance Security, as required, will be furnished by all


partners(s), out of their accounts, in proportion to their participation
in joint venture.
(h) Joint Venture Agreement shall contain a clause to the effect that
there shall be separate JV Bank Account (distinct from the Bank
Accounts of the individual partners) to which the individual partner
shall contribute their share capital and/or working capital.
(i) Joint Venture Agreement shall also contain a clause to the effect that
the financial obligations of the Joint Venture shall be discharged
through the said JV Bank Account only and also all the payments
received by the Joint Venture from the Employer shall be through
that account alone.
(j) In the event of default by the most experienced partner (Lead
Partner), it shall be construed as default of the Contractor; and
Employer will take action under default clause.
(k) In the event of any other partner leaving the joint venture, it shall be
intimated to the Employer within 30 days by the other partner(s).
Failure to do so shall be construed as default of the contractor and
the Employer may take action under default clause.
(l) In case the Joint Venture Agreement is not acceptable to the
Employer, the joint venture will modify the agreement so as to be
acceptable to the Employer.
The contractor shall not alter its composition or legal status without
the prior written permission of the Employer. Failure to do so shall be
construed as default of the contractor and the Employer may take
action under default clause.
8.

Subcontracting

8.1

The Contractor may subcontract with the approval of the Employers


Engineer may not assign the Contract without the approval of the
Employer in writing. Subcontracting does not alter the Contractor's
obligations.

8.2

Other Contractors
The Contractor shall cooperate and share the Site with other
contractors, public authorities, utilities, and the Employer between
the dates given in the Schedule of other contractors. The Contractor
shall as referred to in the Contract Data, also provide facilities and
services for them as described in the Schedule. The Employer may
modify the schedule of other contractors and shall notify the
contractor of any such modification.

9.

Personnel

9.1

The Contractor shall employ the key personnel named in the


Schedule of Key Personnel as referred to in the Contract Data to carry
out the functions stated in the Schedule or other personnel approved
by the Nodal Officer or his nominee. The Nodal Officer or his nominee

50

will approve any proposed replacement of key personnel only if their


qualifications, abilities, and relevant experience are substantially
equal to or better than those of the personnel listed in the Schedule.
9.2

If the Nodal Officer or his nominee asks the Contractor to remove a


person who is a member of the Contractors staff or his work force
stating the reasons the Contractor shall ensure that the person leaves
the Site within seven days and has no further connection with the
work in the Contract.

10.

Employers and Contractor's Risks

10.1

The Employer carries the risks which this Contract states are
Employers risks, and the Contractor carries the risks which this
Contract states are Contractors risks.

11.

Employer's Risks

11.1

The Employers risks are


(a) in so far as they directly affect the execution of the Works in the
country where the Permanent Works are to be executed.
i). War and hostilities (whether war be declared or not), invasion, act
of foreign enemies;
ii). Rebellion, revolution, insurrection, or military or usurped power
or civil war;
iii). ionizing radiations or contamination by radioactivity from any
nuclear fuel or from any nuclear waste, from the combustion of
nuclear fuel, radioactive toxic explosive or other hazardous properties
of any explosive nuclear assembly or nuclear component thereof
iv).
Pressure waves caused by aircraft or other aerial devices
travelling at sonic or supersonic speeds; and
v). Riot, commotion or disorder, unless solely restricted to the
employees of the contractor or of his Subcontractors and arising from
the conduct of the works;
vi). Floods, tornadoes, earthquakes and landslides
(b) Loss or damage due to the use or occupation by the Employer of
any Section or part of the Permanent Works, except as may be
provided for in the Contract;
(c) loss or damage to the extent that it is due to the design of the
Works, other than any part of the design provided by the Contractor
or for which the Contractor is responsible; and
(d) any operation of the forces of nature (in so far as it occurs on the
site) which an experienced contractor;
(i) Could not have reasonably foreseen, or
(ii) Could reasonably have foreseen, but against which he could not
reasonably have taken at least one of the following measures
(A) Prevent loss or damage to physical property from
occurring by taking appropriate measures, or
(B) Insure against.

51

12.

Contractors Risks

12.1

All risks of loss of or damage to physical property and of personal


injury and death which arise during and in consequence of the
performance of the Contract other than the excepted risks are the
responsibility of the Contractor.

13.

Insurance

13.1

The Contractor shall provide, in the joint names of the Employer and
the Contractor, insurance cover from the Start Date to the end of the
Defects Liability Period, in the amounts and deductibles stated in the
Contract Data for the following events which are due to the
Contractors risks:
(a)

loss of or damage to the Works, Plant and Materials;

(b)

loss of or damage to Equipment;

(c)

loss of or damage of property (except the Works, Plant,


Materials
and Equipment) in connection with the
Contract; and

(d)

personal injury or death.

13.2

Policies and certificates for insurance shall be delivered by the


Contractor to the Nodal Officer or his nominee for the Nodal Officer or
his nominees approval before the Start Date. All such insurance shall
provide for compensation to be payable in the types and proportions
of currencies required to rectify the loss or damage incurred.

13.3

If the Contractor does not provide any of the policies and certificates
required, the Employer may effect the insurance which the Contractor
should have provided and recover the premiums the Employer has
paid from payments otherwise due to the Contractor or, if no payment
is due, the payment of the premiums shall be a debt due.

13.4

Alterations to the terms of insurance shall not be made without the


approval of the Nodal Officer or his nominee.

13.5

Both parties shall comply with any conditions of the insurance


policies.

14.

Site Investigation Reports


The Contractor, in preparing the Bid shall rely on the Site
Investigation Report referred to in the Contract Data, supplemented
by any information available to the Bidder.

52

15.

Queries about the Contract Data

15.1

The Employers Engineer will clarify queries on the Contract Data.

16.

Contractor to Construct the Works

16.1

The Contractor shall construct and install the Works in accordance


with the Specification and Drawings.

17.

The Works to Be Completed by the Intended Completion Date

17.1

The Contractor may commence execution of the Works on the Start


Date and shall carry out the Works in accordance with the program
submitted by the Contractor, as updated with the approval of the
Nodal Officer or his nominee, and complete them by the Intended
Completion Date.

18.

Approval by the Nodal Officer or his nominee

18.1

The Contractor shall submit Specifications and Drawings showing the


proposed Temporary Works to the Nodal Officer or his nominee, who
is to approve them if they comply with the Specifications and
Drawings.

18.2

The Contractor shall be responsible for design of Temporary Works.

18.3

The Nodal Officer or his nominee's approval shall not alter the
Contractor's responsibility for design of the Temporary Works.

18.4

No payment will be made for the temporary works required for the
proper completion of the permanent works.

18.5

All Drawings prepared by the Contractor for the execution of the


temporary or permanent Works, are subject to prior approval by the
Employers Engineer or Nodal Officer before their use.

19.

Safety

19.1

The Contractor shall be responsible for the safety of all activities on


the Site.

20.

Discoveries

20.1

Anything of historical or other interest or of significant value


unexpectedly discovered on the Site is the property of the Employer.
The Contractor is to notify the Nodal Officer or his nominee of such
discoveries and carry out the Nodal Officer or his nominee's
instructions for dealing with them.

53

21.

Possession of the Site

21.1

The Employer shall give possession of all parts of the Site to the
Contractor free from encumbrances. If possession of a part is not
given by the date stated in the Contract Data the Employer is deemed
to have delayed the start of the relevant activities and this will be
Compensation Event.

22.

Access to the Site

22.1

The Contractor shall allow the Nodal Officer or his nominee and any
person authorized by the Nodal Officer or his nominee access to the
Site, to any place where work in connection with the Contract is being
carried out or is intended to be carried out and to any place where
materials or plant are being manufactured, fabricated / assembled for
the works.

23.

Instructions

23.1

The Contractor shall carry out all instructions of the Employers


Engineer and Nodal Officer or his nominee, which comply with the
applicable laws where the Site is located.

24.

Disputes
If the Contractor believes that a decision taken by the Employers
Engineer or Nodal Officer was either outside the authority given to
the Employers Engineer or Nodal Officer by the Contract or that the
decision was wrongly taken, the decision shall be referred to the
Dispute Review Board (DRB) within 28 days of the notification of the
Employers Engineer or Nodal officer 's decision.

25.

Settlement of Disputes

25.1

If a dispute of any kind whatsoever arises between the Employer and


the Contractor in connection with, or arising out of, the Contract or
the execution of the Works, whether during the execution of the
Works or after their completion and whether before or after
repudiation or after termination of the Contract, including any
disagreement by either party with any action, inaction, opinion,
instruction, determination, certificate or valuation of the Employers
Engineer or Nodal Officer, the matter in dispute shall, in the first
place be referred to Disputes Review Board(DRB) established
pursuant to Annexure 11 Section 7 hereto.
Unless the Contract has already been repudiated or terminated or
frustrated, the Contractor shall in every case, continue to proceed
with the Works with all due diligence and the Contractor and
Employer shall give effect forthwith to every decision of the
Employers Engineer or Nodal officer unless and until the same shall

54

be revised, as hereinafter provided, in a Dispute Review Board


Recommendation/ Arbitral Award.
25.2. Arbitration
Any dispute in respect of contracts where party is dissatisfied by the
DRBs decision shall be decided by arbitration as set forth below:
i)
A dispute with Dispute Review Expert shall be finally settled by
arbitration in accordance with the Indian Arbitration and Conciliation
Act, 1996, or any statutory amendment thereof. The arbitral tribunal
shall consist of 3 arbitrators, one each to be appointed by the
Employer and the Contractor, and the third to be appointed by the
mutual consent of both the arbitrators, failing which by making a
reference to CIDC-SIAC Arbitration Center from their panel.
ii)
Neither party shall be limited in the proceedings before such
arbitrators to the evidence or arguments already put before the Nodal
Officer or Employers Engineer or the Board, as the case may be, for
the purpose of obtaining said recommendations/decision. No such
recommendations/decision shall disqualify the Employers Engineer
or Nodal officer or any of the members of the Board, as the case may
be, from being called as a witness and giving evidence before the
arbitrators or any matter whatsoever relevant to the dispute.
iii) The reference to arbitration shall proceed notwithstanding that
the works shall not then be or be alleged to be complete, provided
always that the obligations of the Employer, the Employers Engineer
or Nodal officer and the Contractor shall not be altered by reason of
the arbitration being conducted during the progress of the works.
Neither party shall be entitled to suspend the works to which the
dispute relates, and payment to the Contractor shall be continued to
be made as provided by the contract.
iv)
If one of the parties fail to appoint its arbitrators in pursuance
of sub-clause [i], within 14 days after receipt of the notice of the
appointment of its arbitrator by the other party, then Chairman of the
nominated Institution shall appoint arbitrator within 14 days of the
receipt of the request by the nominated institution. A certified copy of
the Chairman's order, making such an appointment shall be
furnished to both the parties.
v)
Arbitration proceedings shall be held at, and the language of the
arbitration proceedings and that of all documents and
communications between the parties shall be 'English'.

55

vi)
The Arbitration shall be conducted by the experts from the
panel of CIDC- SIAC Arbitration Center.
vii) The decision of the majority of arbitrators shall be final and
binding upon both parties. The expenses of the arbitrators as
determined by the arbitrators shall be shared equally by the
Employer and the Contractor. However, the expenses incurred by
each party in connection with the preparation, presentation, etc. of its
case prior to, during and after the arbitration proceedings shall be
borne by each party itself.
vii) All arbitration awards shall be in writing and shall state the
reasons for the award.
viii) Performance under the contract shall continue during the
arbitration proceedings and payments due to the contractor by the
Employer shall not be withheld, unless they are subject matter of the
arbitration proceedings.
26.

Not applicable.

B.

Time Control

27.

Program

27.1

Within the time stated in the Contract Data the Contractor shall
submit to the Nodal Officer or his nominee for approval a Program
showing the general methods, arrangements, order, and timing for all
the activities in the Works along with monthly cash flow forecast.

27.2

An update of the Program shall be a program showing the actual


progress achieved on each activity and the effect of the progress
achieved on the timing of the remaining work including any changes
to the sequence of the activities.

27.3

The Contractor shall submit to the Nodal Officer or his nominee, for
approval, an updated Program at intervals no longer than the period
stated in the Contract Data. If the Contractor does not submit an
updated Program within this period, the Nodal Officer or his nominee
may withhold the amount stated in the Contract Data from the next
payment certificate and continue to withhold this amount until the
next payment after the date on which the overdue Program has been
submitted.

27.4

The Nodal Officer or his nominees approval of the Program shall not
alter the Contractor's obligations. The Contractor may revise the

56

Program and submit it to the Nodal Officer or his nominee again at


any time. A revised Program is to show the effect of Variations.
28.

Extension of the Intended Completion Date

28.1

The Employers Engineer shall extend the Intended Completion Date


if a Compensation Event occurs or a Variation is issued which makes
it impossible for Completion to be achieved by the Intended
Completion Date without the Contractor taking steps to accelerate the
remaining work and which would cause the Contractor to incur
additional cost.

28.2

The Employers Engineer shall decide whether and by how much to


extend the Intended Completion Date within 21 days of the
Contractor asking the Employers Engineer for a decision upon the
effect of a Compensation Event or Variation and submitting full
supporting information. If the Contractor has failed to give early
warning of a delay or has failed to cooperate in dealing with a delay,
the delay by this failure shall not be considered in assessing the new
Intended Completion Date.

29.

The Early Warning provisions shall be as per Clause 32.

30.

Delays Ordered by the Nodal Officer or his nominee

30.1

The Nodal Officer or his nominee may instruct the Contractor to


delay the start or progress of any activity within the Works.

31.

Management Meetings

31.1

Either the Nodal Officer or his nominee or the Contractor may


require the other to attend a management meeting. The business of a
management meeting shall be to review the plans for remaining work
and to deal with matters raised in accordance with the early warning
procedure.

31.2

The Nodal Officer or his nominee shall record the business of


management meetings and is to provide copies of his record to those
attending the meeting and to the Employer. The responsibility of the
parties for actions to be taken is to be decided by the Nodal Officer
or his nominee either at the management meeting or after the
management meeting and stated in writing to all who attended the
meeting.

32.

Early Warning

32.1

The Contractor is to warn the Nodal Officer or his nominee at the


earliest opportunity of specific likely future events or circumstances
that may adversely affect the quality of the work, increase the

57

Contract Price or delay the execution of works. The Nodal Officer or


his nominee may require the Contractor to provide an estimate of the
expected effect of the future event or circumstance on the Contract
Price and Completion Date. The estimate is to be provided by the
Contractor as soon as reasonably possible.
32.2

The Contractor shall cooperate with the Nodal Officer or his nominee
in making and considering proposals for how the effect of such an
event or circumstance can be avoided or reduced by anyone involved
in the work and in carrying out any resulting instruction of the Nodal
Officer or his nominee.

32.3

The defect Liability period for the contract for all works except for
Fenders shall be 12 months from the date of issue of completion
certificate.

C.

Quality Control

33.

Identifying Defects

33.1. The Nodal Officer or his nominee shall check the Contractor's work
and notify the Contractor of any Defects that are found. Such
checking shall not affect the Contractor's responsibilities. The Nodal
Officer or his nominee may instruct the Contractor to search for a
Defect and to uncover and test any work that the Nodal Officer or his
nominee considers may have a Defect.
34.

Tests

34.1

If the Nodal Officer or his nominee instructs the Contractor to carry


out a test not specified in the Specification to check whether any
work has a Defect and the test shows that it does, the Contractor
shall pay for the test and any samples. If there is no Defect the test
shall be a Compensation Event.

35.

Correction of Defects

35.1

The Nodal Officer or his nominee shall give notice to the Contractor
of any Defects before the end of the Defects Liability Period, which
begins at Completion and is defined in the Contract Data. The Defects
Liability Period shall be extended for as long as Defects remain to be
corrected.
Every time notice of a Defect is given, the Contractor shall correct the
notified Defect within the length of time specified by the Nodal
Officer or his nominees notice.

35.2

36.

Uncorrected Defects

36.1

If the Contractor has not corrected a Defect within the time specified
in the Nodal Officer or his nominees notice, the Nodal Officer or his

58

nominee will assess the cost of having the Defect corrected, and the
Contractor will pay this amount.
D.

Cost Control

37.

Bill of Quantities

37.1

The Bill of Quantities shall contain items for the construction,


installation, testing and commissioning work to be done by the
Contractor.

37.2

The Bill of Quantities is used to calculate the Contract Price. The


Contractor is paid for the quantity of the work done at the rate in the
Bill of Quantities for each item.

38.

Changes in the Quantities

38.1

If the final quantity of the work done differs from the quantity in the
Bill of Quantities for the particular item by more than + 25 percent
provided the change exceeds + 10% of initial Contract Price, the
Employers Engineer shall adjust the rate(s) to allow for the change.

38.2

The Employers Engineer shall not adjust rates from changes in


quantities if thereby the Initial Contract Price is exceeded by more
than 15 percent, except with the Prior approval of the Employer.

38.3

If requested by the Employers Engineer where the quoted rate (s) of


any item(s) is abnormally high, the Contractor shall provide the
Employers Engineer with a detailed cost breakdown of any rate in
the Bill of Quantities.

39.

Variations

39.1

All Variations shall be included in updated Programs produced by the


Contractor.

40.

Payments for Variations

40.1

Variation permitted shall not exceed +25% in quantity of each


individual item, and +10% of the total contract price. Within 14 days
of the date of instruction for executing varied work, extra work or
substitution and before the commencement of such work, notice shall
be given either (a) by the contractor to the Employer of his intention
to claim extra payment or a varied rate or price, or (b) by the
Employer to the contractor of his intention to vary rate or price.

40.2

For items not existing in the Bill of Quantities or substitution to items


in the Bill of Quantities, rate payable should be determined by
methods given below and in the order given below:

59

i)
Rates and prices in contract, if applicable plus escalation as per
contract
ii)
Rates and prices in the Schedule of Rates applicable to Contract
plus ruling percentage.
iii) Market rates of materials and labour, hire charges of plant and
machinery used, plus 15% for overheads and profits of contractor.
40.3

For items in the Bill of Quantities but where quantities have


increased beyond the variation limits the rate payable for quantity in
excess of the quantity in the Bill of Quantity plus the permissible
variation should be:
i)
Rates and prices in contract, if reasonable plus escalation,
failing which (ii) and (iii) below will apply:
ii)
Rates and prices in the schedule of rates applicable to the
contract plus ruling percentage.
ii)

Market rates of material and labour, hire charges of plant and


machinery used plus 15% for overheads and profits of
contractor.

40.4

If there is delay in the Employer and the contractor coming to an on


the rate of extra item, rates as proposed by the Employer shall be
payable provisionally till such time as the rates are finally determined
or till date mutually agreed.

40.5

If the Employers Engineer decides that the urgency of varying the


work prevent a quotation being given and considers not delaying the
work, no quotation shall be given and the Variation shall be treated
as a Compensation Event.

41.

Cash flow forecasts

41.1

When the Program is updated, the Contractor is to provide the Nodal


Officer or his nominee with an updated cash flow forecast.

42.

Payment Certificates

42.1

The Contractor shall submit to the Nodal Officer or his nominee


monthly statements of the estimated value of the work completed less
the cumulative amount certified previously.

42.2

The Nodal Officer or his nominee shall check the Contractor's


monthly statement within 14 days and certify the net amount to be
paid to the Contractor. The net amount payable means gross amount
less all statutory levies such as Income Tax, Sales Tax on work
contract and any other amount due to the Trust.

60

42.3

The value of work executed shall be determined by the Nodal Officer


or his nominee.

42.4

The value of work executed shall comprise the value of the quantities
of the items in the Bill of Quantities completed.

42.5

The value of work executed shall include the valuation of Variations.

42.6

The Nodal Officer or his nominee may exclude any item certified in a
previous certificate or reduce the proportion of any item previously
certified in any certificate in the light of later information.

43.

Payments

43.1 Mode of measurements


(a) The measurements shall be recorded and entered in computerized
format in the first instance by the contractor and a hard copy (draft)
shall be submitted to the Department then and there.
(b) The format for Computerized Measurement Book (CMB) shall be
downloaded from ChPT website: http:// www.chennaiportgov.in.
(c) These measurements shall then be checked by the department. The
contractor shall incorporate all such changes or corrections, as may
be done during these checks, to his draft computerized
measurements, and submit to the department the corrected
computerized measurements in the form of a book, duly hard bound
in red colour on the lines of the conventional Measurement books now
in use, and with its pages machine numbered.
(d) The Computerized Measurements Book given by the contractor, duly
bound, with its pages machine numbered, shall have no cutting or
over-writing.
(e) The Computerized Measurement Book shall be allotted a serial
number by the department.
(f) In case of any error, the Computerized Measurement Book shall be
cancelled, and the contractor shall re-submit a fresh Computerized
Measurement Book. This should be done before the corresponding
computerized bill is submitted to the Division for payment.
(g) The contractor shall submit a minimum of 3 copies of each
Computerized Measurement Books for the purpose of reference and
record in the various offices of the department.

61

43.2 Bill Submission:(a) Bills shall be prepared and submitted by the contractor in the Trust
computerized format, which can be downloaded from ChPT website:
http:// www.chennaiportgov.in with all the pages machine numbered,
and hard bound, and with all the entries made as per the existing
procedure.
(b) The contractor shall submit a minimum of 3 copies of the
computerized bills as may be required for the purpose of reference
and record in the various offices of the department.
(c) The bill shall be carried forward from the pervious running account
Bill as per the existing procedure.
43.3

The Adhoc payment upto 75% of net bill amount shall be certified
within 7 working days of submission of the bill. Balance 25% of the
amount of the verified bill shall be paid not later than 7 working days
from the date of release of 75% adhoc payment.

43.4

For delay in payment beyond the periods specified in 43.2 above,


interest at a pre-specified rate (suggested rate SBI PLR +2% p.a. as on
due date of payment) should be paid.

43.5

Contractor shall submit final Bill within 60 days of issue of defects


liability certificate. Clients Nodal Officer or his Nominee shall check
the bill within 60 days after its receipt and return the Bill to
Contractor for corrections if any, 50% of the undisputed amount shall
be paid to the contractor at the stage of returning the bill.

43.6

The Contractor should re-submit the bill, with corrections within 30


days of its return by the Nodal Officer or his nominee.
The resubmitted bill shall be checked and paid within 60 days of its
receipt.

43.7

Interest at a pre-specified rate (suggested rate SBI PLR 2% p.a. as on


due date of payment) shall be paid if the bill is not paid within the
time limit specified above.

43.8

If an amount certified is increased in a later certificate as a result of


an award by the DRB or an Arbitrator, the Contractor shall be paid
interest upon the delayed payment as set out in this clause. Interest
shall be calculated from the date upon which the increased amount
would have been certified in the absence of dispute.

43.9 Items of the Works for which no rate or price has been entered in will
not be paid for by the Employer and shall be deemed covered by other
rates and prices in the Contract.

62

43.10

Payment for RCC & PCC items


75 % of the rate quoted for the items will be released only after the
concrete is laid and cured and after satisfactory test results for 7
days cube strength as specified in Specification of works of
Section 5. The balance will be released after finishing work if any
and satisfactory test results for 28 days cube strength as specified
in Specification of works of Section 5. If 28 days cube strength is
not satisfactory, the payment made earlier will be recovered from
any moneys due to the contractor in respect of the execution of the
works

44.

Compensation Events

44.1. The following mutually agreed Compensation Events unless they are
caused by the Contractor would be applicable:
(a)
(b)

(c)

(d)

(e)
(f)

(g)

(h)

(i)
(j)
(k)

The Employer does not give access to a part of the Site by the
Site Possession Date stated in the Contract Data.
The Employer modifies the schedule of other contractors in a
way which affects the work of the contractor under the
contract.
The Nodal Officer or his nominee orders a delay or does not
issue drawings, specifications or instructions required for
execution of works on time.
The Nodal Officer or his nominee instructs the Contractor to
uncover or to carry out additional tests upon work which is then
found to have no Defects.
The Nodal Officer or his nominee unreasonably does not approve
for a subcontract to be let.
Ground conditions are substantially more adverse than could
reasonably have been assumed before issuance of Letter of
Acceptance from the information issued to Bidders (including
the Site Investigation Reports), from information available
publicly and form a visual inspection of the site.
The Nodal Officer or his nominee gives an instruction for dealing
with an unforeseen condition, caused by the Employer,
or additional work required for safety or other reasons.
Other contractors, public authorities, utilities or the Employer
does not work within the dates and other constraints stated in
the Contract that cause delay or extra cost to the Contractor.
The advance payment is delayed.( Not applicable to this tender)
The effect on the Contractor of any of the Employer's Risks.
The Nodal Officer or his nominee unreasonably delays issuing a
Certificate of Completion.

63

(l)

Other Compensation Events listed in the Contract Data or


mentioned in the contract.
Whenever any compensation event occurs, the contractor will
notify the employer, within 14 days and provide a forecast cost of the
compensation event.
44.2. If a Compensation Event would cause additional cost or would
prevent the work being completed before the Intended Completion
Date, the Contract Price shall be increased and/or the Intended
Completion Date shall be extended. The Nodal Officer or his nominee
shall decide whether and by how much the Contract Price shall be
increased and whether and by how much the Intended Completion
Date shall be extended.
44.3. As soon as information demonstrating the effect of each
Compensation Event upon the Contractor's forecast has been
provided by the Contractor, it is to be assessed by the Nodal Officer or
his nominee and the Contract Price shall be adjusted accordingly. If
the Contractor's forecast is deemed unreasonable the Nodal officer or
his nominee shall adjust the Contract Price based on Nodal Officer or
his nominee's own forecast. The Nodal Officer or his nominee will
assume that the Contractor will react competently and promptly to
the event.
45.

Tax

45.1

The rates quoted by the Contractor shall be deemed to be inclusive of


the sales and other taxes that the Contractor will have to pay for the
performance of this Contract. The Employer will perform such duties
in regard to the deduction of such taxes at source as per applicable
law. Any new Taxes, levies, duties imposed after signing the Contract
shall be reimbursed by the Employer on production of documentary
evidence.

45.2

In case Service Tax is payable by the contractor, the amount of


Service Tax will be borne by the Port Trust.

46.

Currencies

46.1

All payments shall be made in Indian Rupees unless specifically


mentioned.

47.

Price adjustment/ Escalation

47.1

Contract price shall be adjusted for increase or decrease in rates and


prices of labour, materials, fuels and lubricants in accordance with
the following principles and procedures and as per formula given
below:

64

(a)

The price adjustment shall apply for the work done from the start
date given in the contract data upto end of the initial intended
completion date or extensions granted by the Employers Engineer
and shall not apply to the work carried beyond the stipulated time for
reason attributable to the contractor.

(b)

The price adjustment shall be determined during each quarter from


the mutually agreed formula given in the contract data base on the
following premises.

I (A)

Formula for Labour Component


K1
V1 = 0.85 x (R-C) x

L L0
x

100

L0

Where
V1 = Amount of variation payable for a value R of work done.
R =

Value of work done during the period under consideration.

C = Cost of Cement & steel (reinforcement and liner) calculated on star


rates for quantity as per design, incorporated in to the work during
the period under consideration to be taken from II A , II B and II C.
K1 =

Percentage of Labour Component to be taken as 25%.

L0 =

Basic Consumer Price Index for Chennai Centre (Base 2001 = 100) for
industrial workers declared as per the Labour Gazette, published by
the Commissioner of Labour, Government of Tamilnadu as prevailing
on the Base Date (21 days prior to the latest date for submission of
the Bid).

L=

Average Consumer Price Index for Chennai Centre (Base 2001 = 100)
for industrial workers declared by Labour Gazette, published by the
Commissioner of Labour, Government of Tamilnadu for the period in
which the value R of work is done. If the period covered by a bill does
not coincide with a calendar month, then weighted time average for
the period will be taken for L.

(B)

Formula for Balance Material Component (excluding cement,


steel).
V2

0.85 x (R-C) x

K2
100

M M0
M0

Where
V2 =

Amount of variation payable for a value R of work done on account of


material.

R=

Value of work done during the period under consideration.

65

C=

Cost of Cement and steel (reinforcement and liner) at Star rate


calculated on star rates for quantity as per design, incorporated in to
the work during the period under consideration to be taken from II A ,
II B and II C.

K2 =

Percentage of Material Component to be taken as 70%.

M0=

Wholesale price index for all commodities prepared by the office of


Economic Advisor, Ministry of Industry, Government of India as
prevailing on the Base Date (21 days prior to the latest date for
submission of the Bid).

M=

Average wholesale price index for all commodities prepared by the


office of Economic Advisor, Ministry of Industry, Government of India,
during the period under consideration. If the period covered by a bill
does not coincide with a calendar month, then weighted time average
for the period will be taken for M.

(C) Formula for Petrol, Oil and Lubricant (POL) Component

V3 =

0.85 x (R-C)

K3

P P0

100

P0

Where
V3 =

Amount of variation payable for a value R of work done on account of


POL component.

R=

Value of work done during the period under consideration.

C=

Cost of Cement & steel (reinforcement and liner) calculated on star


rates for quantity as per design/specification, incorporated in to the
work during the period under consideration to be taken from II A , II
B and II C.

K3 =

Percentage of POL Component to be taken as 5%.

P0=

The price (average of the prices declared by IOC/HPCL/BPCL) of HSD


for Chennai on the Base Date (21 days prior to the latest date for
submission of the Bid).

P=

Average Price (average of the prices declared by IOC/HPCL/BPCL) of


HSD for Chennai during the period under consideration.
After removal of actual cost of cement & steel for B above, price
adjustment for the cost of cement and steel will be made as follows:

66

Price Adjustment
(II) (A) For Cement

Pc = Rc x Qcc x

lc l0c
l0c

Where
Pc =

Price adjustment for cement

R c=

Rate per MT of cement prevailing on the Base Date (21 days prior to
the latest date for submission of the Bid) i.e. Star Rate.

Ic =

Average Index for cement published by the Reserve Bank of India


under Index numbers of Wholesale Prices by Group and Sub-Groups
(Monthly data) under Group (1) Non Metallic Mineral Products SubGroup (C) - Cement, forming the base of calculation for index of
wholesale prices during the period under consideration.

Ioc = Index for cement published by the Reserve Bank of India under Index
numbers of Wholesale Prices by Group and Sub-Group (Monthly data)
under Group (1) Non Metallic Mineral Products Sub-Group (C) Cement forming the base of calculation for index of wholesale prices
on the date 21 days preceding the latest date prescribed for the
receipt of the Bid.
Qcc= Quantity in MT of cement as per design incorporated in to the work
during the period under consideration.
(B) For Reinforcement Steel

P s = Rs

Qsc x

ls l0s
l0s

Where
Ps = Price adjustment for steel
Rs=

Rate per MT of steel prevailing on the Base Date (21 days prior to the
latest date for submission of the Bid). i.e. Star rate.

Is =

Average Index for iron and steel published by the Reserve Bank of
India under Index numbers of Wholesale Prices by Group and SubGroups (Monthly data) under Group (J) Basic Metals, Alloys & Metal
Products, Sub-Group (a) Basic Metals and Alloys (2) Steel/Steel
rods forming the base of calculation for index of wholesale prices
during the period under consideration.

67

Ios = Average Index for Iron and Steel published by the Reserve Bank of
India under Index numbers of Wholesale Prices by Group and SubGroups (Monthly data) under Group (J) Basic Metals, Alloys & Metal
Products, Sub-Group (a) Basic Metals and Alloys (2) Steel/Steel
rods forming the base of calculation for index of prices on the date
21 days preceding the latest date prescribed for the receipt of the Bid.
Qsc = Quantity in MT of steel as per design incorporated in to the work
during the period under consideration.
(C) For Steel liner Plates

Psl = RSL X

Qscl x

lsl l0sl
l0sl

Where
Psl = Price adjustment for steel liner plates
RSL = Rate per MT of steel liner plates prevailing on the Base Date (21 days
prior to the latest date for submission of the Bid). i.e. Star rate.
Isl =

Average Index for iron and steel published by the Reserve Bank of
India under Index numbers of Wholesale Prices by Group and SubGroups (Monthly data) under Group (J) Basic Metals, Alloys & Metal
Products, Sub-Group (a) Basic Metals and Alloys (2) Steel/Steel
rods forming the base of calculation for index of wholesale prices
during the period under consideration.

Iosl = Average Index for Iron and Steel published by the Reserve Bank of
India under Index numbers of Wholesale Prices by Group and SubGroups (Monthly data) under Group (J) Basic Metals, Alloys & Metal
Products, Sub-Group (a) Basic Metals and Alloys (2) Steel/Steel
rods forming the base of calculation for index of prices on the date
21 days preceding the latest date prescribed for the receipt of the Bid.
Qscl = Quantity in MT of steel liner as per design incorporated in to the work
during the period under consideration.
Notes:
(i)

The quantities of cement and steel considered for working out


price variation shall be certified by the Nodal Officer based on
approved designs and as consumed in the work excluding
wastage.

(ii)

The time for completion of the contract shall mean the period
commencing from the date of the commencement of the contract
and ending on the date when the time allowed for the work
specified expires, taking into consideration the extension of
time, if any, for completion of the work granted by the

68

Employers Engineer under the relevant clause or the conditions


of contract in cases other than those where such extension is
necessitated on account of default of the contractor. The
decision of the Employers Engineer as regards the time of
completion of the contract shall be final, conclusive and binding
on the contractor, where compensation for delay is levied on the
contractor on account of delay in completion or inadequate
progress under the relevant contract provision the escalation
amount for the balance work from the date of levy of such
compensation shall be worked out as follows:
(a)

Indices I, M, P, Ic, & Is will be pegged to the levels corresponding


to the date from which such compensation for delay is levied.

(b)

Pegged indices as well as actual indices prevailing at the time of


calculation of escalation for the period under consideration will
be compared and lower of the two will be taken for calculating
actual escalation amount.

(iii)

Price variation shall be calculated in accordance with the


formulae mentioned at (I)(A)(B)and (C) above, separately for
labour, material and POL components, as well as for price
adjustment for cement and steel in accordance with formulae
mentioned at (II) (A),(B) and (C) above. The relevant websites for
ascertaining the various indices are as follows :
http://www.iocl.com/Products/HighSpeedDiesel.aspx
http://rbidocs.rbi.org.in/rdocs/Bulletin/PDFs
http://labourbureau.gov.in/indtab.pdf
indiabudget.nic.in/chapt2007/tab53.pdf
http://www.eaindustry.nic.in/default.html
http://labourbureau.nic.in/indnum.htm

(iv)

The price variation under clause 47.1 shall not be payable for
the extra items required to be executed during the progress of
the work and where the rates payable for the extra items have
been fixed as per the current market rates provided under
Clause of General Conditions of Contract or mutually agreed.

(v)

The clause No.47.1 is operative both ways, i.e. if the price


variation in the said Wholesale Price Index for all commodities,
Consumer Price Index (New Series) or price of HSD of Chennai
or cost of cement or steel or bitumen is on the plus side,
payment on account of the price variation shall be allowed to the
Contractor and if it is on the negative side, the ChPT shall be
entitled to recover the same from the contractor and the amount
shall be deductible from the Contractors bill for the respective
period in which there are fluctuation.

69

(vi)

In order to facilitate computation of price variation to be made


under clause 47.1 the contractor shall keep such books of
accounts and other documents as are necessary. The contractor
shall allow inspection of the same by the Nodal Officer or his
nominee and shall at the request of the Nodal Officer may
require true copies of any document so kept and such other
information as the Nodal Officer may require for verification.

(vii)

Calculation of Price Variation and Price Adjustment amount at


the time of preparation of interim and final bill will be based on
confirm indices and the prices of the POL products and bitumen
products declared by IOC/BPCL/HPCL.

(viii) Save and except for what is provided in the foregoing clause,
nothing herein shall be construed to entitle the contractor to
reimbursement of any increase in the price of materials or in the
wages of labour occurring at any time and for any reason
whatsoever, including the imposition of any tax, duty or fee or
an increase in the price of any petroleum product, coal,
electricity or water effected by or under the order of the Central
Government of a State Government.
(ix)

The basic price (star rate) will be fixed as per the prevailing rate
at the time of invitation of the tender before 21 days from date of
submission of the tenders.

(x)

The mobilisation and de-mobilisation shall not be considered


for calculation of Price Variations and the price variation for the
items quoted on Lumpsum basis shall not be payable .

(xi)

(a) Star rate (base price) for Reinforcement Steel(Rs) is


Rs.34,600/MT
(b)

Star rate (base price) for Cement (Rc) is Rs.7,650/MT

(C) Star rate (base price) for Steel liner plates (RSL) is
Rs.38,325/MT
47.2 Subsequent Legislation
If, after the date 21 (Twenty one) days prior to the date for submission
of tenders for the contract there occur changes to any National or
Statute Stature, Ordinance or Decree or other Law or any regulation or
bye law of any local or other duly constituted authority or introduction
of any such state statute, Ordinance, Decree, Law, regulation or bye
law which causes additional or reduced cost to the contractor in
execution of the contract, such additional or reduced cost shall, after
due consultation with the Employer and the contractor be determined
by the Nodal Officer or his nominee and shall be added to or deducted
from the contract price and the Nodal Officer or his nominee shall
notify the contractor accordingly with a copy to the Employer.

70

48

Retention Money

48.1

The Employer shall retain from each payment due to the Contractor
the proportion stated in the Contract Data until Completion of the
whole of the Works.

48.2

Retention Money shall be deducted at 5% from each running Bill


subject to a maximum of 5% percent of the contract price. Retention
money shall be refunded within 14 days from the date of payment of
final bill.

49.

Liquidated Damages

49.1

In case of
(L.D) may
of delay or
contract

(i)

The owner, if satisfied, that the works can be completed by the


contractor within a reasonable time after the specified time for
completion, may allow further extension of time at its discretion with
or without the levy of L.D. In the event of extension granted being
with L.D, the owner will be entitled without prejudice to any other
right or remedy available in that behalf, to recover from the contractor
as agreed damages equivalent to half per cent (1/2%) of the contract
value of the works for each week or part of the week subject to the
ceiling defined in Sub-Clause- 49.1

(ii)

The owner, if not satisfied that the works can be completed by the
contractor and in the event of failure on the part of the contractor to
complete work within further extension of time allowed as aforesaid,
shall be entitled, without prejudice to any other right or remedy
available in that behalf, to rescind the contract.

(iii)

The owner, if not satisfied with the progress of the contract and in the
event of failure of the contractor to recoup the delays in the mutually
agreed time frame, shall be entitled to terminate the contract.

(iv)

In the event of such termination of the contract as described in


Clauses-49.1(ii) & 49.1(iii) or both, the employer shall be entitled to
recover L.D up to ten per cent (10%) of the contract value and forfeit
the security deposit made by the contractor besides getting the work
completed by other means at the risk and cost of the contractor.

(v)

In case part/portions of the work can be commissioned and Port


operates the portion for commercial purposes, the rate of L.D will be
restricted to the uncompleted value of work, the maximum LD being
on the entire contract value.

delay in completion of the contract, liquidated damages


be levied at the rate of % of the contract value per week
part thereof, subject to a maximum of 10 per cent of the
price.

71

Note: Contract price for LD shall be inclusive of tender price plus


taxes and duties.
49.2 Reduction of Liquidated Damages
If, before the Time for Completion of the whole of the Works or, if
applicable, any Section, Taking-Over Certificate has been issued for
any part of the Works or of a Section, the liquidated damages for delay
in completion of the remainder of the Works or of that section shall, for
any period of delay after the date stated in such Taking-Over
Certificate, and in the absence of alternative provisions in the
Contract, be reduced in the proportion which the value of the part so
certified bears to the value of the whole of the Works or Section, as
applicable. The provisions of this Sub-Clause shall only apply to the
rate of liquidated damages and shall not affect the limit thereof.
50

Incentives or Bonus
Not applicable

51

Advance Payment
No advance payment on the contract price will be made under this
contract

52.

Performance Securities
Performance Security shall consist of two parts; a) Performance
Guarantee to be submitted at award of work and b) retention money
to be recovered from Running Bills.

52.1 Performance Security should be 10% of Contract price of which 5% of


contract price should be submitted as Bank Guarantee or Demand
Draft enforceable and encashable at Chennai within 21 days of receipt
of letter of acceptance and balance 5% recovered as retention Money
from Running Bills. Recovery of 5% of Retention Money is to
commence from the first bill onwards @ 5% of bill value from each bill.
Retention Money may be refunded within 14 days from the date of
payment of final bill. Balance S.D to be refunded immediately not later
than 14 days of completion of defect liability period.
In case of Joint Venture, the Bank Guarantee towards Performance
Security shall be provided by all the partners of the JV in proportions
to their participation in the project as defined in the Joint Venture
Agreement along with the proof issued by the said bank in this
regard. The local partner(s) alone shall NOT be allowed to deposit the
Bank Guarantee on behalf of foreign partner(s) of the Joint Venture.

52.1.1

The Contractor at his option may also furnish a Bank Guarantee


from an Indian Nationalized Bank having its Branch Office at

72

Chennai in the form approved by the Employer in lieu of the retention


money when such retention money amounts to the 1/4th of the sum
for the limit of retention money on production of the said bank
guarantee. The money so retained shall be considered to refund to the
contractor and other three installments shall also similarly
considered for refund on production of appropriate Bank guarantee.
On acceptance of the said Bank Guarantee, the money so retained
shall be considered for refund to the contractor. All payments to the
contractor under the contract shall unless otherwise stated elsewhere
be made to the contractor in Indian currency through e- payments
through designated Bank.
52.2 Failure of the successful bidder to comply with the requirements of
Clause 52.1 shall constitute sufficient grounds for cancellation of the
award and forfeiture of the Bid Security.
53.

Cost of Repairs

53.1

Loss or damage to the Works or Materials to be incorporated in the


Works between the Start Date and the end of the Defects Correction
periods shall be remedied by the Contractor at the Contractor's cost if
the loss or damage arises from the Contractor's acts or omissions.

E.

Finishing the Contract

54.

Completion

54.1

After completion of the work, the contractor will serve a written notice
to the Nodal Officer or Employers Engineer /Employer to this effect
.The Nodal Officer or Employers Engineer /Employer upon receipt of
this notice shall conduct a complete joint survey of the work within 7
days and prepare a defects list jointly. The defects pointed out by the
Nodal Officer or Employers Engineer /Employer would be rectified by
the Contractor within 14 days and there after acceptance report to be
signed jointly by the contractor and the Employer. This joint
acceptance report shall be treated as Completion Certificate.

55.

Taking Over certificate

55.1

The Employer shall take over the Site and the Works within seven
days of the Employers Engineer or Nodal Officer issuing a certificate
of Completion.

56.

Final Account

56.1

The Contractor shall supply to the Nodal Officer or his nominee a


detailed account of the total amount that the Contractor considers
payable under the Contract before the end of the Defects Liability
Period. The Employers Engineer shall issue a Defect Liability
Certificate and certify any final payment (excluding SD) that is due to
the Contractor within 60 days of receiving the Contractor's account if

73

it is correct and complete. If it is not, the Employers Engineer shall


issue within 15 days a schedule that states the scope of the
corrections or additions that are necessary for the correction and
certify payment of 50% of undisputed amount to the contractor. If the
Final Account is still unsatisfactory after it has been resubmitted, the
Employers Engineer shall decide on the amount payable to the
Contractor and issue a payment certificate, within 60 days of
receiving the Contractors revised account.
57.

Operating and Maintenance Manuals

57.1

If "as built" Drawings and/or operating and maintenance manuals are


required the Contractor shall supply them by the dates stated in the
Contract Data.

57.2

If the Contractor does not supply the Drawings and/or manuals by


the dates stated in the Contract Data, or they do not receive the
Nodal Officer or his nominee's approval, the Nodal Officer or his
nominee shall withhold the amount stated in the Contract Data from
payments due to the Contractor.

58.

Termination

58.1

The Employer or the Contractor may terminate the Contract if the


other party causes a fundamental breach of the Contract.

58.2

Fundamental breaches of Contract include, but shall not be limited to


the following:
(a) the Contractor stops work for 28 days when no stoppage of work
is shown on the current Program and the stoppage has not been
authorized by the Employers Engineer or Nodal officer ;
(b) the Employers Engineer or Nodal Officer instructs the
Contractor to delay the progress of the Works and the instruction is
not withdrawn within 28 days;
(c)
the Employer or the Contractor is made bankrupt or goes into
liquidation other than for a reconstruction or amalgamation;
(d) a payment certified by the Employers Engineer is not paid by
the Employer to the Contractor within 50 days of the date of the
Employers Engineer's certificate;
(e)
the Nodal Officer or his nominee gives Notice that failure to
correct a particular Defect is a fundamental breach of Contract and
the Contractor fails to correct it within a reasonable period of time
determined by the Employers Engineer;
(f)

the Contractor does not maintain a security which is required;

74

(g)
the Contractor has delayed the completion of works by the
number of days for which the maximum amount of liquidated
damages can be paid as defined in the Contract data; and
(h) if the Contractor, in the judgment of the Employer has engaged
in corrupt or fraudulent practices in competing for or in the executing
the Contract.
(i)

if the Contractor has contravened Clause 8 & 9

For the purpose of this paragraph: corrupt practice means the


offering, giving, receiving or soliciting of any thing of value to
influence the action of a public official in the procurement process or
in contract execution.
Fraudulent practice means a
misrepresentation of facts in order to influence a procurement
process or the execution of a contract to the detriment of the
Borrower, and includes collusive practice among Bidders (prior to or
after bid submission) designed to establish bid prices at artificial noncompetitive levels and to deprive the Borrower of the benefits of free
and open competition.
58.3

When either party to the Contract gives notice of a breach of contract


to the Employers Engineer or Nodal Officer for a cause other than
those listed under Sub Clause 58.2 above, the Employers Engineer
or Nodal Officer shall decide whether the breach is fundamental or
not.

58.4

Notwithstanding the above, the Employer may terminate the Contract


for convenience subject to payment of compensation to the contractor
including loss of profit on uncompleted works. Loss of profit shall be
calculated on the same basis as adopted for calculation of
extra/additional items.

58.5

If the Contract is terminated the Contractor shall stop work


immediately, make the Site safe and secure and leave the Site as soon
as reasonably possible.

59.

Payment upon Termination

59.1

If the Contract is terminated because of a fundamental breach of


Contract by the Contractor, the Employers Engineer shall issue a
certificate for the value of the work done less advance payments
received up to the date of the issue of the certificate, less other
recoveries due in terms of the contract, less taxes due to be deducted
at source as per applicable law and less the percentage to apply to the
work not completed as indicated in the contract data.
Additional liquidated damages shall not apply. If the total amount due
to the Employer exceeds any payment due to the Contractor, the
difference shall be a debt payable to the Employer.

75

59.2

If the Contract is terminated at the Employer's convenience or


because of a fundamental breach of Contract by the Employer, the
Employers Engineer shall issue a certificate for the value of the work
done, the reasonable cost of removal of Equipment repatriation of the
Contractor's personnel employed solely on the Works, and the
Contractor's costs of protecting and securing the Works and loss of
profit on uncompleted works less advance payments received up to
the date of the certificate, less other recoveries due in terms of the
contract and less taxes due to be deducted at source as per
applicable law.

60.

Property

60.1

All materials on the Site, Plant, Equipment, Temporary Works and


Works for which payment has been made to the contractor by the
Employer, are deemed to be the property of the Employer, if the
Contract is terminated because of a Contractors default.

61.

Release from Performance

61.1

If the Contract is frustrated by the outbreak of war or by any other


event entirely outside the control of either the Employer or the
Contractor the Employers Engineer shall certify that the Contract
has been frustrated. The Contractor shall make the Site safe and stop
work as quickly as possible after receiving this certificate and shall be
paid for all work carried out before receiving it and for any work
carried out afterwards to which commitment was made.

62.1

Custody of Drawings:
The Drawings shall remain in the sole custody of the Nodal officer but
two copies of these shall be furnished to the Contractor free of cost.
The contractor shall provide and make at his own expense any
further copies required by him. At the completion of the contract the
contractor, shall return to the Nodal officer all drawings provided
under the contract, if so desired by the Nodal officer.
The contractor shall give adequate notice in writing to the Nodal
officer or his nominee of any further drawing or specification that may
be required for the execution of the works or otherwise under the
contract.
In case alternative design submitted by the contractor is accepted by
the Nodal officer and works executed as per alternative design, the
original tracing and copies of drawings which may be with the
Contractor, shall be handed over to the Nodal officer on completion of
the work and such tracings and drawings shall became the property
of the Employers Engineer. One copy of the Drawings furnished to
the contractor or prepared by the Contractor and approved by the
Employers Engineer in case of contractors alternative designs as
aforesaid shall be kept by the Contractor at the site and the same

76

shall at all the reasonable times be available for inspection and use
by the Nodal officer and his nominee and by any person authorized by
the Employers Engineer in writing.
The Nodal officer shall have full power and authority to supply to the
contractor, from time to time during the progress of the works such
further Drawings and instructions as shall be necessary for the
purpose of the proper and adequate execution and maintenance of
the works. Such supplementary drawings, issued / approved during
the currency of contract will also form part of the contract and the
Contractor shall carry out and be bound by the same.
62.2

One copy of Drawings to be kept on Site


One copy of the drawings, provided to or supplied by the contractor
as aforesaid, shall be kept by the contractor on the site and the same
shall at all reasonable times be available for inspection and use by
the Nodal officer
and by any other person authorized by the
Employers Engineer in writing.

62.3

Disruption of Progress
The contractor shall give notice to the Nodal officer whenever
planning or execution of the works is likely to be delayed or disrupted
unless any further drawing or instruction is issued by the Nodal
officer within a reasonable time. The notice shall include details of
the drawing or instruction required and of why and by when it is
required and of any delay or disruption likely to be suffered if it is
late.

62.4

Delays and Cost of Delay of Drawings


If, by reason of any failure or inability of the Employers Engineer to
issue, within a time reasonable in all the circumstances, any drawing
or instruction for which notice has been given by the contractor in
accordance with Sub-Clause 62.3, the contractor suffers delay then
the Employers Engineer shall, after due consultation with the
contractor, determine any extension of time to which the contractor is
entitled under Clause 28, and shall notify the contractor accordingly.

62.5 Failure by contractor to submit Drawings


If the failure or inability of the Employers Engineer to issue any
drawings or instructions is caused in whole or in part by the failure of
the contractor to submit drawings, specification of other documents,
which he is required to submit under the contract, the Employers
Engineer shall take such failure by the contractor into account when
making his determination pursuant to Sub-Clause 62.4.
62.6 Supplementary Drawings and Instructions
The Employers Engineer or Nodal officer shall have authority to issue
to the contractor, from time to time, such supplementary drawings

77

and instructions as shall be necessary for the purpose of the proper


and adequate execution and completion of the works and the
remedying of any defects therein. The contractor shall carryout and
be bound by the same.
62.7 Works Designed by Contractor
Where the contract expressly provides that part of the Works shall be
designed by the contractor, he shall submit to the Employers
Engineer, for approval such drawings, specifications, calculations and
other information as shall be necessary to satisfy the Nodal officer as
to the suitability and adequacy of that design and operation and
maintenance manuals together with drawings of the works as
completed, in sufficient detail to enable the Nodal officer to operate,
maintain and adjust the works incorporating that design.
62.8

Responsibility Unaffected by Approval


Approval by the Employers Engineer, in accordance with Sub-Clause
62.7, shall not relieve the contractor of any of his responsibilities
under the contract.

63.1

Housing for Labour


Save in so far as the Contract otherwise provides, the Contractor
shall provide and maintain such accommodation and amenities as he
may consider necessary for all his staff and labour, employed for the
purposes of or in connection with the Contract, including all fencing,
water supply (both for drinking and other purposes), electricity
supply, sanitation, cook houses, fire prevention and fire-fighting
equipment, furniture other requirements in connection with such
accommodation or amenities at their cost outside the Port premises.
No labour camps shall be allowed inside the Port premises.

63.2

Entry of Labour in Port premises:

63.2.1

Only vehicles licensed by the Board will be allowed inside the Port
premises.

63.2.2

Admission into the Harbour is regulated by issue of passes (valid for


one week) for the contractor and his staff. These passes shall be
accompanied by identity cards valid for the entire period of contract.
In addition to the above, passes valid for only one day will be issued
for emergency use without their being accompanied by the identity
card. All the above entry passes and identity cards will be issued free
of cost to the contractor. The contractor is solely responsible for all
the details incorporated in the passes and the identity cards and the
Trust is indemnified against their misuse.
The entry passes shall be produced at the time of entry and any other
time when demanded by the CISF personnel or department officials.

78

Further, in the event of loss of entry passes or identity card issued to


the contractor or their labour, Rs.20/- will be imposed as penalty in
each case.
The contractor should register with the pass section and get a code
number for the firm from the pass section and should produce a
authorized signature of two persons per firm who will sign the pass
application. Any changes in the authorized signatories should be
intimated to this section immediately.
This firm should be recommended by respective departments.
Applicants should apply in the prescribed format.
Provision for individual and vehicle Harbour Entry Permits are alone
available in the Pass Section Module and not for the materials.
As per ISPS requirements all the Port Users should submit
antecedent verification / police verification of Pass port copy of their
employees / contract workers, since it is a prerequisite for issuing all
Port entry Passes.
63.3

Employment of the Government Retired persons:


No Engineer of gazetted rank or other class I & II officers employed in
Engineering or administrative duties in an Engineering department of
the Government of India / Port is allowed to work as a contractor for
a period of 2 years of his retirement from Government / Port service
without the previous permission of Government of India or by the Port
as the case may be. The contract is liable to be cancelled if either the
contractor or any of his employee is found at any time to be such a
person who had not obtained the permission of Government of India
/Port as the case may be as aforesaid before submission of the tender
or engagement in the contractors service as the case may be.

63.4

Regarding employment of the foreigner:

63.4.1 If any foreigner is employed by the contractor to work within the Port
premises, the later shall ensure that such a foreigner possess the
necessary special permit issued by the Civil Authorities in writing and
also comply with the instructions issued there for from time to time.
In the event of any lapse in this regard on the part of such foreigner,
the contractor shall be personally held responsible for the lapse and
the Board shall not be liable in any event.
63.4.2 For the purpose of necessary assistance in obtaining tax exemption
for foreign technicians brought in by the contractor in connection
with this contract, he shall furnish the following specific information
and also comply with instructions issued there for from time to time.
a) The number of foreign technicians required.
b) The period for which each such technician is required.
c) The nature of work that would be required to be done by them and
d) The qualification and experience of the personnel proposed to be
engaged.

79

If there is any lapse in this regard the contractor shall be personally


responsible for the lapse and hold the Port Trust blameless in
providing necessary assistance.
The contractor shall employ labour in sufficient numbers either
directly or through sub contractors to maintain the required rate of
progress and of quality to ensure workmanship of the degree specified
in the contract and to the satisfaction of the Nodal officer. The
contractor shall not employ in connection with the works any person
who has not completed eighteen-years of age. The contractor shall
obtain a valid license under the Central Labour (R&A) Act, 1970 and
the Contract Labour (Regulation and Abolition) Central Rules, 1971
(as applicable) before the commencement of the work and continue to
have a valid license until the completion of the work. Any failure to
fulfill this requirement shall attract the penal provisions of the
contract arising out of the resultant non-execution of the work.
64.

Watching and lighting:


The contractor shall in connection with the works provide and
maintain at his own cost all lights, guards, fencing and watching
when and where necessary as required by the Nodal officer or by any
competent statutory or other authority for the protection of the works,
materials, etc., or for the safety and convenience of the public or
others.
All lights provided by the contractor shall be placed or screened so as
not to interfere with any signal lights on the Employers Railway or
with any navigational lights or with any traffic or signal lights of any
local or other authority.

65.1

Dismantled Materials:
The contractor shall treat all materials obtained during dismantling of
a structure excavation of the site for a work etc. as Board property
and such materials shall be disposed of to the best advantage of
Board according to the instructions writing issued by the Nodal
officer.

65.2

Contractor to keep site clean:


During the execution of the works the Contractor shall keep the Site
reasonably free from all unnecessary obstruction and shall store or
dispose of any Contractors Equipment and surplus materials and
clear away and remove from the Site any wreckage, rubbish or
Temporary Works no longer required.

66.1

Extraordinary Traffic:
The contractor shall use every reasonable means to prevent any of the
access road communicating with or on routes to the site from being
damaged or injured by any traffic of the contractor or any of his sub

80

contractors and in particular shall select routes, choose and use


vehicles and also restrict and distribute loads so that any such
extraordinary traffic as will inevitable access from the moving of plant
and materials from and to the site shall be limited as far as
reasonably and so that no unnecessary damage or injury may be
occasioned to such approach.
The contractors attention is drawn to the fact that the other
contractors employed by the Employer will be working in the vicinity
of the construction of structures. Hence, the contractors shall allow
other agencies for work if any and shall allow such agencies the use
of scaffolding the similar conveniences which any building contractor
might have put up and shall further give such agencies facilities to
carry out their trades. Works like punching the walls, floors and
making them good, required during the electrification shall be done
by the building contractors for which they may not be made any
special payment by the Trust.
The contractors working
arrangements should be in such a manner as to cause no hindrance
to the other contractors working nearby or to the functions of the
Harbour and to enable other contractors / department / other
agencies to work contemporaneously on separate contracts.
66.2

Interference with Traffic and adjoining properties:


All operations necessary for the execution and completion of the
Works and the remedying of any defects therein shall, so far as
compliance with the requirements of the Contract permits, be carried
on so as not to interfere unnecessarily or improperly with:
a)
the convenience of the public, or
b)
the access to, use and occupation of public or private roads and
footpaths to or of properties whether in the possession of the
Employer or of any other person.
The Contractor shall save harmless and indemnify the Employer in
respect of all claims, proceedings, damages, costs, charges and
expenses whatsoever arising out of, or in relation to any such matters
in so far as the Contractor is responsible there for.

67.

Supply of plant, materials and labour:

67.1

Except where otherwise specified in the contract, the contractor shall


at his own expenses supply and provide all the constructional plant,
temporary works, materials both for temporary and permanent works
under the contract, labour (including the supervision thereof)
transport to or from site and in and about the works and other things
of every kind required for the construction, completion and
maintenance of the works.

67.2

The contractor shall not hire out any item of plant or equipment
brought by him, in connection with the execution of the work under
the contract to any other party in connection with any work of the

81

latter in the Port without the written permission of the Nodal officer
and such permission may or may not be granted by the Nodal officer.
67.3

The contractor shall at his own costs make due arrangements for the
proper watch and safety of all materials and plant supplied to him by
the Board / or brought by him for use on this work. He shall not
remove such constructional plant or materials from the site without
the permission of the Nodal officer.
If any of the materials supplied or constructional plant hired out by
the department are lost or damaged in any way due to negligence or
carelessness on the part of the contractor or his employees, the cost
thereof determined by the Nodal officer shall be recovered from the
contractor from any moneys due to him or to become due to him.

68.

Clearance of site on completion:


Upon completion of works, the contractor shall clear away and
remove from the site all the constructional plant, temporary works
remaining thereon, any unused materials provided by the contractor,
and surplus materials and rubbish of every kind and leave the site
and works clean and in a workman-like condition to the satisfaction
of the Nodal officer.
If the contractor fails to remove any such constructional plant,
temporary works or unused materials within such reasonable time
after completion of works as may be allowed by the Employers
Engineer, then the Employer may sell the same and shall after
deduction from the proceeds, cost, charges and expenses of and in
connection with such sale, pay the balance if any, to the contractor.
The Employer shall not at any time be liable for the loss or injury to
any of the said constructional plant, temporary works or materials.

69.

Use of explosives:
Except as may be provided in the specification or approved by the
Nodal officer, the contractor shall not use explosives. The contractor
shall only permit handling and use of explosives to be carried by men
fully qualified and experienced in the storage, handling and issues of
the types of explosives to be used. He shall comply with the
provisions of Indian Explosives Act.

70.

Levels:
The contractor shall provide all assistance, instruments, labour and
materials as are normally required for taking levels for the work. The
contractor shall provide at his own expense experienced attendants
for the Nodal officer or his representative to assist him in taking levels
and checking of alignments.

82

71.

Inflammable stores:
The contractor shall comply with all Central and Local regulations in
respect of storage of all inflammable stores or other materials safe
involving risk to third parties and shall take all special precautions
required in the transport and use of such materials. The contractors
shall submit to the Nodal officer for approval, all drawings and
documents required for the construction of storage sheds to the
proper requirements.

72.

Accidents - Reporting of:


The contractor shall within 24 hours of the occurrence of any
accident at or about the site or in connection with the execution of
the work, report such accident to the Employers Engineer. The
contractor shall also report such accidents to the competent
authorities to whom such report is required by laws.

73.

Materials brought to site:


Materials required for the works, whether brought by the Contractor
or supplied by the Employer shall be stored by the contractor only at
a place approved by the Nodal officer. The storage and safe custody
of materials shall be the responsibility of the contractor. All materials
brought to the site shall become and remain the property of the
Employer and shall not be removed off the site without the prior
written approval of the Nodal officer. But whenever the works are
finally completed and advance, if any, in respect of any such
materials is fully recovered, the contractor shall at his own expense
forthwith remove from the site all surplus materials originally
supplied by him and upon such removal, the same shall revert to and
become the property of the contractor.

74.

Access to site:
The Nodal officer and any person authorised by him shall at all times
have access to the works and to the site and to all workshops and
places where work is being prepared or when materials,
manufactured articles, or machinery are being obtained for the works
and the Contractor shall afford every facility for every assistance in or
in obtaining the right to such access.

75.

Inspection register:
An inspection register is required to be maintained at the site of work,
duly issued by the Nodal officer and docketed by from the Nodal
officers office. Which must be produced whenever called upon to do
so by the Nodal officer or his representative during their inspection of
the work. It will be the responsibility of the officers assistant to
ensure that the observations of the inspection officers for each and

83

every visit are available in the inspection register either through


recorded notes or through pasting the inspection notes. The Nodal
officers assistant shall carry over such observation and defects, on
which action is to be taken by the contractor, to the site order book
with cross-reference in the inspection register. The observations
recorded in the inspection register by Employers Engineer or Nodal
officers is reviewed during subsequent inspections to ensure their
compliance.
76.

Removal of improper works & material:


The Nodal officer shall during the progress of the works have power to
order in writing from time to time the following:
The removal from the site within such time or times as may be
specified in the order of any materials, which in the opinion of the
Nodal officer are not in accordance with the contract.
The substitution of materials not in accordance with the contract by
proper and suitable materials and
The removal and proper re-execution (notwithstanding any previous
test thereof or interim payment thereof) of any work, which is respect
of materials or workman ship, is not in the opinion of the Nodal
officer in accordance with the contract.

77.

Work during Night or on Sundays and authorized Holidays:


Subject to any provisions to the contrary contained in the contract,
none of the permanent works shall be carried out during night or
authorized holidays without prior permission in writing of the Nodal
officer. Except when the work is unavoidable or absolutely necessary
for the safety of life, property or works in which case the contractor
shall immediately advise the Nodal officer accordingly.

78.

Employment of Technical Staff:

78.1

The contractor shall employ following technical staff during the


execution of this work: i.
One Graduate Engineer with degree in corresponding discipline
of Engineering possessing minimum of 5 years experience will
act as Principal Technical Representative

ii.

78.2

and
Two Graduate Engineer with minimum 2 years experience (or)
Two Diploma Engineer possessing minimum of 5 years experience
will act as Technical Representative

The technical staff should be available at site at all times during the
course of execution of work. He will take instructions from the Nodal
officer or his Nominee as and when required by him.

84

78.3

In case the contractor fails to employ the technical staff as aforesaid


he shall be liable to pay to the Board a reasonable amount not
exceeding the sum of Rs 25,000/- (Rupees Twenty five thousand only)
per month for Principal Technical Representative, Rs 15,000/- (Rupees
fifteen thousand only) per month for Technical Representative .

78.4

The decision of the Nodal Officer as to the period for which the
required technical staff was not employed by the contractor and as to
the reasonableness of the amount to be deducted on this account
shall be final and binding on the contractor as to the amount and the
contractors liability to pay the said amount.

79.

79.1

Alterations
Omissions

in

specifications

and

designs,

Additions

and

The Employers Engineer shall have the power to make any


alterations in, omissions from, additions to or substitutions for the
original specification, drawings, designs and instructions that may
appear to him to be necessary during the progress of the work and
the contractor shall carry out the work in accordance with any
instruction which may be given to him in writing signed by the
Employers Engineer and such alteration, omissions, additions or
substitutions shall not invalidate the contract and any altered,
additional or substituted work which the contractor may be directed
to do in the manner above specified as part of the work shall be
carried out by the contractor on the same conditions in all respects
on which he agreed to do the main work. The time for the completion
of the work shall be extended in the proportion that the altered,
additional or substituted work bears to the original contract work and
the certificate of the Employers Engineer shall be conclusive as to
such proportion. The rates for such additional, altered or substituted
work under this clause shall be worked out in accordance with the
following provisions in their respective order:
i.
If the rates for the additional, altered or substituted work are
specified in the contract for the work, the contractor is bound to
carry out the additional, altered or substituted work at the same
rates as are specified in the contract for the work.
ii.

If the rates for the additional altered or substituted work are not
specifically provided in the contract for the work, the rates will
be derived from the rates for a similar class of work as are
specified in the contract for the work.

iii.

If the altered, additional or substituted work includes any work


for which no rate is specified in the contract for the work and
which cannot be derived from the similar class of work in the
contract, then such work shall, be carried out at the rates
entered by the department taking into account the Ports own
schedule of rates on which the estimated value of work put to
Tender was worked out, with minus / plus percentage which the

85

total tendered amount bears to the estimated cost of the entire


work put to tender.
iv.

If the rates for altered, additional or substituted work cannot be


determined in the manner specified in the sub-clauses 79.1(i) to
79.1(iii) above, then the rates / for such work shall be worked
out on the basis of the Schedule of rates of the Port specified
above, minus/ plus the percentage which the total tendered
amounts bears to the estimated cost of the entire work put to
tender provided always that if the rate for a particular part or
parts of the item is not in the Schedule of rate, the rate for such
part or parts will be determined by the Employers Engineer on the
basis of the prevailing market rates when the work was done.

v.

If the rates for the altered, additional of substituted work cannot


be determined in the manner specified in the sub-clause 79.1(i)
to 79.1(iv) above, then the contractor shall within 7 days of the
date of receipt of order to carry out the work, inform the
Employers Engineer of the rate which is his intention to charge
for such class of work, supported by the analysis of the rate or
rates claimed and the Employers Engineer shall determine the
rate or rates, on the basis of the prevailing market rates and pay
the contractor accordingly. However, the Employers Engineer
by notice in writing will be at liberty to cancel his order to carry
out such class of work and arrange to carry it out in such
manner as he may consider advisable, but under no
circumstances, the contractor shall suspend the work on the
plea of non-settlement of rates of items falling under the clause.
In the event of any disagreement, the Employers Engineer shall
fix such rate or price as shall in his opinion be reasonable and
proper having regard to the circumstances and such decision of
the Employers Engineer shall be final.

79.2

i.
ii.
iii.

iv.

Except in case of items related to foundations, provisions


contained in sub-clause 79.1(i) to 79.1(v) above shall not apply
to contract or substituted items as individually exceed the
percentage set out in the tender document (referred to herein
below as Deviation limit subject to the following restrictions:
The deviation limit referred to above be the net effect
(algebraically sum) of all additions and deductions ordered.
In no case shall the additions/deductions (arithmetical sum)
exceed twice the deviation limit.
The deviations ordered on items of any individual trade included
in the contract shall not exceed +/- 50% of the value of the
trade in the contract as a whole or half the deviation limit
whichever is less.
The value of additions of items of any individual trade not
already included in the contract shall not exceed 10% of the
deviation limit.

86

Note: Individual trade means the trade section to which scheduled of


quantities annexed to the agreement has been divided or, in the
absence of any such division the individual section of the schedule of
rates specified above, such as, excavation and earthwork, concrete,
wood work and joinery, etc.
79.3
i.

ii.
iii.
iv.
v.

vi.

80.

For the purpose of operation of clause 79.2, the following works


shall be treated as works relating to foundation:
For buildings, compound walls, plinth level or 1.2 metres (4 feet)
above ground level whichever is lower excluding items of flooring
and D.P.C. but including base concrete below the floors.
For abutments, piers, retaining walls of culverts and bridges,
walls of water reservoirs, the bed or floor level.
For retaining walls where floor level is not determinate, 1.2
metres above the average ground level or bed level.
For roads, all items of excavation and filling including treatment
of sub-base and soling work.
For water supply lines, sewer lines, underground storm water
drains and similar works. All items of work below ground level
except items of pipe work, proper masonry work.
For open storm water drains, all items of work except lining of
drains.

Action where no specification of work is available:


In the case of any class of work for which there is no specification,
such work shall be carried out in accordance with the relevant Indian
Standards and in the absence of Indian Standards, any equivalent
international standards and in the event of there being no standard
specifications then in such case, the work shall be carried out in all
respects in accordance with the instructions and requirements of the
Employers Engineer.

81.

No compensation for alteration in or restriction of work to be


carried out:
If at any time after the commencement of work, the Employers Engineer
shall for any reason whatsoever not require the whole work as
specified in the tender to be carried out, the Employers Engineer shall
give notice in writing of the fact to the contractor who shall have no
claim to any payment of compensation neither shall he have any claim
for compensation by reason of any alterations having been made in
the original specifications, drawings, designs and instructions, which
shall involve any curtailment of the work as originally contemplated;
Provided that the contractor shall be paid the charges on the cartage
only of materials actually and bona fide brought to the site of the work
by the contractor and rendered surplus as a result of the
abandonment or curtailment of the work or any portion thereof and
then taken back by the contractor provided however, that the
Employers Engineer shall have in all such situations, the option of

87

taking over all or any such materials at their purchase price or at local
current rates whichever may be less. The contractor shall produce all
relevant documentary evidence like vouchers, invoices etc., in support
of his claim. In the case of such stores having been issued from the
department stores, supervision charges and storage charges shall be
refunded in addition to the issue rates of materials.
82.

Safety Code
The Contractor shall scrupulously adhere to and observe the following
safety codes:
i.
Hoisting machines and tackles used in the Works including
their attachments, anchorage and supports shall be in perfect
condition as per stipulations of the relevant Rules. The ropes
used in hoisting or lowering materials or as means or
suspension shall be of durable quality and adequate strength
and free from defects.
ii.
Workers employed shall be provided with protective footwear
and rubber hand gloves and other gears. Those engaged in
welding Work shall be provided with welders protective eye
shield and gloves.
iii.
No paint containing lead or lead products shall be used except
in the form of paste or ready-made paint. Suitable facemasks
should be supplied for use by the Workers when the paint is
applied in the form of spray or surface having lead paint dry
rubbed and scrapped. Necessary and adequate facilities shall
be provided by the Contractor to enable the Working painters to
wash during the period of cessation of Work.
All Safety Rules shall be strictly followed while Working on live
electrical systems or installations as stipulated in the relevant Rules.

83.

Life Saving Appliances and First Aid


The Contractor shall provide and maintain upon the Works, sufficient,
proper and efficient life saving appliances and first aid equipment to
the approval of the Nodal officer. The appliances and equipment shall
be available for use at all times.

84.

Port Trust Rules

84.1 The Contractor shall observe the conservancy rules relating to the
Harbour and shall always take such necessary additional steps to
keep the Harbour waters free of noxious or unhygienic matters coming
from his Works as are required by the Nodal officer. Under no
circumstances shall inflammable materials be allowed to spill into the
Harbour
84.2 The Contractor shall always observe and comply with the Working
Rules and Regulations of the Port Trust in force or as issued from time
to time.

88

85.

Details to be Confidential, Drawings and Photographs

85.1 The Contractor shall treat the details of the Contract as private and
confidential, save in so far as may be necessary for the purpose
thereof, and shall not publish or disclose the same or any particulars
thereof in any trade or technical paper or elsewhere without the
previous consent in writing of the Nodal officer.
85.2 No photograph of the Works or any part thereof or plant employed
thereon shall be taken or permitted by the Contractor to be taken by
any of his employees or any employees of his Sub-Contractors unless
otherwise specifically mentioned in the Contract without the approval
of the Nodal officer.

PART II SPECIAL CONDITIONS OF CONTRACT


1.

Labour
The Contractor shall, unless otherwise provided in the Contract, make
his own arrangements for the engagement of all staff and labour, local
or other, and for their payment, housing, feeding and transport.
The Contractor shall, if required by the Nodal Officer or his nominee,
deliver to the Nodal Officer or his nominee a return in detail, in such
form and at such intervals as the Nodal Officer or his nominee may
prescribe, showing the staff and the numbers of the several classes of
labour from time to time employed by the Contractor on the Site and
such other information as the Nodal Officer or his nominee may
require.

2.

Compliance with Labour Regulations


During continuance of the contract, the Contractor and his sub
contractors shall abide at all times by all existing labour enactments
and rules made thereunder, regulations, notifications and bye laws of
the State or Central Government or local authority and any other
labour law (including rules), regulations, bye laws that may be passed
or notification that may be issued under any labour law in future
either by the State or the Central Government or the local authority.
Salient features of some of the major labour laws that are applicable
to construction industry are given below. The Contractor shall keep
the Employer indemnified in case any action is taken against the
Employer by the competent authority on account of contravention of
any of the provisions of any Act or rules made thereunder, regulations
or notifications including amendments. If the Employer is caused to
pay or reimburse, such amounts as may be necessary to cause or
observe, or for non-observance of the provisions stipulated in the
notifications/byelaws/Acts/Rules/regulations including amendments,

89

if any, on the part of the Contractor, the Nodal Officer or Employers


Engineer /Employer shall have the right to deduct any money due to
the Contractor including his amount of performance security. The
Employer/ Nodal Officer or his nominee shall also have right to
recover from the Contractor any sum required or estimated to be
required for making good the loss or damage suffered by the
Employer.
The employees of the Contractor and the Sub-Contractor in no case
shall be treated as the employees of the Employer at any point of time.
3.

ESI CONTRIBUTION

3.1

(a) As per the Govt Notification dt 20.7.09, Chennai Port Trust has
registered under the ESI Act on 26.09.2012 with ESI Corporation and
provision of ESI Act, 1948 are applicable to Chennai Port Trust, a
Social Security Act, is applicable to Factories using power and
employing 10 or more personnel and establishment employing 20 or
more persons and drawing wages/Salary upto Rs.15,000/- per
month. Workers covered under ESI Act, are entitled for full medical
care for self and family. Besides, cash benefit in the event of sickness,
maternity and employment injury. Accordingly, the contractual/
casual employees drawing wages upto Rs.15,000/- per month
employed either directly by Port Trust or through contractor are
covered under ESI Act, 1948. It is obligatory on the part of the
employer to calculate and remit ESI contribution comprising of
employers share of 4.75% plus employees share of 1.75% which is
payable on or before 21st of the following month, to which the salary
relates.
(b)
In case of Contractor employs more than 20 employees, they
should register their name with ESI as per ESI Act, 1948 and obtain
ESI Code. Both Employers share of 4.75% and Employees
contribution of 1.75% (recovered from employees), totally 6.5% to be
paid as contribution to ESI in their Code on or before 21st of following
month to which the salary relates and acknowledgement for the same
shall be submitted to the Port while claiming the bill. The bill without
the acknowledgment of ESI contribution will not be entertained. In
case the contractor has not paid the ESI contribution same will be
recovered in the running bill and paid to the ESI Corporation in
contractors code. The delay in payment of contribution payable under
the Act may be recovered as an arrear of Land Revenue.
(c)
In case the contractor employs less than 20 employees, the list
of employees names, their fathers name, identification proof, one
passport photo shall be submitted to the Port Trust. The contribution
of ESI amount, both Employers share of 4.75% and Employees
contribution of 1.75% (recovered from Employees salary), totally 6.5%
shall be paid by the contractor in the Chennai Port Trust Code on or
before 21st of the following month to which the salary relates or

90

otherwise payment to the contractor will be withheld. If the contractor


fails to comply with the above instruction, then the Principal
Employer (Chennai Port Trust) will make payment to the ESI
Corporation. Such amount will be deducted from any amount due to
the contractor. The delay in payment of contribution payable under
the Act may be recovered as an arrear of Land Revenue.
(d)
As per the above Government Notification i) All intending
tenderer at the time of tender shall disclose all necessary documents
as to whether they are covered under ESI Act or not.
ii) In case they are covered under ESI Act, they have to furnish the
details of registration.
iii) In case the tenderer does not possess ESI Registration at the time
of Participation in the Tender, then they should obtain registration
under ESI Regulations before award of the work by Chennai Port
Trust and submit the same within 30 days from the date of issue of
work order. Any payment towards the work order will be made only
after compliance of the ESI Regulation.
iv) The tenderer shall submit his first bill together with evidence of
having obtained registration under ESI Regulations and only then the
bill will be processed for payment. Subsequently, the tenderer should
periodically submit to Chennai Port the Form 6 prescribed under ESI
Regulations along with the proof for having remitted the dues under
ESI Regulations in respect of the workers/labours employed for the
work awarded by Chennai Port to facilitate making payment for the
bills of the contractor.
v) In case the tenderer are not covered under ESI Act, or exempted,
they would furnish necessary documents along with an affidavit in
original affirming before a first class Judicial Magistrate in a NonJudicial Stamp paper worth Rs. 20/- to that effect.
vi) In case they are not covered under ESI Act, they must additionally
indemnify ChPT against all damages & accident occurring to his
labour in a Non-judicial Stamp Paper worth Rs.100/-.
4.

CESS FOR TNCWWB


As per the provisions of the Tamil Nadu Manual Workers (Regulation
of Employment and Conditions of Work) Act, 1982 and Tamil Nadu
Manual Workers (Construction Workers) Welfare Schemes, 1994 and
G.O.(MS)No.295, Dt.17.12.2013 of Labour and Employment (12)
Department, payment of cess to TNCWWB at 1% of the building or
other construction works undertaken by Chennai Port Trust.
A recovery of 1% of the billed amount shall be effected progressively
from each running bill as well as the final bill of the contractor for the
works which are covered under the above mentioned Cess act. Hence
the tenderer shall include the component of Cess while quoting their
rates for individual items of Bill of quantities.

91

5.

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS


APPLICABLE TO ESTABLISHMENTS ENGAGED IN BUILDING AND
OTHER CONSTRUCTION WORK.
a)
Workmen Compensation Act 1923: The Act provides for
compensation in case of injury by accident arising out of and during
the course of employment.
b)
Payment of Gratuity Act 1972: Gratuity is payable to an
employee under the Act on satisfaction of certain conditions on
separation if an employee has completed 5 years service or more or on
death the rate of 15 days wages for every completed year of service.
The Act is applicable to all establishments employing 10 or more
employees.
c)
Employees P.F. and Miscellaneous Provision Act 1952: The
Act Provides for monthly contributions by the employer plus workers
@ 10% or 8.33%. The benefits payable under the Act are:
(i)
Pension or family pension on retirement or death, as the
case may be.
(ii)
Deposit linked insurance on the death in harness of the
worker.
(iii)
Payment of P.F. accumulation on retirement/death etc.
d)
Maternity Benefit Act 1951: The Act provides for leave and
some other benefits to women/employees in case of confinement or
miscarriage etc.
e)
Contract Labour (Regulation & Abolition) Act 1970: The Act
provides for certain welfare measures to be provided by the Contractor
to contract labour and in case the Contractor fails to provide, the
same are required to be provided, by the Principal Employer by Law.
The Principal Employer is required to take Certificate of Registration
and the Contractor is required to take license from the designated
Officer. The Act is applicable to the establishments or Contractor of
Principal Employer if they employ 20 or more contract labour.
f)
Minimum Wages Act 1948: The Employer is supposed to pay
not less than the Minimum Wages fixed by appropriate Government
as per provisions of the Act if the employment is a scheduled
employment. Construction of Buildings, Roads, and Runways are
scheduled employments.
g)
Payment of Wages Act 1936: It lays down as to by what date
the wages are to be paid, when it will be paid and what deductions
can be made from the wages of the workers.
h)
Equal Remuneration Act 1979: The Act provides for payment
of equal wages for work of equal nature to Male and Female workers
and for not making discrimination against Female employees in the
matters of transfers, training and promotions etc.

92

i)
Payment of Bonus Act 1965: The Act is applicable to all
establishments employing 20 or more employees. The Act provides for
payments of annual bonus subject to a minimum of 8.33% of wages
and maximum of 20% of wages to employees drawing Rs.3500/-per
month or less. The bonus to be paid to employees getting Rs.2500/per month or above up to Rs.3500/- per month shall be worked out
by taking wages as Rs.2500/-per month only. The Act does not apply
to certain establishments. The newly set-up establishments are
exempted for five years in certain circumstances. Some of the State
Governments have reduced the employment size from 20 to 10 for the
purpose of applicability of this Act.
j)
Industrial Disputes Act 1947: The Act lays down the
machinery and procedure for resolution of Industrial disputes, in
what situations a strike or lock-out becomes illegal and what are the
requirements for laying off or retrenching the employees or closing
down the establishment.
k)
Industrial Employment (Standing Orders) Act 1946: It is
applicable to all establishments employing 100 or more workmen
(employment size reduced by some of the States and Central
Government to 50). The Act provides for laying down rules governing
the conditions of employment by the Employer on matters provided in
the Act and get the same certified by the designated Authority.
l)
Trade Unions Act 1926: The Act lays down the procedure for
registration of trade unions of workmen and employers. The Trade
Unions registered under the Act have been given certain immunities
from civil and criminal liabilities.
m)
Child Labour (Prohibition & Regulation) Act 1986: The Act
prohibits employment of children below 14 years of age in certain
occupations and processes and provides for regulation of employment
of children in all other occupations and processes. Employment of
Child Labour is prohibited in Building and Construction Industry.
n)
Inter-State Migrant workmens (Regulation of Employment
& Conditions of Service) Act 1979: The Act is applicable to an
establishment which employs 5 or more inter-state migrant workmen
through an intermediary (who has recruited workmen in one state for
employment in the establishment situated in another state). The InterState migrant workmen, in an establishment to which this Act
becomes applicable, are required to be provided certain facilities such
as housing, medical aid, traveling expenses from home up to the
establishment and back, etc.
o)
The Building and Other Construction workers (Regulation of
Employment and Conditions of Service) Act 1996 and the Cess
Act of 1996: All the establishments who carry on any building or
other construction work and employs 10 or more workers are covered
under this Act. All such establishments are required to pay cess at the

93

rate not exceeding 2% of the cost of construction as may be modified


by the Government. The Employer of the establishment is required to
provide safety measures at the Building or construction work and
other welfare measures, such as Canteens, First-Aid facilities,
Ambulance, Housing accommodations for workers near the work place
etc.
The Employer to whom the Act applies has to obtain a
registration certificate from the Registering Officer appointed by the
Government.
p)
Factories Act 1948: The Act lays down the procedure for
approval at plans before setting up a factory, health and safety
provisions, welfare provisions, working hours, annual earned leave
and rendering information regarding accidents or dangerous
occurrences to designated authorities. It is applicable to premises
employing 10 persons or more with aid of power or 20 or more
persons without the aid of power engaged in manufacturing process.
q)
Employees State Insurance ESI Act, 1948: The ESI Act, 1948,
is applicable to Factories using power and employing 10 or more
personnel and establishment employing 20 or more persons and
drawing wages/Salary upto Rs.15,000/- per month. Workers covered
under ESI Act, are entitled for full medical care for self and family.
Besides, cash benefit in the event of sickness, maternity and
employment injury. Accordingly, the contractual/casual employees
drawing wages upto Rs.15,000/- per month employed either directly
by Port Trust or through contractor are covered under ESI Act, 1948.
It is obligatory on the part of the employer to calculate and remit ESI
contribution comprising of employers share of 4.75% plus employees
share of 1.75% which is payable on or before 21st of the following
month, to which the salary relates.

********

94

SECTION 4
CONTRACT DATA

95

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR BD1
JETTY HEAD STRUCTURE AT CHENNAI PORT
CONTRACT DATA
1

The Employer is

Board of Trustees represented


by Chairman, Chennai Port
Trust, No. 1 Rajaji Salai,
Chennai-600 001

1.14 of sec 3
Part I

The Employers
Engineer is

Chief Engineer, Chennai Port


Trust, Chennai-600 001.

1.15 of sec 3
Part I

Nodal officer

The Employers Engineer will


appoint an officer to monitor the
performance of Contractor and
will be intimated in the LoA

1.16 of sec 3
Part I

The Name and Reconstruction of Approach


Identification no. jetty for BD1 jetty head
of this contract
structure at Chennai Port
Tender No.JDC / 56 /2015/E

The work consist


of

Reconstruction of Approach
jetty for BD1 jetty head
structure

Signing of
Agreement

It will be signed by the Employer 31.3 of Sec.-1


and sent to the successful bidder
within 14 days following the
notification of award along with
the Letter of Acceptance. Within
21 days of receipt, the successful
bidder
will
furnish
the
performance security and sign
the
agreement
with
the
Employer.

Remitting of
Performance
Security
Start Date

With in 21 days from receipt of 32.1 of Sec.-1


letter of acceptance.

14 days from the date of issue of


Notice to Proceed. The Notice
to Proceed will be issued with in
7 days of signing agreement.
The
Intended 540 (Five hundred and fourty 1.19 of Sec.-3
Completion Date Days)
from
the
date
of
for the Whole of commencement.
the works

96

10

The site Location

Chennai Port Premises, Chennai


in the State of Tamil Nadu.

11

Contract
Document

The document form a part of the 2.3 of Sec.-3


contract as mentioned in the
clause no.2.3 of Sec-3

12

Programme for
the Work

The contractor shall submit a 27.1 of Sec -3


Program for the works within 21
days of delivery of the letter of
Acceptance.

13

Defect Liability
Period

Twelve (12) months from the 32.3 of Sec-3


date of issue of
completion
certificate

14

Minimum
Insurance

(a) Loss of or damage to the 13 of Sec-3


works, Plant and Materials- The
Contractor is to insure for full
contract value.
(b) loss of or damage to
Equipment All the equipments
should be properly insured.
(c) loss of or damage of property
(except
the
Works,
Plant,
Materials and Equipment) in
connection with the Contract-The
minimum insurance cover for
physical property, injury and
death is Rs.3,00,000/- per
occurrence with the number of
occurrences limited to four. After
each occurrence, contractor will
pay
additional
premium
necessary to make insurance
valid for four occurrences always
and
(d) personal injury or deathInsurance is to be taken for all
staff and employees employeed in
the project.

15.

Termination of
Contract
Programme
Update

Refer Clause No. 58 of Section 3


Part I
The period between Programme
updates shall be 30 days

16.

97

58 of Sec.-3
Part I
27.2/27.3
of Sec-3

17.

Late submission
of an update
programme

The amount to be withheld for 27.3 of Sec-3


late submission of an updated
Programme shall be 1% of the
contract value.

18.

Language

The language of the Contract 3 of Sec-3


documents is English

19.

Contract Law

The law which applies to the 3 of Sec-3


Contract is the law of Union of
India

20.

Currency of the
Contract

The currency of the Contract is 46 of Sec-3


Indian Rupees

21.

Liquidated
Damages

22.

Advances

Levied at the rate of 0.5% of the 49 of Sec.-3


contract value per week of delay
or part thereof, subject to
maximum of 10% of the contract
Price.
Refer Clause No. 51 of Section 3
51 of Sec.-3

23.

Price adjustment
(Escalation)

Price adjustment / Escalation is Clause 47


payable over and above the rate Section 3
quoted by the contractor in
accordance with relevant clause.

24.

ECS Payment

Refer Clause No. 11 of Section 5 11 of Section 5


Part I
Part I

25

Entry of
contractor

Ref Clause No. 63.2 of Section 3 63.2 of Section


Part I
3 Part I

26

Electricity &
Water Charges

Refer Clause No. 6 of Section 5 6 of Section 5


Part I
Part I

27

Employment of
Technical Staff

Refer Clause 78 of Section 3 of 78 of Section 3


Part 1
of Part 1

28

ESI Contribution

Refer Clause 3 of Section 3 of 3 of Section 3 of


Part II
Part II

29

Cess for
TNCWWB

Refer Clause 4 of Section 3 of 4 of Section 3 of


Part II
Part II

of

Signature
(Authorised Signatory)

98

SECTION 5
SPECIFICATION OF
MATERIALS AND WORKS

99

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR
BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
SECTION 5
Part I General description of work and other conditions
1.

The works covered under this tender is RECONSTRUCTION OF


APPROACH JETTY FOR BD1 JETTY HEAD STRUCTURE AT
CHENNAI PORT

The details regarding the location, alignment, sectional details etc are all
shown in the drawing enclosed under the Schedule of Drawings.
The main items of works covered in this tender are as follows:
A. Approach Jetty for BD1 Jetty Head Structure at Bharathi Dock
i.

Positioning and setting upon and piling equipment, erection of


steel cylindrical liners, providing 1200 mm diameter cast in-situ
piles and pile muff in M40 Grade concrete.

ii.

Providing pre-cast / in-situ deck structures like main beams,


secondary beams and slabs etc., with M40 Grade concrete.

iii.

Supplying and placing HYSD Fe500D TMT Bars as


reinforcements for piles, pre-cast / in-situ deck structures, etc.,

iv.

Providing PCC Precast Concrete block using M40 Grade


Concrete.

v.

Handling, transporting and placing existing P.C.C block in


position available at various location with in a lead of 3Km

vi.

Providing leveling course layer of 40mm graded down 12mm


stone for block work.

vii.

Providing core layer Dtype stone for block work.

viii.

Providing Filter layer Etype stone for block work.

B. Temporary Approach Jetty


i

Supplying, fabricating and driving of steel cylindrical piles with


12mm thick M.S plates

ii.

Providing bottom and top concrete plugging & sand filling for
the steel pile.

iii.

Providing pile muff with M40 Grade concrete

iv.

Supplying and placing HYSD


reinforcements for piles, pile cap.

100

Fe500D

TMT

Bars

as

v.

Supplying, fabricating and placing the structural steel elements


such as Steel beams, Channels, Stiffner plates, Chequered
plates, base plates, M.S Pipes for handrails, inclduing
connecting plates, connecting the girders, welding, bolts and
nuts, etc. complete including galvanizing (thickness not less
than 80microns) for Temporary Platform,

All other miscellaneous and contingent items required for the proper
completion of all the above work.
2.1

The work has to be carried out in oil Jetty at Bharathi Dock (BD1).
Hence necessary working/stacking area shall be provided nearer to the
site wherever possible as per the discretion of the Employers Engineer
or Nodal Officer.
No rental charges will be levied for the working area spared to the
contractor during the tenure of the contract including extended period,
if any granted. The Employers Engineer or Nodal Officer may at his
discretion allot additional working area if required by the contractor
anywhere inside the harbour premises subject to availability and free
of rental charges based on the requirements of work. In addition the
port will also allot an existing water front if required anywhere inside
the harbour as is where is condition for loading the men and
materials for this work. However the contractor shall at their cost
arrange for the transportation of men and materials to the site of work.
The area occupied by the contractor beyond the time limited specified
shall be charged Trusts scale of rates.
The repairs/ maintenance/ improvements to the waterfront may be
undertaken by the contractor at their cost subject to approval of the
Employers Engineer or Nodal Officer. The contractor has to provide
suitable arrangement for transporting equipment, labour, and material
to the site and shall not claim any extra cost for providing such
arrangements.
The work has to be carried out at the oil jetty of the Port, care shall be
taken to avoid hindrance to regular movement of vessels. The oil dock
is an area of intense activity with the berths having high berth
occupancies throughout the year.
Further, difficulties, constraints and restrictions for the execution of
the above work are detailed hereunder:
i)

Though the site is in protected area, there will be


interruptions for the work during adverse weather
conditions.

ii)

Construction site is a deep water area and hence,


anchoring of the construction craft will be a difficult
process.

101

iii)

There are restrictions for continuous working in the area


due to berthing of vessel.

iv)

The work operations should be shielded from the berth


operation area. Water curtain should be provided when
welding work is carried out.

v)

Vehicles fitted with Spark arresters are only allowed for


accessing the work location, since the work is in Oil Jetty.

If required, access to the site by water will be allowed from the existing
facilities (waterfront). All the navigational precautions will have to be
observed by the contractor while moving from the above waterfront to
the work site in consultation with Deputy Conservator.
Access by land through the Northern and eastern breakwater of the oil
Dock is also restricted and special entry passes will be issued to the
contractors personnel, upon prior request in writing. All construction
personnel of the contractor shall adhere to the prescribed
departmental procedures while entering the BDI & BDIII site, during
working and leaving the site on completion of each days work. The
contractor has to make use of the available waterfront for transporting
equipment, labour, material to the site subject to availability and prior
permission of the Nodal officer.
The site shall be handed over only in stages. If there is a delay in
handing over the site, completion period of work shall be suitably
extended at the discretion of the Employers Engineer. The area of
work is a very sensitive and most secured area, and work will be
affected due to the movement of vessels. The contractor has to adhere
the safety regulations and instruction. Depending upon the date of
handing over the site to the contractor or delay due to port activities,
the Employers Engineer at his discretion may grant extension of time,
as he considers reasonable for the proper completion of work. The
tenderer has to take into account all the delays due to this kind of port
activities. The grant of such extension of time however will not bestow
on the contractor any right to claim compensation / extra payment for
idling of plant, labour and overhead loss etc., even at a future date for
any reasons whatsoever. No claim towards idle time charges will be
entertained by the Trust for any reasons whatsoever.
The area where the works have to be executed is inside the basin area,
and during the construction period necessary safety measures has to
be taken for the men working at site. The debris shall be removed
carefully while dismantling of the structure, which shall not fall into
the seaside.
2.2

The tenderer shall inspect and examine the site and its surroundings
and shall satisfy himself before submitting his tender as to the nature
of the structure and substructure (so far as is practicable), the form
and nature of the site, the stacking and movement of the traffic, the

102

quantities and nature of work and materials necessary for the


completion of the works and the means of access to the site, the
accommodation he may require and in general, shall himself obtain all
necessary information as to risks, contingencies and other
circumstances which may influence or affect his tender. No extra
charges consequent to wrong assumptions / assessment by the
tenderer or otherwise shall be allowed. The tenderer shall take into
account all these aspects before quoting their rates and shall not hold
the Employer responsible for any details that might have been omitted
to be mentioned in the tender schedule which may affect the pricing of
the tender and any claim by the tenderer on this account will not be
entertained by the Employer. In case any additional investigations are
required to be done at site by the tenderer, he may do so at his own
cost with the prior approval of the Employers Engineer or Nodal
Officer.
2.3

The contractor is deemed to have satisfied himself before tendering as


to the correctness and sufficiency of his tender for works and of the
rates and prices quoted in the priced bill of Quantities and the
schedule of rates and prices (if any) which rates and prices shall except
insofar as they are otherwise provided in the contract, cover all his
obligations under the contract apart from all matters and things
necessary for the proper completion and maintenance of the work. The
rate quoted shall be inclusive of all taxes, levies, duties, cost of
insurance etc. apart from the cost of materials to be procured by the
contractor and also labour, tools, plants, fuel, consumables, etc.
2.4 If any temporary item of work is needed for the execution of the
contract, the required details shall be submitted by the tenderer with
the proposals and connected drawings along with the tender in
Cover I. No payment shall be made for any temporary items of work.
Before any Temporary works are commenced, the contractor shall
submit sufficiently in advance to the Nodal Officer or his nominee for
approval, his proposals for all temporary works including drawings
and design calculations. The Nodal Officer shall be at liberty to make
any modifications to the temporary works in accordance with the
conditions of the contract and the contractor shall carry out such
modifications. In the event of the contractor considering that such
modifications required by the Nodal Officer or his nominee will affect
the security of the temporary works, or increase the contractors
liability under the contract, he shall give notice in writing to the Nodal
Officer within seven days of receipt of such communication. The
Nodal Officer will thereupon consider the matter and communicate his
decision, which shall be final and binding on the contractor.
Notwithstanding the approval by the Nodal Officer of any submitted
design for any of the temporary works the contractor shall remain
entirely responsible for such works in all respects.

2.5

The description of the item of work given in the schedule of quantities


should be read along with the specifications, drawings and the
conditions of contract.

103

2.6

It is to be expressly understood that the measured work is to be taken


net (notwithstanding any custom or practice otherwise) according to
the drawing or as may be directed from time to time by the Nodal
Officer and that the value of the work done will be calculated by the
measurement of various items at the respective rates without
additional charges for any necessary incidental or contingent work
connected therewith as detailed in specifications and conditions of
contract.

2.7

Drains, pipes, cables, overhead wires and similar services encountered


in the course of the work shall be guarded from injury by the
contractor at his own cost, so that they may continue in full and
uninterrupted use to the satisfaction of the Nodal Officer thereof and
the contractor shall not store materials or otherwise occupy any part
of the site in a manner likely to hinder the operation of such services.
Should any damage be done by the contractor to any mains, pipes,
cables or lines (whether above or below structure) whether or not
shown in the drawing, the contractor must make good or bear the cost
of making good the same without delay, to the satisfaction of the
Nodal Officer.

3.

Care of works:
From the commencement to the completion of the works the
contractor shall take full responsibility for the care thereof and of all
temporary works and in case any damage, loss or injury shall happen
to the works or to any part thereof or to any temporary works from
any cause whatsoever shall at his own cost, repair and make good
the same so that at completion, the works shall be in good order and
condition and in conformity in every respect with the requirements of
the contract and the Nodal Officers instructions. If the contractor
fails to comply with the Nodal Officers instructions, the Nodal Officer
or his nominee shall repair the damage and recover the cost of such
repairs from any moneys due or becoming due to the contractor. In
the event of any such damage, loss or injury happening from any of
the excepted Risks, the contractor shall if and of the extent required
by the Nodal Officer repair and make good the same as aforesaid at
the cost of the Employer. The contractor shall also be liable for any
damage to the works occasioned by him in the course of any operation
carried out by him for the purpose of complying with his obligations.
However, if
a)
If the Nodal Officer issues a Taking-Over Certificate for any
Section or part of the works the Contractor shall cease to be
liable for the care of that section or part from the date of issue
of the Taking-Over Certificate, when the responsibility for the
care of that section or part shall pass to the Nodal Officer, and
b)
The Contractor shall take full responsibility for the care of any
outstanding Works and materials and Plant for incorporation

104

therein which he undertakes to finish during the Defects


Liability Period until such outstanding Works.
4.1.

Urgent works and / or repairs:


If by reason of any accident or failure or other event occurring to or in
connection with the works or any part thereof either during the
execution of the works or during the period of maintenance and
remedial or other work, repairs shall in the opinion of the Employers
Engineer or Nodal Officer be urgently necessary for security and the
contractor is unable or unwilling at once to do such work or repair,
then the Employer may by his own or other workmen do such work or
repair as the Employers Engineer or Nodal Officer may consider
necessary. If the work or repair so done by the Employer is work
which in the opinion of the Employers Engineer or Nodal Officer, the
contractor was liable to do at his own expense under the contract, all
costs and charges properly incurred by the Employer in so doing shall
on demand be paid by the contractor to the Employer or may be
deducted by the Employer from any moneys due or which may
become due to the contractor. The Port also reserves the right, to
encash the Bank Guarantee deposited in the Trust favour towards
Security Deposit for recovering the dues, claims, charges etc., payable
to the Trust by the Contractor. Provided always that Employers
Engineer or Nodal Officer (as the case may be) shall as soon after the
occurrence of any such emergency as may be reasonably practicable,
notify the contractor thereof in writing.

4.2

Compliance with Rules and Regulations:


The contractor shall at all times during the currency of the contract
conform to and comply with the regulations and by-laws of the State
or Central Government or of the Board and of all other local
authorities, the provisions, contained in the various labour acts
enacted by the State Legislature and Central Parliament in force and
the rules made there under including those under Minimum Wages
Act, Factories Acts, the Indian Electricity Act and Rules framed under
it, Workmens Compensation Act, Provident Fund Regulation Act,
Employees Provident Act,1961 and Schemes made under the said act,
Health and Sanitary arrangements for worker and safety code and the
Contract (Regulation and Abolition) Central Rules 1971 etc. for welfare
and protection of workers or for the safety of the public and other
insurance provisions.
The Board shall not be liable for the failure of the contractor in
conforming to the provisions of the Acts, Rules and Regulations
referred to in the above para and in case of any contravention of the
provision of the Acts, Rules and Regulations etc. the contractor shall
keep the Board indemnified against any loss, cost and damages in the
event of any action being taken for contravention.

105

5.1

Accident or injury to workmen:


The Employer shall not be held liable for any damages or
compensation payable under the law in respect or in consequence of
any accident or injury to any workmen or other persons in the
employment of the contractor or any sub-contractor and the
contractor shall indemnify and keep indemnified the Employer against
all such damages and compensation and against all claims, demands,
proceedings, costs, charges, expenses whatsoever in respect thereof or
in relation thereto.

5.2

Damage to person and property:


The contractor shall (except if and so far as the specification provided
otherwise) indemnify and keep indemnified the Employer against all
losses and claims for injuries or damage to any person or any
property whatsoever (other than surface or other damage to land
being or crop being on the site suffered by tenants or occupiers) which
may arise out or in consequence of the construction and maintenance
of the works and against all claims, demands, proceedings, damages,
costs, charges and expenses whatsoever in respect of or in relation
thereto. Provided always that nothing herein contained shall be
deemed to render the contractor liable for or in respect of or to
indemnify the Board against any compensation or damages for or with
respect to:
i.
The permanent use or occupation of the land by the works or
any part thereof or (save as hereinafter provided) surface or
other damages as aforesaid.
ii.

The right of the Board to construct the works or any part


thereof on over under or in through any land.

iii.

Interference whether temporary or permanent with any right of


light, airway or water or other easement or quasi easement
which is the unavoidable result of the construction of the works
in accordance with the contract.

iv.

Injuries or damage to persons / property resulting from any act


or neglect done or committed during the currency of the
contract by the Board, its agents, servants or other contractors
(not being employed by the contractor) or for in respect of any
claims, demands, proceedings, damages, costs, charges and
expenses in respect thereof or in relation thereto provided
further that for the purposes of this clause, the expression the
site shall be deemed to be limited to the area defined in the
specification or shown in the drawings in which land crops will
be distributed or damaged as an inevitable consequence of the
carrying out of the works.

The contractor shall within 24 hours of the occurrence of any accident


at or about the site or in connection with the execution of the work,

106

report such accident to the Employers Engineer. The contractor shall


also report such accidents within the prescribed time to the competent
authorities to whom such report is required to be made by law.
6.
6.1

SERVICE AVAILABLE AT COST:


Supply of water for the works:
The contractor will be provided with one point subject to availability
for the supply of water near the site of work. He should make his own
arrangements for tapping, storing and lifting, if any, including laying
pipeline from the point so provided. The cost of water supplied to the
contractor plus meter hire charges will be recovered at the rates
prevailing from time to time (the present charges for water supplied
to the contractor is Rs.100/- per 1000 litres and meter hire
charge is Rs.1/- per month) and the water supply is subject to cuts
and other restrictions that may become necessary from time to time.
The water supply is also subject to departmental rules and regulations
as regards shutdowns for repairs and overhauls. The contractor shall
not claim damages for stopping water supply for any reason
whatsoever. In case the department is unable to supply water due to
any reason, the contractor should not sink any well in the site. The
contractor shall make his own arrangements to get usable water at his
own cost from outside.

6.2

Electricity Supply for Works:


Electrical power required by the contractor will be provided to the
extent that can be conveniently spared by the Trust from time to time
close to the site of works at 250 volts single phase 50 cycles or 440
volts 3 phase 50 cycles at eight points, four for power and the other
four for lighting. The power and light points will be provided by the
Trust at Trusts cost. Any extension of wiring from the above points for
lighting and power and its removal after the completion of contract will
have to be arranged by the contractor through licensed contractors at
his own expense in such a manner as approved by the Chief Electrical
Inspector to the Government of TamilNadu and also by the Chief
Mechanical Engineer of the Chennai Port Trust or his representative.
If any extra point of supply is required, the same will be arranged by
the Trust at its discretion, subject to the availability of power or other
facilities and the cost of the same, as detailed below will be recovered
by the Board from contractors bills or any other amount due to him.
The cost of such work based on the labour charges with material cost
including overheads, storage and profit as fixed by the Board from
time to time will be recovered from the contractor. Any materials used
for such extra work will be deemed to be the property of the Trust and
will not be returned to the contractor. The cost of energy consumed
by the contractor plus meter hire charges shall be recovered at the
rates prevailing from time to time. The present charges of electricity

107

for the temporary connection are Rs.10.50/- per unit or fixed


charges of Rs.300 per KW per month whichever is higher. The
power supply shall also be subject to departmental rules and
regulations as regards shutdown for repairs and overhauls. The
contractor shall not claim damages for shortage or cuts in power
supply for any reasons whatsoever. Whenever the contractor utilises
electricity for welding purposes from the power supply point provided,
he shall use capacitors in the circuits to maintain the minimum power
factor of 0.85. If the contractor is found to violate this requirement,
the entire consumption recorded on the energy meter provided for
power supply point shall be charged at the revised rates (i.e.) the rate
for power unit with an addition of 20% of rate per unit in addition to
Central Excise surcharge of 3 paise per unit or as applicable.
a) The contractor should make a Security Deposit equivalent to three
months consumption charges as per TNEB Norms for Temporary
connection
b) The contractor should pay every month electricity consumption as
per the bill.
c) The Security Deposit will be refunded after the completion of the
works.
d) The tariff indicated in pre-para is applicable with effect from
21.06.13 and a general practice is followed that whenever there is a
revision of tariff in Tamilnadu Electricity Board, the same is applicable
to the contractor.
e) In additional to the LT bill amount payable for the electricity
charges to Chennai Port Trust 20% of service charges/overhead
charges is collected along with service tax shall be charged.
7.

Cement
The Port will not supply the cement required for the work and the
contractor has to make his own arrangements.

8.

Steel
The Port will not supply the steel required for the work and the
contractor has to make his own arrangements

9.

Supply of Drinking Water:


The contractor has to make his own arrangements and no drinking
water will be supplied by the Trust either free or at cost.

10.

Water and Fuel for plants and Machinery:


The contractor shall make his own arrangements for the supply of
water, fuel, etc., at his own cost for the plants and machinery etc.

11.

ECS Payment :
The tenderers are advised that all payments related to this subject
work would be made through ECS (Electronic Clearing Service). The
tenderer would be required to provide particulars of their bank account
along with their bid. The payment will be made through ECS only.

108

The tenderers to submit the following in their letterhead for ECS


procedure. Name of the bank branch with address, MICR No. Account
No. type of account to be duly endorsed by the Bank Branch Manager.
Particulars of the bank A/C
1. Bank Name
2. Branch name & address
3. Phone no.
4. Type of account
5. Account Number
6. Nine digit MICR code number.

12.

GENERAL CONDITIONS RELATING TO WORKS

12.1 Assistance for the Nodal Officer


The contractor shall provide The Nodal Officer at all times during the
contract period sufficient and qualified personnel to assist The Nodal
Officer in this duties to carry out or check any work and / or
measurement of works. The contractor is also to provide The Nodal
Officer with necessary survey instruments, computers and any
gadgets, ladders, gangways etc., as directed for inspection or
measurement of the works by the Nodal Officer.

12.2 Safety of Adjacent Structures of Works


In pursuance of the conditions of contract the contractor or his
representative shall provide and erect to the approval of the Nodal
officer such supports as may be required to protect efficiently all
structures or works in the vicinity of working area or otherwise take
such permanent measures to protect the structures or works. Any
damage to the structures, shall be made good by the contractor
without delay as directed by the Nodal officer at his cost.
The existing Eastern breakwater is founded on Rubble bed and proper
care should be exercised while driving pile adjacent to breakwater.
13.

Expatriate Personnel
The contractor shall make his own arrangement to obtain immigration
or any other approval required for his expatriate personnel.

14.

Shipment and Landing Charges Customs Duty ,Etc.,


The contractor shall bear all expenses in connection with the
shipment and landing of any plant, materials or other things imported
or brought for the purpose of the contract. The rates quoted by the
contractor shall also include the cost of customs duties on any plant,
materials or things imported into by him for the contract whether for
permanent or temporary works.

109

15.

Unauthorized Persons
No unauthorized persons will be allowed at the site. The contractor
shall take steps to prevent trespass and prevent unauthorized persons
from entering and / or being on the site. All the personnel will be
required to wear their security passes as per requirements of local /
port authorities. Access shall be limited to the area they are working
in and allowed by local / port authorities. Such passes shall be
arranged sufficiently in advance both for men as well as vehicles and
shall be renewed as and when required. Non-availability of passes or
personnel to carry out the job within the stipulated time period shall
not be considered as a plea for extension of time or extra cost.

16.

Fire Fighting Arrangements

16.1 The contractor may be subjected to periodic fire prevention


inspections by local fire prevention authorities / Port Fire
Department. Deficiency or unsafe condition shall be corrected at the
cost of the contractor and the approval of the Nodal Officer and the
Port Fire Department.
These fire prevention inspections will include but are not limited to
the following:
i)
Proper handling, storage and disposal of combustible
materials, liquids and waste.
ii)
Work operations, which can create fire hazards.
iii)
Access to fire fighting equipment.
iv)
Type, size, number and location fire extinguishers or other
fire fighting equipment.
v)
Inspection and maintenance of records for extinguishers.
vi)
Type, number and location of containers for the removal
of surplus materials and rubbish.
vii)
General housekeeping.
While carrying out alteration works inside the Port area, the
contractor shall isolate the zone under his occupation in consultation
with the Fire Department. Smoke from welding etc., should be kept to
minimum to ensure that false alarms are not raised.
16.2

First Aid Facilities


The contractor shall provide and maintain upon the work sufficient
proper and efficient life saving appliances and first aid equipment to
the approval of the Nodal Officer and in accordance with the
requirements of International Labour Organisation (I.L.O.) Convention
No.62. The appliances and equipment shall be available for use at all
times. For work carried out within the dock area or in the vicinity of
any wharf or quay, the contractor shall abide by all the provisions of
the Dock Workers (Safety, Health and Welfare) Scheme, 1961. The
contractors particular attention is drawn to Clause-43 of the above

110

said Regulation in respect of erection and maintenance of staging.


Contractor shall indemnify the Port from the cases booked by the
Labour Enforcement Officer (L.E.O.) for his (contractors) negligence.
The contractor shall at his own expense, provide adequate First aid
services on the site including trained first aid staff during all working
hours. The contractor shall also make necessary arrangements with a
local hospital and with doctors so that his sick or injured persons may
receive the best available medical treatment with a minimum billing at
any hour of the day or night. For this purpose, he shall provide a
suitably equipped ambulance.
17.

Site Register
For the purpose of quick communication between the Nodal officer
and the contractor, site register shall be maintained at site in the
manner as described below:
Any communication, relating to the works may be conveyed through
records in the Site Registers, such as communication from one party
to the other shall be deemed to have been adequately served in terms
of Clause 6 of the General Conditions of Contract Sec. 3. Each Site
register shall have machine numbered pages in triplicate and shall be
carefully maintained and preserved by the contractor and shall be
kept in the office of the Nodal officer. Any instruction or order which
the Nodal officer may like to issue to the contractor may be recorded
by him in the Site Register and two copies thereof taken by him for his
record.

18.

Construction Records
The contractor shall keep and supply to Nodal officer full and accurate
records of the dimensions and positions of all new work and any other
information necessary for the Nodal officer to be able to prepare
completion drawings, recording details of the work as constructed.

18.1 Progress Photographs chronological is necessary for this work


The contractor shall arrange to take Progress Photographs regularly
at his cost. The positions from which the photographs are to be taken
shall be directed by the Nodal Officer. The contractor shall submit on
monthly basis minimum one set of colour photographs (size 15cm x
10cm) each set containing 12 photographs in albums and also in CD
form. Prints may not be reproduced without the approval of the Nodal
Officer .
No extra rate shall be paid for this purpose and the quoted rate is
deemed to cover the cost of this item also.
19.

Temporary Fencing
The contractor shall at his cost provide and maintain temporary
fencing both fixed and movable type and gates to adequately enclose

111

all boundaries of the site office / site workshop, site stores etc.,
including security and in accordance with the requirements of the
Nodal officer and regulations of local authorities. These shall be
altered, relocated and adopted from time to time as necessary and
removed on completion, all expenses in this connection shall be borne
by the contractor.
20.

Temporary Access
Access shall be provided to the site by the contractor from the nearby
main road at no extra cost as directed by the Nodal officer or his
representative. The contractor shall be responsible for proper
maintenance of this access road and take all care to see that the
existing services if any, are maintained in working order.
The contractor shall provide temporary access/ approach if necessary,
otherwise shall maintain the existing roads being used by him.

21.

License, Permits, etc.,


The contractor shall make his own arrangements for obtaining all
necessary licenses, permits etc., for his crafts and also for the
procurement of any spares that he may require during the progress of
the works. The contractor shall have adequate supply of necessary
spares from the very beginning to ensure that no serious delay or
holdup occurs in the execution of works.

22.

Existing Services
The contractors attention is drawn to the possibility that there might
be existing underground or overhead services & service line inside and
around the port areas i.e., within the site of the proposed works. It is
the contractors responsibility to work cautiously and carefully so that
these are not damaged. Any damage to the services shall be repaired
and restored immediately as directed by the Nodal officer without any
extra cost. The contractor is required to ascertain and allow in his cost
for any rerouting of the services that may be necessary for the due
execution of the contract and any claim resulting from his failure to do
so will not be admitted.

23.

Maintaining Utility and Services


The contractor shall not damage, close or obstruct any utility areas,
roads, Port traffic or other property until permits thereof have been
obtained. If facilities are closed, obstructed, damaged or rendered
unsafe by contractors operation, the contractor shall, at his own cost,
make such repairs and provide such temporary guards, lights and
other signals or as necessary or required for safety and as will be
acceptable to the Nodal officer and / or the Employer of the utility,
highway, road or other property.

112

24. Facilities, attendance etc., on nominated sub-contractors


The contractor shall allow for the provision of facilities, attendance
etc., for the nominated sub-contractors.
These facilities, attendance etc., include:
a) Storage facilities for plant and equipment and products and materials.
b) The use of sanitary accommodation, medical and welfare facilities.
c) Watching and lighting and protection of their work as necessary.
25.

Limitation of Operations
The contractor shall refrain entering area of the site not allocated to
him unless he obtains the prior written approval of the Nodal officer
and appropriate authorities.
Should the contractor wish to make use of any adjoining or property of
offices or halls, he shall first obtain the written clearance / consent of
the Nodal officer and then shall apply to the appropriate authority for
permission to us the area. If such permission is granted, the
contractor may make use of the area thus permitted to use, but on
completion shall clear away and make good any damage at his own
expense and pay all costs and charges in connection therewith.
The contractor shall be solely responsible to obtain required permits /
authorization from other agencies/ Departments for the due
performance of the contract and delay if any arising thereof shall not
be quoted as reason for extension of time and consequent additional
cost.
The Contractor has to comply with all Port operational procedures set
forth by Port Authorities as and when required at his own cost.

26.

Work Programme for areas with Restricted Access


Work to be carried out inside the seaport shall be so programmed to
ensure, that the time period required to carry out the entire activities
is minimum. All advance preparations with regard to approvals,
procurement of all materials, plant, personnel etc., shall be make the
achieve the targets, this may call for working continuously or at
unscheduled hours as directed and approved by the Nodal officer.

27.

Stoppage of Works
Contractor may be instructed to stop the works from time to time due
to security reason, movement of ships or any other reasons as per the
instruction of Port Authorities.

28.

Noises and Dust Control


The contractor shall take all necessary precautions in reducing noise
and dust caused by Plant and minimum acceptable level by means of
mufflers, silencers, screens and the like.

113

29.

Working Condition

29.1 Access to the Site


The access of men and materials to the site has to be through any of
the designated Gates of the Port. The contractor has to comply with
all necessary formalities as per Port rules for movement of men
material and equipments on to the site and also to communicate with
Port Control when any movement is required.
29.2 Port Requirement
The normal port operations will be continued throughout the progress
of the works and the contractor shall carryout their works without any
hindrance to others.
The contractor shall obey orders and directions given by the Nodal
officer or his authorized representative in the course of the discharge
of his duties. The contractor shall cease work whenever and for as
long as the Nodal officer may consider it essential to do so.
29.3 Provision of materials, stores, equipments and craft
The contractor shall be responsible for the provision of all materials,
stores, equipment and craft necessary for satisfactory execution and
completion of the work.
29.4 Wrecks and other obstructions
Unless the Nodal Officer directs otherwise all wrecks and other objects
encountered during the execution of work shall be lifted, removed and
disposed of by the contractor
29.5 Interruptions of work and idle time charges
The contractor shall allow in his rates for any loss of working hours
due to weather, and shifting of plants and other equipment from one
area to another area depending upon the traffic operations or for
maintenance.
Any claim for idling of the contractors plant and machinery or any
other inputs shall not be entertained by the Port for reasons
whatsoever including non-availability of working area and therefore
the contractor may consider all such events including the normal Port
operations and submit their offer accordingly.
For the reasons stated or for any other reasons, no claim on idle time
charges shall be entertained by the Port.

114

29.6 Clearance of site on completion


After completion of the contract the contractor shall remove at his own
cost all chains, wires and any other equipment, plant or materials
introduced by him.
29.7 Environmental Considerations
The contractor shall refrain from using plant, which makes excessive
noise, particularly during the hours of darkness, which shall be
limited to 45db(A) at a distance of 100 m from the working area and
other plants.
The information furnished hereinafter and provided elsewhere is given
in good faith, but the Tenderer shall satisfy himself regarding the
weather, tides, etc., and no claim will be entertained due to any error
in the information supplied.
30.

Meteorological and Oceanographical Information


During the Northeast Monsoon viz., between October and January, the
direction of wind is generally NE and NNE. During depressions in NE
Monsoon, the wind velocity goes upto 50 Km/Hr and upto 105 Km/Hr
during cyclones of duration 2 to 3 days. Gusts of 160 Km/Hr have
been occasionally experienced.
i.

ii.

MONTHLY RAINFALL
Average Annual

= 1233 mm

Average Monthly

= varies from 7 mm in April to


308 mm in November

TIDAL INFORMATION

The tides are semi-diurnal and average interval between high and low
tides is about 6 hours. The mean tidal range at Chennai is of the
order of 0.914 m to 1.219 m at spring and between 0.805 m to 0.610
m at neap tides, corresponding slack water period being 1.30 to 2.00
hours and 2 to 2.30 hours at spring and neap tides respectively.
Mean High Water level springs

+ 1.15 m

Mean High Water Neaps

+ 0.84 m

Mean Low water level springs

+ 0.14 m

Mean Low Water Neaps

+ 0.43 m

Indian Springs High Water level

+ 1.52 m

Indian Springs Low Water Level (CD) + 0.00 m

115

iii.

iv.

Monthly Sea Level Pressure (in millibars)


January

1014

February

1013

March

1011

April

1008

May

1005

June

1003

July

1004

August

1006

September

1007

October

1009

November

1011

December

1013

Monthly Temperatures
Mean Daily Temperature

= Max: 28 C - 37 C
= Min: 21 C 28 C

v.

Maximum ever recorded

= 43.6 C

Minimum ever recorded

= 15.6 C

Monthly Mean Relative Humidity


Relative Humidity

Month

08.00 Hrs

17.00 Hrs.

January

84%

67%

February

83%

65%

March

79%

66%

April

68%

69%

May

66%

65%

June

60%

59%

July

67%

60%

August

73%

64%

September

75%

68%

116

vi.

October

83%

74%

November

85%

74%

December

84%

70%

Monthly Wind Speed


Monthly Mean Wind Speed at Chennai Port
Month

vii.

Wind speed (Km/Hr)

Direction

January

18.2

NE

February

15.5

NE

March

19.3

SE

April

25.0

SSE

May

24.9

June

23.4

July

21.7

August

20.9

SSW

September

17.9

SE

October

16.8

NE

November

22.6

NE

December

20.2

NE

The frequency and intensity of cyclones experienced so far:


The area had the influences of 26 storm and 26 severe storms in the
period of 88 years. (1890 to 1978) which suggests the probability of
occurrence of storms and severe storms once in 1.693 years.
Out of 42 depressions, 26 storms and 25 severe storms 8 depressions
9 storm and 11 severe storms, had tracks or very close to Chennai.
Dates of severe storms that have crossed that Tamilnadu Andhra
Coast in the vicinity of Chennai.
1977

Two

12.11.77

1979

One

11.05.79

to

1984

Two

12.11.84

and 01.12.84

1985

One

11.12.85

to

13.12.85

1987

One

31.10.87

to

03.11.87

1989

One

06.11.89

to

09.11.89

1990

One

05.05.90

and 09.05.90

1991

One

13.11.91

to

117

and 19.11.77
12.05.79

15.11.91

1993

One

03.12.93

and 04.12.93

1994

One

30.10.94

and 31.10.94

1996

One

03.12.96

to

2000

One

28.11.2000 and 29.11.2000

2002

One

24.12. 02

to

26.12.02

2003

Three

12.05.03

to

20.05.03

26.10.03

to

28.10.03

11.12.03

to

16.12.03

06.12.96

2004

One

02.10.04

to

05.10.04

2005

Two

13.01.05

to

18.01.05

21.11.05

to

11.12.05

viii. Monthly Waves


(a)

(b)

Wave direction:
Predominant direction during
South West Monsoon

145 from North

Predominant direction during


North East Monsoon

65 from North

Wave height and wave period:

Waves in the deep water around Chennai Harbour ranging from 0.4 m
to 2.0 m have been experienced, the predominant being 0.4 m to 1.2
m with wave periods predominantly in the order of 4 to 10 seconds.
During cyclone season, waves of height exceeding 2.5 m are common.
Long period wave upto 30 seconds are experienced rarely.
ix.

Current

The following details of current prevalent off the Coromandel Coast


apply particularly to the vicinity of Chennai.
In January, the current sets South Westward or Northward at a rate
of from 1 to 1 knots, but it is irregular in February (Northward
parallel with the Coast 1 Knots). In March, April and May Northward
from 1 to 3 Knots, but in May from 1 to 2 Knots. In June variable but
sometimes southward and weak in July and in August southward or
against the wind from 2 to 3 knots at times. In September South and
Southwestwards and in October Southerly along the coast.
In
November and December Southwesterly and southerly along the
Coast.

118

x.

Swells

During north-east monsoon period (October to January) the swells in


the Sea outside the harbour vary from 0.91 to 1.22 m and during
south west monsoon (April to June) 0.61 to 0.91 m during Cyclones.
xi.

Fog
January to March: 1 day
April to September free from Fog.

xii.

Monthly Visibility
Less than N mile
January

1 day

February

1 day

March

1 day

April to September

Nil

September to December
Less than 1 N Mile

Nil

Less than 2 N Mile

Nil

Less than 10 N Mile

Nil

xiii. Monthly Density


Mean value for harbour waters

- 1.020 to 1.021 gm/ml

Mean density value of adjoining Coastal water

- 1.025 gm. / ml

xiv.

Properties of Shore and Bed Materials

Wet soil Specific Gravity

: Ranging from 1.50 to 1.80

Grain size

: Range between 60 to 200 microns

Grain Density

: 1.40 to 1.80 gm /ml

xv.

Types of Breakers

Mostly plunging types.

30.1. SUB- SOIL CONDITIONS


The data and findings of the subsoil investigations carried out in
the past are available for inspection in the office of the Chief
Engineer. The results of soil investigations carried out during
1983 for the construction of Additional Oil jetty (BD-III) and are
furnished in the schedule of Drawings. There are no other records
available for anticipated settlement of the loose bed materials.
This information is for the guidance of the tenderers. The Board
does not accept any responsibility about its correctness or

119

otherwise. The tenderer is deemed to have carried out field tests to


gauge the actual soil conditions prior to submission of tender. No
claim whatsoever will be entertained by the Board if the soil
conditions indicated in the drawings are not in complete
correspondence with those encountered during the course of
execution of the works.
30.2

Contractor to submit Mooring Proposals


The contractor shall submit, every week, to the Nodal Officer a
statement showing the proposals for mooring the floating crafts
during the ensuing fortnight. The contractor shall also submit for
approval to the Nodal Officer his proposals for mooring his small
craft and floating plant.

30.3

Navigable Channel to be Kept Free


Throughout the period of the contract, the contractor shall ensure
that the work is carried out without causing any obstruction or
interference to the normal traffic in the approach channel and
basin as specified elsewhere in the contract agreement. The
contractors craft and personnel shall at all times adhere to the
established Rules of Port Authorities and comply with any
directions in respect of navigation in the basin in waters that may
be issued form time to time by the Nodal Officer and Deputy
Conservator. The contractor shall also conform in every way to the
requirements in respect of making, lighting and watching and
structure, craft or equipment employed in the execution of the
contract.

30.4 Registration with the Boards DC of the contractors floating


crafts used in the execution of the contract works:
The contractor shall register with Employers Deputy conservator /
Director Marine Department all his floating crafts employed in the
execution of this contract and no floating craft which has not been
so registered shall be allowed to be employed in the execution of
this contract. No exemption whatsoever shall be granted in this
regard.
The berth hire charges, port dues will not be charged for the
floating construction equipment and tugs / buoys / boats.
However, the pilotage if availed will be payable as per Ch.PT scale
of rates.
31. Survey
31.1 Survey and Setting Out
31.1.1
The contractor shall at his expenses carryout all the necessary
surveys, measurements and setting out of the works and shall for this
purpose engage qualified and competent Engineering surveyors whose

120

names and qualifications shall be submitted to the Nodal officer for


his approval.
31.1.2
The contractor shall provide for the purpose of checking the
survey and setting out to the Nodal officer. All the assistance, which
he may require the chainman shall be selected having appropriate
experience and as far as possible the same chainman shall be provide
throughout the contract period.
31.1.3
Before commencing any work at any location the contractor
shall give the Nodal officer not less than two days notice of this
intention to set out or give levels for any part of the works in order
that arrangements may be made for inspection.
31.2 Survey instruments
31.2.1
The contractor shall provide for the sole use of the Nodal officer
and his nominee all necessary survey instruments and other
equipment and all technicians, labour and attendants which the
Nodal officer or his nominee may require for checking the setting out
and making of the works.
31.2.2
The contractor shall maintain in good working order at all times
during the period of contract the instruments provided by him for the
proper setting of the works.
31.2.3

32.

The contractor shall make available, at his own expense, any


poles, pegs, staging, templates or profiles required by the Nodal
Officer or his representative for inspection and/or measurements of
the works.

Tidal working

32.1 Allowance for Tidal working


Where the work to be undertaken is in and over tidal waters, the
contractor shall allow all necessary tidal working and for all delays
and damages due to weather and wave action in his programme and
in his rates and prices affixed to the Bill of Quantities. The following
clauses shall be applicable in relation to tidal condition.
32.2 Tide Gauge
Tide gauge boards, clearly marked in 10 cm graduations are to be
provided and maintained at the contractors expense at the site
throughout the contract. They should be erected as directed by the
Nodal officer and the zero of the tide gauge is to be set to the Chart
Datum.

121

32.3 Marker Buoys, Beacons etc.,


32.3.1
The contractor shall at his own expense, install and maintain
marker buoys to define the extent of the site as directed by the Nodal
officer or other competent authority.
32.3.2
All beacons and marked for setting out the works and for
defining the limits of the permitted working areas shall be of such size
as shall be clearly visible at all times and lights shall be fitted where
necessary or required by the appropriate authority.

Part II A

GENERAL

1.

GENERAL PROVISION

1.1

Standards
Unless otherwise specified in the Contract, the relevant provisions of
the appropriate bureau of Indian Standards shall apply for all
materials and workmanship. Where relevant BIS Standards do not
exist, the latest aversion of the relevant British Standard Specification
or Standard of the American Society for Testing Materials shall apply.
Equivalent standards from other countries may be used provided they
are demonstrated to be equal to or more onerous than the standard
quoted. In such a case, the standard shall be provided with an
acceptable translation.
IS / BIS
:
Indian Standards
BSS

British Standard Specification

Cp

British Standard Code of Practice

ASTM

Standard of the American Society for Testing


Materials

The goods or materials to be supplied by the contractor shall be of the


quality or sort specified and in every respect equal and answerable to
the pattern or samples submitted by him for approval of the Nodal
officer or his nominee.
1.2

All materials used shall be new and no material shall be used on the
work without the prior approval of the Nodal officer or his nominee.

1.3

The decision of the Nodal officer or his nominee regarding the quality
of any materials used on the work will be final and binding on the
contractor. He shall remove from the site of work any material
rejected as unfit for use on the work at his own cost as soon as he is
ordered to do so, failing which the Nodal officer or his nominee shall
remove such materials from the site of work and shall deduct the cost
incurred by such removal by the Board from the site of work from any
moneys due to the contractor.

122

2.

Standard Products
If mention is made in the Contract of named products of individual
manufacturers, this indication of the standard or type and
workmanship of goods, which are satisfactory to the Nodal officer.
The Contractor may substitute similar Products of atleast equal
quality and suitability, subject to the approval of the Nodal officer
provided that the Contractor has submitted with his Tender proposals
for such substitution with full particulars of the proposed alternative
products; otherwise, the Contractors proposals may not be
considered.
Proposals by the Contractor for the supply of manufactured products
shall be accompanied by certification that the manufactures products
are approved by the relevant standards authority.

3.

Test Certificates
Where specified, each consignment of materials or products intended
for use in the Permanent works shall be accompanied by a
manufacturers test certificate showing that it conforms in all respects
to the appropriate standards and specifications.
If no such certificates are enclosed, the Nodal officer shall have the
materials or products tested in any of the approved laboratories
approved by ISI/NHAI/PWD/Chennai Corporation. The costs of such
tests shall be borne by the Contractor.
4.

As-Built Drawing
During performance of work under this contract, the Contractor shall
keep at the site of the works, a record as a set of transparencies which
shall be kept marked up in detail to indicate such changes or
additions as may be requested by the Nodal officer or required to suit
field or other conditions. Whenever, requested by the Nodal officer
during the execution of the works, the contractor shall submit copies
of these up-to-date drawings. After completion of the project in all
respects, the contractor shall submit as-executed drawings
incorporating all changes made by the Nodal officer during execution,
in the form of CDs along with one set of hard copies.

5.

Works To Be Kept Dry


If certain parts of the Works or Temporary works are liable to flooding
at any stage, the Contractor shall be responsible for preventing such
flooding and for promptly rectifying any damage to the works or
Temporary works so occasioned by flooding.

123

Part II B Specification of Works and Materials


1.0

General

1.1

Standard Specification
Bored cast-in-situ piles shall be carried out as per the requirements of
IS: 2911 (part 1/section -2). All materials shall be as specified under
relevant clauses as applicable. Concrete shall be of the grade indicated
in the drawings.

1.2

Scope of this Section of the Specification includes the provisions for


the following types of piles:

(i) Bored cast-in-situ piles supporting the platform structure. These


piles are designed with respect of:
pile diameter;
Axial and lateral specified working load (SWL);
Minimum embedment;
Minimum amount of reinforcement.
The Contractor shall be responsible for:
Establishing the final pile toe level for the jetty structure
based on the SWL specified on the contract drawings.
Detailing of the permanent (sacrificial) casing liner. The
permanent casing specified for these piles is necessary to
provide protection to the piles during the operations. The
detailing of the permanent casing shall be subject to the
Nodal Officers approval prior to procuring the permanent
casing elements.
1.3

Materials
Materials failing to comply with the Specification shall be removed
promptly from the site at no cost to the employer.

1.4

Ground Conditions
The available Soil Investigation data has been provided with the
Tender Documents. This shall be fully assessed by the Contractor
prior to using any data for recommendations in his work.
The Contractor shall report immediately to the Nodal Officer any
circumstance which indicates that in the Contractors opinion the
ground conditions differ from those reported in or which could have
been inferred from the ground investigation reports or preliminary

124

pile results.
1.5

Equipment, accessories and Piling Method


The equipment and accessories used for bored cast-in-situ piles
shall depend on sub soil strata, type of founding material and
penetration etc. General requirement of boring equipment shall be in
accordance with IS: 2911 (part 1/section 2). However boring in hard
strata should be carried out by using bailer chiseller or any
advanced method approved by the Employers Engineer.
The Contractor shall submit with his Tender all relevant details of
the method of bored cast-in-situ piling, the plant and the monitoring
equipment he plans to adopt.

1.6

Piling Programme
The Contractor shall submit a provisional programme for the
execution of the Works at the time of Tender and a detailed
programme prior to the commencement of Works. He shall inform the
Nodal Officer or his Nominee each day of the intended programme of
piling for the following day.

1.7

Supervision and Control of the Works


The Contractor shall depute experienced and qualified engineers and
supervisory staff to be in charge of pile construction and installation.
The site supervisor shall be experienced in bored cast-in-situ type of
pile construction. Curriculum vitae of the personnel likely to be
deployed for the work shall be submitted with the tender. The site
supervisor shall devote his entire time to the piling works during his
duty hours.

1.8

Damage to piles
The Contractor shall ensure that during the course of the work,
displacement or damage does not occur to the completed piles which
would impair either the performance or durability of the structure.
The sequence and timing for installation of piles submitted to the
Nodal Officer for approval shall be prepared in such a way that the
damage to adjacent piles is avoided.

1.9

Tolerances
Prior to construction of the piles, the pile positions shall be checked
by the Contractor. The pile position and location shall be got verified
and approved by the Nodal Officer or his Nominee. However these
checks by the Nodal Officer or his Nominee shall not relieve the
Contractor from his responsibility. The maximum permitted

125

deviations shall be in accordance with IS:2911 in particular.


For a pile, with a specified cut-off level at or above the working level,
the maximum permitted deviation in any direction of the pile centre
from the location specified in the Contract Documents shall not
exceed the greater of 75mm or 10% of the pile diameter for piles
whose diameter is greater than 600mm;

The Contractor shall be responsible for all additional costs


arising from the necessity to adjust the structural details in
case this tolerance requirement is not met.

The deviation from the true axis shall not be more than
1.5% for vertical piles.
Forcible corrections to concrete piles to overcome errors of
position or alignment shall not be made.
1.10

Records
The Contractor shall keep records containing information as
indicated below or as directed by the Nodal Officer for the
construction/ installation of each pile and shall submit two signed
copies of these records to the Nodal Officer or his Nominee not later
than noon of the next working day after the pile was installed. Any
unexpected boring or drilling conditions shall be noted in these
records.
Table 3-1: Table: Records to be kept (indicated by an asterisk)
Details
Contract
Pile reference number and location
Pile type
Pile forming equipment, including rig number
Nominal cross-sectional dimensions
Start date and time of installation
Pile co-ordinates
Original Ground Level / Sea bed level
Working level on which piling machine base
stands
Length of Sacrificial casing (Liner)
Information on strata changes on depth basis
Hard Rock Touch Level
Pile Bottom Level (Founding Level)
Depth from Sea bed level at pile position to pile
toe
Steel Reinforcement Quantity

126

Bored castin-place

Cover to the reinforcement


Level of top of reinforcement cage as
constructed
Date of concreting
Concrete mix
Theoretical Concrete Quantity
Volume of concrete supplied to pile
Pile head level as constructed
Pile cut-off level
Soil samples taken during pile formation

All information regarding obstruction delays and


other interruptions to the sequence of works
As constructed positional records vertical and
horizontal

2.

Bored Cast-in-place Piles

2.1

General

Construction of bored cast-in-place piles shall be carried out in


accordance with IS:2911 (Part I/Sec 2), including all up-to-date
amendments, and this Specification.
2.2

Setting-out
The Contractor shall check the casing position of each pile during and
immediately after placing of the casing. Any independent checks by
the Nodal Officer shall not relieve the Contractor from his
responsibility.

2.3

Permanent casing
Permanent casing shall be required for the piles. Where the use of
permanent casing is specified, the Contractor shall submit full details
of the type of fabrication of casing and the method of installation.

2.4

Continuity of construction
The pile shall be bored and the concrete shall be placed without such
delay as would lead to impairment of the performance of the pile.
In case of pile construction delays due to unforeseen conditions the
Contractor shall submit for Nodal Officers approval a method for
restoring the pile capacity. This may include re-drilling the pile bore at
a larger diameter, lengthening the pile, etc.

127

2.5

Bentonite Drilling Mud


The bentonite drilling mud for use in the work shall satisfy the
Requirements given in latest revision of IS:2911( Part I / Section 2).
Bentonite shall be mixed thoroughly with clean fresh water to make a
suspension, which will maintain the stability of the pile excavation for
the period, necessary to place concrete and complete construction.
The fluid used shall be such as to form a suspension, which remains
stable under the saline conditions likely to be encountered at the Site.
Control tests shall be carried out on the bentonite suspension using
suitable apparatus.
The frequency of testing the method and
procedure of sampling shall be as directed by the Nodal Officer. The
density of bentonite suspension shall be measured daily as a check on
the quality of the suspension being formed.
The measuring device shall be calibrated to read to within 0.005 g/ml.
Tests to determine density, viscosity, shear strength and pH value
shall be applied to bentonite supplied to the pile boring.

2.6

Cleaning of pile base (shaft)


On completion of pile boring, all loose, disturbed or softened material
shall be removed from the bore using appropriate methods approved by
the Employers Engineer, which shall be designed to clean while at the
same time minimising ground disturbance below pile base. The
cleaning of the hole shall be ensured by careful operation by flushing
with bentonite drilling mud through the bottom of the bore. To lift the
spoil at founding level before concreting, borehole shall be agitated by
jetting with bentonite drilling mud with relatively higher pressure than
that used during boring through tremie pipe. While boring by use of
bentonite drilling mud, the specific gravity of the mud suspension in
the vicinity of the bottom of bore hole shall be determined for the piles
before commencement of concrete and recorded. Consistency of the
bentonite drilling mud suspension shall be controlled throughout the
boring as well as concreting operation in order to keep the bore hole
stabilized as well as to avoid concrete mixing up with the thicker
suspension of the mud. Concreting shall not be taken up if the specific
gravity of bottom slurry is more than 1.12.

2.7

Drilling in hard rock


The piles shall be anchored into hard rock with a minimum socketing
length of the diameter of respective piles i.e 1.2m for 1200mm
diameter pile.
The samples of hard rock if encountered shall be sent to the
laboratory approved by the Employers Engineer or Nodal Officer.
Payment will be made after the approved laboratory confirm the
sample is hard rock.

128

2.8

Reinforcement
The reinforcing steel shall be fabricated as a cage and lowered into
position in the pile shaft prior to the commencement of concreting.
The provisions for the maintenance of rigidity of the reinforcement
cages shown on the Drawings are indicative only.
The Contractor will be responsible for the rigidity of the reinforcement
cages, for maintaining the specified concrete cover to reinforcement
from pile shaft and casing walls and avoiding deformation of the
cages.
The concrete cover over the spiral reinforcement shall be measured
from the inner face of the casing tube. Steps shall be taken to ensure
correct positioning of reinforcement during concreting without any
distortion or displacement. Adequate measures shall be provided to
ensure proper uniform cover by means of spacers.

2.9

Concreting
The concrete mix shall be designed in accordance with the relevant IS
Code and sections of this Specification, taking into consideration the
method of pouring concrete.
Concreting shall generally be carried out in accordance with IS:2911
(Part I/Sec 2).
The workability and method of placement of the concrete shall be such
that a continuous monolithic concrete or grout shaft of the full crosssection is formed. Concrete shall be transported from the mixer to the
position of the pile in such a manner that segregation of the mix does
not occur.
The Contractor shall take all precautions in the design of the mix and
placing of the concrete to avoid arching of concrete in a casing. It shall
be ensured that no soil, liquid or other foreign matter shall be
permitted to contaminate the concrete.

2.10

Placing & workability of concrete in pile bores


Concreting of piles shall start as soon as possible after the
reinforcement cage lowering . Should a borehole be left un-concreted
for more than four hours, it shall be cleaned thoroughly as mentioned
above or as directed.
Reinforcing steel shall be fabricated as a cage and lowered into
position in the pile shaft prior to the commencement of concreting.
The provisions for the maintenance of rigidity of the reinforcement
cages shown on the Drawings are indicative only.The Contractor will
be responsible for the rigidity of the reinforcement cages, for
maintaining the specified concrete cover to reinforcement from pile
shaft and casing walls and avoiding deformation of the cages.

129

The concrete cover over the spiral reinforcement shall be measured


from the inner face of the casing tube. Steps shall be taken to ensure
correct positioning of reinforcement during concreting without any
distortion or displacement. Adequate measures shall be provided to
ensure proper uniform cover by means of spacers before placing
concrete. The method of placing and workability of the concrete shall
be such that a continuous concrete shaft of the full cross-section is
formed.
The concrete shall be placed without such interruption as would allow
the previously placed batch to have hardened. The method of placing
shall be approved.
The Contractor shall take all precautions in the design of the mix and
placing of the concrete to avoid arching of the concrete in a temporary
casing. No soil, liquid or other foreign matter that would adversely
affect the performance of the pile shall be permitted to contaminate
the concrete. Slump of the concrete mix, measured at the time of
discharge into the pile bore, shall be in the range of 150mm to180
mm.
The concrete shall be of the workability approved when in its final
position and shall remain sufficiently workable for all pile
construction procedures to be completed safely.
2.11

Placing concrete under water


Before placing concrete a check shall be made to ensure that there is
no accumulation of silt or other material at the base of the boring.
Concrete to be placed under water shall be placed by tremie and shall
not be discharged freely into the water. Pumping of concrete may be
approved wherever appropriate. A tremie shall have a hopper at the
top that empties into watertight tube at least 150 millimetres in
diameter running down to the base of the bore hole. If a pump is used,
a watertight tube of suitable size shall be used.
The hopper and pipe of the tremie shall be clean and watertight
throughout. The pipe shall extend to the base of the bore and a sliding
plug or barrier shall be placed in the pipe to prevent direct contact
between the first charge of concrete in the tremie and the water. The
pipe shall at all times penetrate the concrete that has previously been
placed and shall not be withdrawn from the concrete until completion
of concreting. A sufficient quantity of concrete shall be maintained
within the pipe to ensure that the pressure from it exceeds that from
the water in the pile bore.
For piles cast under water or drilling fluid, the pile heads shall be cast
to a level above the specified cut-off so that after trimming to remove

130

all debris and contaminated concrete, a sound concrete connection


with the pile can be made. The length of pile to be trimmed off shall be
at least 0.6 metre.
2.12

Finishing Pile Heads


The top of the pile shall be brought up sufficiently above the finishing
level to permit all laitance and weak concrete to be removed and to
ensure that it can be properly keyed into the cap. Any defective
concrete in the head of the completed pile shall be chipped /cut away
and made good with new concrete and bonded into the old. The
reinforcement in the pile shall be exposed for a sufficient length to
permit it to be adequately bonded into the pile cap.
If more than one tremie pipe are used in the same pile, it shall be
ensured during the pouring of concrete that contamination of
concrete does not occur by mixing of slurry. To achieve this, level of
concrete in all the tremie pipes should be kept at the same level. The
concrete pours shall be completed in such a manner that concrete
above the foot of tremie remains workable until the casting of pile is
complete.

2.13

Obstruction
If any obstruction to boring or driving is encountered, the Contractor
shall notify the Nodal Officer and submit for the latters approval his
proposals for overcoming the difficulties. Notwithstanding any such
approval the Contractor shall be entirely responsible for ensuring that
the piles are bored or driven to the required lines, position and depth.

2.14

Cutting off pile heads


When cutting off and trimming piles to the specified cut-off level, the
Contractor shall take care to avoid shattering or otherwise damaging
the rest of the pile. Any cracked or defective concrete shall be cut
away and the pile repaired in an approved manner to provide a full
and sound section at the cut-off level.
Contractor shall have his method for cutting off the pile heads
approved by Nodal Officer prior to commencement of works.

2.15

Disposal of Pile muck and other waste material generated


during piling
This material is to be collected properly and disposed off the site
without any extra cost to the employer. The contaminated bored muck
from the piles can be disposed by the side of the pile in case of the
marine piles. However in case of the Land based piles, the bored muck
and all other debris generated during the construction work shall be

131

disposed off as directed by the Nodal Officer in Charge within an


average lead of 2km.
3.0

PILE LOAD TESTING

3.1

GENERAL
The proposed construction of the Approach Jetty is a marine based
construction. Hence the dynamic pile load tests shall be planned
carefully to achieve the actual capacity.
The dynamic pile load test shall be carried out on piles installed as
part of the Jetty structure and shall be tested accordingly.

3.2

HIGH STRAIN DYNAMIC LOAD TESTS:


The principle of the high strain dynamic testing method to be used
shall be based on the application of impacts on the prepared pile head
and measurement of the response of the pile by means of equipment
capable of recording and processing the pile strain versus time,
acceleration versus time and velocity versus time. Unless the
CONTRACTOR himself has proven experience, he shall employ a
specialist firm with proven experience in this kind of work.
The pile shall be cast 2m additional height above the pile cut-off level
and the tests shall be performed on top. Upon completion of the test,
the top portion of pile including concrete/reinforcement as required
etc. shall be cut and removed without affecting the integrity of the pile.
High strain dynamic testing consists of estimating soil resistance and
its distribution from force and velocity measurements obtained near
the top of a foundation impacted by a hammer or drop weight. The
impact produces a compressive wave that travels down the shaft of the
foundation.
A pair of strain transducers obtains the signals necessary to compute
force, while measurements from a pair of accelerometers are
integrated to yield velocity. These sensors are connected to an
instrument (such as a pile driving analyzer), that records, processes
and displays data and results.
The measured acceleration is used to compute the stress velocity by
integration and is used to calculate the resistance of soil during
driving (in this case, the hammer dropping at the pile head) and thus
the long term capacity can be obtained. Dynamic load testing takes a
further step in analyzing the data and computing static capacity and
resistance distribution. Test results shall be submitted for approval of
the Nodal Officer as soon as completion of the test.

132

This method is covered under ASTM D4945-00 - Standard Test


Method for High Strain Dynamic Testing of Piles.
3.3

Specialist Sub-Contractors/ Agency


The contractor should appoint specialised agency for Dynamic pile
load test with the approval of the Employers Engineer.

4.0

Concrete

4.1 General Specifications


4.1.1 IS Specifications
Unless otherwise stated in these Specifications, the materials and
construction of the Works shall comply in all respects with the latest
edition of IS: 456 and other relevant IS codes together with the latest
editions of all relevant Indian Standard Specifications and Codes of
Practice.
4.1.2 Concrete for the Works
Concrete for the works shall be produced by using batching plant for
piling and all in-situ works or pumped concrete (except PCC 1:4:8),
transported from batching plant using transit mixer are preferred in
concreting works. The ready-mixed concrete plants located in the
vicinity or outside the Port can be used.
For Site produced concrete, the Contractor shall provide details of his
quality control procedures to the Employers Engineer for approval
prior to the preparation of the trial mixes. Once design mix is
approved, the Nodal Officer or his nominee will monitor the operation
of these procedures during the course of the Works and any deviations
from those procedures will be corrected by the Contractor at his own
expense.
The Contractor shall provide a field material testing laboratory
including such assistance as may be necessary. The laboratory shall
be equipped to carry out all routine tests on concrete making
materials and concrete as per relevant Indian Standards and any
other standards referred to in this Specification. The material testing
laboratory shall be maintained in a clean and efficient manner
throughout the currency of the Contract by the Contractor at their
own cost. The rates quoted by Contractor shall be inclusive of all the
costs related to sampling, testing and maintaining the testing
laboratory at site with requisite qualified personnel.
Suppliers of ready-mixed concrete (RMC) shall be subject to the
approval of the Employers Engineer, the minimum requirement for
which is that the ready-mix plant shall demonstrate compliance with
I.S.4925 & I.S. 4926. Notwithstanding such approval, the Nodal
Officer will require the concrete supplied to comply in all respects with

133

the Specification. Should the supplier have suitable historical records


of mixes produced in the past that demonstrate compliance to the
satisfaction of the Nodal Officer, it is possible that additional testing to
prove such mixes may not be required. The decision of the Nodal
Officer is final in this respect.
Should the use of ready-mixed concrete from a particular supplier be
below the required standard, the Employers Engineer may, at his
discretion, withdraw his approval of the use of that supplier.
The Contractor will be required to provide the Nodal Officer with the
following information for each mix to be used in the Works:
a)
b)

c)
d)
e)

f)

Nature and source of constituent materials and any


alternatives which may be used.
Proposed quantity of each material in a batch of each
grade of Concrete and grading curves for coarse and fine
aggregate.
Details of admixtures.
Any change in mix composition.
Information on suitability of proposed mix proportions to
meet a specified strength and workability based either on
previous production data or on trial mixes.
Any other relevant information.

The cost of supplying the information listed above shall be borne by


the Contractor.
4.1.3

Definitions
Cement

Hydraulic binder that sets and hardens


by chemical interaction with water and
is capable of doing so under water.

Characteristic Strength

That value of strength below which not


more than 5% of the test results of all
possible strength measurements of the
specified concrete are expected to fall.

Cement Content

Mass of cement contained in a cubic


metre of fresh, fully compacted
concrete, expressed in kg/m3.

Free Water/Cement Ratio Ratio of the mass of free water (that is,
excluding the water absorbed by the
aggregate to reach a saturated surface
dry condition) to the mass of cement in
a concrete mix.

134

4.2
4.2.1

4.2.2

4.2.3

4.2.4

Site Specific Requirements


Permitted Types of Cement
Type

Standard Specification

Ordinary Portland
Cement

I.S. -12269, Ordinary Portland


Cement shall be Grade 53 or I.S. 8112, Ordinary Portland Cement
shall be Grade 43.

Permitted Aggregates
Type

Standard Specification

Natural

I.S. 383

Aggregate Properties
Property

Test

Flakiness Index

I.S. 2386 Part I

Elongation Index

I.S. -2386 Part I

Water Absorption

I.S. -2386 Part III

Aggregate Abrasion
Value
Aggregate Crushing
Value

I.S. -2386 Part IV

I.S. -2386 Part IV

Concrete Mix Schedule


Concrete Grade
Usage

Type of Mix

M 40

M40

Reinforced
Concrete (above
water)

Reinforced Concrete
(under water)

Design Mix

Design Mix

Cement Type

53 /43 Grade OPC

135

Aggregate
Type

Fine
Coarse

Nominal max aggregate


size
Concrete characteristic
strength N/mm2
Min. Cement content
kg/m3
Slump
Workability (mm)

River sand IS 383

River sand IS 383

20mm

20 mm

20mm

20 mm

40

35

400

360

150-180

75-100

Max. free W/C ratio

0.45

Max. Cement content


kg/m3
Admixture Specified

500
No

Permitted
Amount

See note 2
As per manufacturers recommendations
and approved by the Employers Engineer

Air content
Air
Temperature
on
Placement
C

Zero
Maximum

38

Minimum

5
40o C

Max. Temperature of
Concrete at time of
placing

Note : Water reducing admixtures, retarders, plasticizers all of


approved make, will be permitted.
4.2.5

Concrete Mix Properties


Information to be submitted to the Employers Engineer
Certificates of Conformity
Personnel, Foremen, Mixer Operators, Vibrator
Operators.
Approval of Cement Supply
Manufacturers Cement Test Certificates
Sources of Aggregates
Aggregates Test Certificates
Site Processing of Aggregates
Source of Water
Approval of Admixtures
Prior Approval of Mix Proportions

136

Approval of Batching Methods


Mixing Plant
Position & Form of Construction Joints

4.2.6

Personnel, Foremen, Mixer Operators, Vibrator Operators.


Personnel: A qualified concrete quality control Engineer shall be
employed by the Contractor.
Foremen: Fully experienced foremen shall be in charge of all concrete
placing gangs.
Plant/ Mixer Operators: Experienced and trained mixer operators
shall be employed.
Vibrator operators: Mechanical vibrators shall be operated only by
trained and experienced workmen.

4.3

Cement

4.3.1 Permitted Types of Cement


As a precautionary measure, the cement from two or three definite
sources shall be tested and got approved. Change of brand will be
permitted with prior approval of Nodal Officer subject to satisfactory
result of concrete mix and its Approval.
4.3.2 Approval of Cement Supply
Supply of cement for the Works shall be arranged by the Contractor.
So far as is possible cement of a required type shall be supplied from
sources approved throughout the execution of the Works, and no
variations in source of supply shall be made without the approval.
The approval of the Nodal Officer to any type of cement shall not
relieve the Contractor his responsibility and at any time the Nodal
Officer may give notice for removal of any consignment of cement from
the Site if such consignment does not in every way comply with the
requirements of this Specification.
Before any cement is ordered or brought on to Site, the Contractor
shall submit to the Nodal Officer for his approval a detailed list of the
sources / manufacturers and manufacturers brand names of all types
of cement which he proposes to use in the Works.
4.3.3 Manufacturers Cement Test Certificates
Manufacturers Works test certificates shall be furnished to the Nodal
Officer or his nominee for all consignments of cement and no cement

137

shall be used in the Works until the Nodal Officer or his nominee has
been satisfied that it has been tested and complies with the relevant
standard specifications.
4.3.4 Sampling and Testing of Cement
Notwithstanding the submission by the Contractor of the information
detailed above, the Nodal Officer may at any time order any further
tests which he considers necessary for the purpose of establishing the
true quality of the cement proposed and the concrete produced there
from, under actual Site conditions and with the aggregates proposed
by the Contractor, before giving his approval to any cement.
Any consignment of cement delivered to the Site may be subject to
testing, if directed by the Nodal Officer. Cement in storage may also be
subject to testing to check that it has not deteriorated. Cement which
is not used within 90 days from its date of manufacture shall be
tested. The cement from the consignment from which the samples
have been extracted for testing shall not be used in the Works before
completion of testing and analysis and until it has been accepted as
satisfactory by the Nodal Officer.
Should the results of any of the tests provided for in this Clause show
that any sample fails to meet the minimum requirements of this
Specification, the whole consignment to which the sample belongs
shall be rejected and be removed from the Site.
4.3.5 Failure to Supply Certificates or Carry out Tests
Failure to comply with either of the two requirements mention above,
will render liable to rejection by the Nodal Officer all work containing
unapproved cement.
4.3.6 Delivery of Cement
The cement shall be delivered to the Site in such consignments as
shall ensure satisfactory progress of the Works.
Except where bulk delivery is approved, cement shall be packaged by
the manufacturer in bags or containers that are so designed as to
prevent any contamination and to minimise loss of contents and the
adverse effects of moisture and high humidity during transportation
and storage.
All bags and containers shall be delivered sealed to the satisfaction of
the Nodal Officer. Each shall be adequately and permanently marked
with the manufacturers name, the name of the producing work, the
cement type, the standard specification to which it was made, the date
of manufacture or date code and batch number, so as to enable
correlation to be made of every part of each consignment with the
relevant test certificates and delivery notes.

138

Cement, when being conveyed to the Site in lorries, vessels or other


vehicles, shall be properly protected from the weather and from
contamination of any kind. Any cement which proves to have been
damaged or contaminated in transit will be rejected upon delivery.
Cement delivered in split bags or containers will be rejected.
Where bulk cement deliveries are proposed the Contractor shall obtain
the prior consent of the Nodal Officer to the method of delivery and
shall provide all information required by the Engineer concerning offsite storage and loading arrangements. He shall also provide
reasonable facilities for the Engineer to inspect these arrangements for
approval and routine inspection purposes.
4.3.7

Storage of Cement
From the time that a consignment of cement is brought on the Site
and tested and approved by the Nodal Officer and until such time as
cement is used in the Works, the Contractor shall be responsible for
keeping the same in sound and acceptable condition. If cement is to
be stored in bulk containers these shall be subject to the prior
approval of the Nodal Officer and shall be large enough to contain
such quantities as may be required with sufficient reserve to allow for
the likely frequency of supply.
Cement stored in bulk containers shall be, in the opinion of the Nodal
Officer, adequately protected against rain, humidity, dewfall and dust,
and all charging and discharging points shall be properly sealed.
Aeration equipment for the bulk containers, if available, shall
incorporate dehumidifiers.
If packaged cement is stored in bulk containers it shall be charged
into the containers through a 5 mm mesh screen which is welded or
bolted to and covers the entire feed area of the charging hopper.
Cement other than that stored in bulk shall be kept in the bags or
containers in which it was delivered until use and shall be stored in a
Dry Store large enough to contain such quantities as may be required
with sufficient reserve to allow for the likely frequency of supply.
Cement in bags or containers shall be unloaded under cover. This
store shall be dry, well ventilated, perfectly weatherproof and
waterproof and shall be so situated as not to be liable to flooding and
shall have a floor raised not less than 60 cm from the ground in order
to protect the cement from moisture. An air space shall be left between
the floor and the bottom layer of the bags. Cement bags shall be
stored well away from outer walls of the store and not more than 12
bags shall be stacked in any tier. Each consignment shall be stacked
separately therein to permit easy access for inspection and a record all
be kept so that each consignment may be identified by a serial
number and date of delivery.

139

All cement shall be used in the order in which the consignments are
delivered to the Site commencing with the consignment which has
been in the store for the longest period of time. In general it shall be
used as soon as possible after delivery and in any event it shall not be
used more than 12 months after manufacture, or when tests carried
out on instruction of the Nodal Officer show that the loss on ignition
exceeds 4%.
Cement shall be adequately protected at all times from rain and spray.
Cement which has set or partially set shall not be used in the Works.
Notwithstanding the above provision, any cement which the Nodal
Officer considers has become stale or unsuitable through absorption
of moisture from the atmosphere or for other reasons shall be rejected
and removed from the Site at the Contractors expense. Any cement in
containers damaged so as to allow the contents to spill or to be
affected by atmospheric moisture prior to opening at the time of
concrete mixing shall be rejected and removed from the Site at the
Contractors expense.
4.3.8 Performance Characteristics
Notwithstanding apparent compliance with all other requirements of
this Specification, the Contractor shall be responsible for satisfying
himself that the performance characteristics of the cement used in
the Works are not such as to necessitate the use of excessive cement
contents or be likely to cause or accentuate any undesirable
properties in the fresh or hardened concrete.
4.4
4.4.1

Aggregates
Aggregates -Definitions
The term Aggregate shall mean all solid constituents of the concrete
mix, other than cement or approved cementitious additives or
approved admixtures, batched ready for charging into the mixers,
whether such material is called coarse aggregate, fine aggregate or
sand.

4.4.2

Aggregates -Standard Specifications


Aggregates supplied to the Site shall generally be crushed rock
complying with the requirements of I.S.: 383, except as otherwise
stated in this Specification. Lightweight aggregates shall not be used
without the written approval of the Employers Engineer unless
specified as a requirement.
Fine aggregate shall consist of natural river sand from an approved
source. Sands from sea estuaries / bays / river stretches subject to
tidal ingress of sea water upto 50 ppm shall not be used.

140

Aggregate shall be of approved quality, chemically inert, hard, clean,


sharp and free from injurious amounts of dust, silt, clay lumps, mica,
shells, flaky particles, shales, alkali, organic matter, loam or other
deleterious substances.
4.4.3

Sources of Aggregates
The Contractor shall supply the Nodal Officer with full details of his
proposed sources of supply of aggregates for the Contract, together
with test results carried out by an approved laboratory, as soon as
possible after receipt of the order to commence the Works. The Nodal
Officer or his nominee shall have the right to inspect all proposed
quarries and other sources of aggregate.
No change shall be made in any aggregate source without the prior
approval of the Nodal Officer.
The Nodal Officer shall have the power to withdraw approval for any
source of aggregate if the aggregate from that source fails to meet this
Specification or for other reasons failing to produce concrete of
required standard.
Any aggregate brought to Site which is not approved by the Nodal
Officer shall be immediately removed from the Site by the Contractor
at his own cost.

4.4.4

Information Required on Aggregate Sources


The Contractor shall supply full details of the proposed sources of
aggregates as listed below for approval by the Nodal Officer, together
with the results of sampling and testing carried out in accordance
with these specifications, at contractors cost.

Name and address of supplier


Location of deposits
Nature of materials and principal rock type present
Method of extracting and processing
Details of producers, laboratory facilities and technical
staffing
Stockpiling, loading and supply arrangements
Representative portions of equal weight shall be taken from each of
the nine production samples of each size of aggregate, and then
combined to provide Composite Production Samples for each size of
aggregate. The composite samples shall be tested in the same
respects as the individual production samples and shall also be
tested as follows, unless otherwise directed by the Nodal Officer.
Stockpile samples shall be compared with production samples and if
differences are observed, the Engineer will require appropriate tests
to be carried out on the stockpile samples.

141

4.4.5

Grading of Aggregates
Coarse Aggregate:
The maximum size of coarse aggregate shall be as specified. Coarse
aggregate shall be delivered to the site and stored in single sizes and
combined on batching to provide a graded aggregate all in accordance
with the approved mix design. Where 10mm maximum size aggregate
is required, 10mm single-sized grading shall be used.
Fine Aggregate:
Grading of fine aggregate shall be in accordance with Grading Zone II
of Table IV of I.S. 383 and its fineness modulus shall not be less than
2.2 nor more than 3.2 Grading as well as fineness modulus shall be
monitored regularly and continuously at source as well as at Site and
if necessary sand from different approved sources shall be blended to
achieve the desired grading and fineness modules.

4.4.6

Aggregate Properties
While the aggregate properties given in the fore-going clauses are
maximum values, lower values may be required to satisfy the overall
limits required for concrete mixes as specified in subsequent clauses.

4.4.7

Staining
Aggregates shall not be composed of or contain inclusion of materials
likely to cause staining or otherwise disfigure finished concrete
surfaces.

4.4.8

Washing of Aggregates
Fine and Coarse aggregate for use in concrete shall be washed as
and when instructed by the Nodal Officer with clean water.

4.4.9

Sampling and Testing of Aggregates


The method of sampling shall be in accordance with I.S. 2430.
Tests, including grading and tests for chemical, physical and
mechanical properties of the aggregate and the presence of
deleterious impurities, including but not limited to silt, sulphates
and chlorides, shall be carried out as required by the Contractor as
instructed by Nodal Officer, in accordance with relevant parts of I.S.
2386 except as specifically provided otherwise in the Specification.
The Nodal Officer shall have the right to require the Contractor at
any time to test samples of aggregates drawn from locations as
indicated by the Nodal Officer. Sampling shall be carried out in the
presence of the Nodal Officer or his nominee.

142

4.4.10 Silt, Clay, Dust & other Deleterious Materials


The quantity of silt, clay, dust and other deleterious materials
present in the aggregates for concrete at the time of use shall not
exceed the limits laid down by I.S. 383. These shall be determined in
accordance with the appropriate method given in I.S. 2386 (Parts I &
II).
4.5

Water for Concreting

4.5.1

General
All water used for the mixing of concrete, grouts or mortar shall be
clean fresh potable water. Potable water shall also be used for the
curing of concrete and for the washing down of construction joints,
removal of laitance, etc. It should not produce any stains or
unsightly deposits on the concrete surface. The presence of tannic
acid or iron compounds is objectionable. It shall have pH value in
the range of 6.8 and 7.8. The water shall be free from deleterious
matter in solution or suspension and shall meet the requirements of
I.S. 456, in all respects.
The Contractor shall make adequate arrangements to store sufficient
water at the Site for use.

4.5.2

Source of Water
As soon as possible after receipt of the order to commence the
Works, the Contractor shall supply the Nodal Officer with full
details of his proposed source or sources of water for use in the
Works.

4.5.3

Testing of Water
Tests shall be carried out generally once a month or at such times
as the Nodal Officer may direct. The Contractor shall arrange for the
dispatch of samples of water to an approved testing laboratory and
for the testing required.

4.6
4.6.1

Admixtures & Additives


Approval of Admixtures
No materials of any description shall be used in concrete mix other
than aggregates, cement and water, except where specifically
required by the Concrete Mix-Schedule without the written
instruction or approval of the Employers Engineer. If more than one
admixture is proposed for use in the same concrete mix, their
interaction shall be checked by trial mixes by the Contractor to
ensure their compatibility.

143

The Contractor should note that the description of any proposed


admixture by trade or brand name will not be sufficient when
proposing such admixture for the approval of the Employers
Engineer. In order to save delay the Contractor should submit the
fullest possible description of the chemical composition of any
admixture, together with its shelf life and details of storage and
handling requirements. He should also submit details of its
anticipated effect on the particular mixes in which its use is
proposed. If appropriate, the Contractor should also provide details
of how the mix proportions are to be varied to produce the required
characteristic strength and rate of strength gain.
The Contractor shall submit manufacturer's test certificates and
technical literature of the admixture proposed to be used. If directed
by the Employers Engineer, the admixture shall be tested at an
approved laboratory at no extra cost.
4.6.2

4.6.3

The Employers Engineer will, wherever appropriate call for trial


batches of concrete to be prepared to demonstrate the effect of the
proposed admixtures both on the fresh concrete and on the
hardened concrete.
Use of Admixtures
Any admixture used in any concrete mix shall only be used at the
rate of dosage or in the proportions previously approved by the
Employers Engineer, method of mixing etc. all in accordance with
the manufacturers instructions and within the manufacturers
recommended ambient temperature range.
In general, the dosage of retarders, plasticisers and super
plasticisers shall be restricted to 0.5, 1.0 and 2.0 per cent
respectively by weight of cement unless a higher value is agreed
based on performance tests.
Trial mixes shall be undertaken as described below, together with
additional trial mixes showing the effect of overdosing and under
dosing of the concrete mix.

4.6.4

Chlorides
Under no circumstances shall calcium chloride or chloride based
admixtures be used in any concrete mix, grout or mortar. The
chloride content of admixtures shall be independently tested in an
approved laboratory before acceptance at no extra cost.

4.7
4.7.1

Mix Requirements
Concrete Grades
The concrete grades used in the Works shall comply with the
requirements given in the Approved Design Mix Schedule.

144

4.7.2

Sulphate and Chloride Content of Concrete Mixes


The requirements laid down in this Specification for Sulphate and
Chloride contents of the constituent materials of the concrete mixes,
shall apply to all concrete mixes used in the Works and shall be
calculated as the total of the various constituents of the mix.

4.7.3

Prior Approval of Mix Proportions


As soon as practicable after the commencement of the Contract,
the Contractor shall produce in writing, for the Employers Engineer
approval, his proposals for all concrete mixes of the grades set out
in this Specification including mix design calculations, stating
proportions of all constituent materials, including admixtures, Sieve
analysis of aggregates, workability, etc.
The Contractor must note that ample time should be allowed for
testing and obtaining the approval of the Employers Engineer for all
mixes, as provided below, before commencing the mixing of concrete
for the permanent works on the Site. Notwithstanding any approval
by the Employers Engineer to any mix, the Contractor shall not be
relieved of any of his responsibility to use in the Works at all times
only concrete meeting the requirements of the Specification in all
respects to the satisfaction of the Nodal Officer.

4.7.4

Trial Mixes
Prior to the use of any concrete mix in the Works the Contractor
shall either:
(A)

Prepare trial mixes for each different concrete mix to be


used including the proposed admixtures. The trial mix
shall be designed according to I.S. 456, I.S. 10262 and
SP: 23. Preparation and testing of trial mixes shall be
carried out in the presence of the Nodal Officer or his
nominee.
Particular attention shall be given to the water/cement
ratio and workability of these trial mixes. The free water
content of all the aggregates used shall be accurately
determined according to IS: 2386 (Part III) by drying or
other approved means before the mixing begins in order to
give an accurate measure of the free water/cement ratio.

The consistency of each trial mix concrete batch shall be measured


by the Slump Test using the equipment and method given in I.S.:
1199. The target slump of the trial mixes shall take into account the
ambient temperature conditions expected at Site and shall be such
that the slump of the production concrete when received at Site is
as specified. The target slump shall have a tolerance of + 15 mm or

145

+ 1/5 the required value, whichever is greater. In hot weather


conditions graphs of slump v/s time since adding the water to the
mix and slump v/s concrete temperature shall be prepared for use
in production testing.
If the target slump is not within the permitted tolerance specified,
the proportions of the mix shall be adjusted accordingly and new
trial batches shall be made. Both the ambient temperature and the
temperature of the fresh concrete shall be noted when each slump
test is made.
For two of the trial mix batches a total of six 150mm cubes shall be
made. These test cubes shall be made, cured and tested in
accordance with the provisions of I.S. 516. Unless otherwise
directed by the Nodal Officer, three of the six test cubes shall be
tested for compressive strength at 7 days and three at 28 days.
OR
(B)

If Ready-Mixed Concrete is approved by the Employers


Engineer for use, the Contractor may submit to the
Employers Engineer, appropriate existing data as
evidence of satisfactory previous performance for target
mean strength with the proposed admixtures, current
margin, workability, water/cement ratio and rate of gain
of strength. In addition to what is specified in (A) above,
the target slump of the trial mixes and concrete
production mixes produced at the plant shall take into
account the workability loss for the expected delivery time
together with the concrete temperature at the time of
delivery. The concrete mixes shall be so designed that due
to any unforeseen problem they should be able to cope up
with delays due to longer delivery period than expected.

Alternatively if required by the Employers Engineer, the


Contractor shall carry out trial mix testing as specified in (A)
above, at the ready-mix concrete plant.
Requirements of ready -mixed concrete specified in I.S. 4926 shall
be followed except if and to the extent modified in this
Specification.
4.7.5

Compressive Strength Requirement for Trial Mixes


The compressive strength of a trial mix shall be considered
satisfactory if the following requirements are met:
a)

The six cubes from the three batches of a trial mix that
are tested at 28 days age shall have an average
compressive strength not less than fcu + (1.65 x S)

146

where: fcu is the required characteristic strength in


N/mm
S is standard deviation as per table 8 of I.S.: 456.
For all cubes tested for strength, the density of the concrete
represented by the cube shall first be determined before testing
for strength.
4.7.6

Workability
Concrete shall be cohesive so that it does not segregate and of
such consistency as to ensure full compaction by the means being
used and such that it can be readily worked into the corners and
angles of the formwork and around reinforcement without
segregation of the materials or bleeding of free water at the
surface. On striking the formwork it shall present a face which is
uniform, free from honeycombing, surface crazing, or excessive
dusting, and which shall not, in the opinion of the Nodal Officer be
inferior to the standard specified.

4.7.7

Alteration of Mix Proportions


If during the period of the Contract the Contractor wishes to alter
the proportions of any mix or any constituent of the mix or the
source of any constituent, he shall obtain the prior permission of
the Employers Engineer in each case. Additionally, if experience
shows that any previously approved mix when used in the Works
is inconsistent with satisfying the requirements of this
Specification, then the Employers Engineer may withdraw
approval for this mix and direct the Contractor to produce an
alternative. In either case the Employers Engineer will require that
additional trial mixes for the altered mixes be made and tested, all
in accordance with the requirements of the preceding Clauses.

4.8

Batching

4.8.1

Approval of Concrete Batching Methods


The Contractor's concrete batching and mixing plant shall conform
to I.S. 4925. The Contractors arrangements for handling,
batching, transporting and mixing of materials for concrete,
together with all control procedures, shall receive approval in
principle from the Employers Engineer.

4.8.2

Batching of Materials
All materials for concrete shall be batched separately and by
weight. The grading of coarse and fine aggregate shall be checked
as frequently as directed by the Nodal Officer to ensure
maintaining it in accordance with the grading used in approved
mix design.

147

4.8.3

Weigh Batching Plant


Weigh batching plant shall control
and bulk admixture to an accuracy
individual weighment. For added
within 1% and for any dose-type
within 5%.

delivery of cement, aggregates


of not worse than 2% on the
water the accuracy shall be
additive the accuracy shall be

The weighing mechanism shall be checked and adjusted and the


Contractor shall provide simple and convenient means for this.
The weigh batcher shall be maintained in a clean, serviceable
condition. It shall be set up level on a firm base and the hopper
shall be loaded evenly. The needle shall be adjusted to zero when
the hopper is empty.
4.8.4

Water Content
Due allowance shall be made for the weight of the moisture
content of the coarse and fine aggregates and the Contractor shall
make readily available to the Nodal Officer or his nominee and
equipment as required to carry out moisture content tests
according to I.S. 2386 (Part 3), at intervals deemed necessary by
the Nodal Officer to suit local weather conditions. In general, the
moisture content of the coarse aggregates and fine aggregates
shall be ascertained daily and at any other times when alteration
of the moisture content may be expected due to new deliveries of
aggregates, inclement weather or any other reason.
The amount of water used shall also take into account the
moisture content of the aggregates.
To allow for the variation in mass of aggregate due to variation in
their moisture content, suitable adjustments in the masses of
aggregates shall also be made.

4.8.5

Cement Batching
If the cement is delivered in bags or individual containers, the
sizes of batches shall be such that only full bags or containers of
cement shall be used.

4.8.6

Rejection of Batched Materials


Notwithstanding his previously given approval of the contents of
any storage area, the Nodal Officer may order the removal of any
batch of cement and/or aggregates prepared for charging into the
mixers if he has reason to believe that such a batch is
contaminated in any way or the aggregates in the batch are
improperly graded.

148

4.9

Mixing

4.9.1

Mixing Plant
Concrete shall be mixed in mechanical mixers complying with I.S.
1791 (batch type mixers). Water shall be fed into the mixers from a
tank fitted with water measuring device and means of adjusting
the flow of water.
Where small quantities of high grade concrete are required the
Contractor shall provide small, portable, covered pan mixers
complying with I.S. 12119 of approved type for this particular
work. In such case the mix shall be adjusted to whole bags of
cement and no splitting of bags will be allowed.
Before beginning concrete mixing operations, all hardened
concrete and foreign materials shall be removed from inner surface
of mixing and conveying equipment. All conveyances, buggies,
barrows shall be thoroughly cleaned at frequent intervals during
placing of concrete.

4.9.2

Mixing Requirements
The maximum size of the batch shall not exceed the maximum
rated capacity of the mixer as stated by the manufacturer and as
stamped on the mixer and the batch size shall not be less than
75% of such maximum.
Mixing shall begin immediately after the cement has been added,
either to the water or aggregate, and shall continue until there is a
uniform distribution of the materials and the mass is uniform in
colour and consistency or as directed by the Nodal Officer or his
nominee. In any event, concrete shall be mixed for at least 2
minutes or for the period and at the drum speed specified by the
manufacturer of the mixer. Concrete shall be discharged from the
mixer on to a level, clean, water-free platform or floor or into
water-tight receptacles. The area surrounding the mixer shall be
paved and kept clean. When skips or mobile concrete carriers are
used, concrete may be directly discharged from the mixer into the
skips or rotating drums of mobile carriers.
If there is segregation after unloading from the mixer, the concrete
shall be remixed otherwise the mixed batch shall be rejected.
The entire contents of the mixer shall be removed from the drum
before materials for a succeeding batch are placed in it. The solid
materials composing a batch shall be deposited in the mixer in
accordance with the manufacturers directions for use.

149

Within 60 minutes after the introduction of the mixing water to


the cement and aggregate, or the cement to the aggregate, the
concrete shall be placed in its final position in the forms and fully
compacted, except that this period may be extended provided the
weather conditions are favourable and the concrete is
continuously agitated in an approved purpose-built supply vehicle
or an approved retarding admixture is included in the mix. If an
initial set should take place, the concrete shall be rejected.
4.9.3

Hand Mixing
Normally hand mixing of concrete will not be allowed, but where
the total quantity is small, the mixing may be done by hand.
For hand mixing the quantity of cement for any given concrete mix
shall be increased by ten per cent and not more than one quarter
of a cubic metre shall be mixed at one time. The water/cement
ratio shall not exceed that approved for the particular grade of
concrete concerned. Hand mixing shall not be permitted for any
structural concrete or where there is a particular requirement for
the concrete to be durable.
Hand mixing of concrete shall be done on a hard, even and
impervious surface of adequate size. The materials shall be turned
over not less than three times dry. A measured quantity of water
shall then be added through a rose while the materials are being
turned over not less than three times in a wet state and worked
together until a mixture of uniform consistency is obtained.

4.10
4.10.1

Transportation, Placing and Compaction


Plant and Equipment
The Contractor shall provide adequate means of transporting and
placing mixed concrete in sufficient quantities to meet the
programme. All plant and equipment shall be properly designed
and constructed with regard to the efficient and rapid placing of
the concrete and the safety of the Works and shall be approved by
the Nodal Officer before being used. All plant and equipment used
for transport and deposition of concrete shall be kept clean and
shall be washed out after each interruption in the work and at the
end of each shift.
Any proposal for placing concrete by tremie or the use of a
concrete pump or placer and associated equipment shall be
submitted to the Nodal Officer, together with the fullest possible
description of the apparatus and methods to be used. Trials may
be required to demonstrate their suitability and that the concrete
mix design is appropriate to this method of placing. The
Contractor is to ensure that he has adequate back-up facilities to
continue placing concrete if a mechanical breakdown occurs.

150

4.10.2

Transportation of Concrete
The contents of the mixer shall be discharged in one continuous
operation and the concrete transported in such a manner that
there shall be no segregation of its constituents. If, in the opinion
of the Nodal Officer or his nominee, any segregation of the
concrete materials has taken place during transport, the concrete
shall be again turned over and mixed just before it is finally placed
in position.
Whilst being transported from the mixer to the site of placing, all
concrete shall be properly protected from loss of any of the
ingredients, contamination by dust, sand or other foreign matter
and from excessive moisture gain or loss from rainfall or high
temperature, and all equipment used shall be purpose-made for
the correct transportation of concrete.

4.10.3

Preparation for Placing


In preparation for the placing of concrete, all construction debris
and extraneous matter shall be removed from the interior of forms.
Standing water on areas to receive concrete shall be removed
before concrete is placed.
Placing of concrete shall not be commenced until the Nodal Officer
or his nominee has inspected and passed the formwork or other
areas to receive concrete and any reinforcement, cast in fixings
etc., against which the concrete is to be placed.
Preparation for placing under water
separately elsewhere in this specification.

4.10.4

concrete

is

specified

Placing of Concrete
Concrete shall be placed and compacted in the shortest possible
time after mixing is completed and before it has taken an initial
set. It shall be placed as close as possible to its final position to
avoid segregation of materials and displacement of reinforcement.
Freshly laid concrete shall not be wheeled over or otherwise
disturbed. When depositing concrete adjacent to a construction
joint, special care should be taken not to disturb the dowels or
other reinforcing bars projecting from the existing concrete.
Normally concrete may be deposited with a maximum free fall of
1.5 metres without the use of pipes / chutes / elephant trunks,
provided suitable measures are taken to prevent segregation and
premature coating of upper reinforcing steel. When pipes are used
they shall, as far as is practicable, be kept full of concrete during
placing and their lower ends shall be kept buried in the newly
placed concrete. In certain circumstances greater heights than 1.5

151

metres may be allowed but only with the written authority of the
Nodal Officer following trials to establish the effect on the concrete
provided the same is as per the requirement of site condition.
Chutes may also be used and shall be of steel or steel lined. They
shall be constantly kept clean from coatings or hardened concrete
or other obstructions. Chutes shall not be set at such an angle
that the concrete sticks to them or becomes segregated. Normally,
chutes at an angle of more than 45 degrees to the horizontal will
not be permitted.
Concreting of any section or unit of the work shall be carried out
in one continuous operation between approved construction joints
and no interruption of the concreting will be allowed. Sequence of
placing shall be such as to avoid disturbance of partially set
concrete.
In cases where the approval of the Nodal Officer or his nominee is
obtained and where delays of more than one hour occur between
successive concreting when, in the opinion of the Nodal Officer or
his nominee, the previously placed concrete has had time to
harden; the resulting joint shall be treated as a Construction
Joint. The previously placed concrete shall be cut back to a
vertical and/or horizontal face and the joint face treated as
specified for construction joints, before placing the new concrete.
In the event of rain storms or other severe weather conditions
arising, concreting shall be stopped and appropriate temporary
stop ends, vee grooves etc., placed as may be necessary and
concrete shall be covered with tarpaulins immediately. To meet
such circumstances, the Contractor shall always have in readiness
approved framed sheeting, tarpaulins, etc., for the protection of
newly placed concrete. Should any concrete be damaged due to
rain storms or other weather conditions, the Nodal Officer may
order the cutting out and replacement of the damaged concrete, all
at the expense of the Contractor.
For placing concrete under water, the areas on which concrete is
to be deposited shall be made and kept free from standing water
during concreting operations and running water crossing or
entering such areas shall be brought under control for at least 12
hours after concreting is completed.
Placing of concrete under water by tremie or pumping or by a
placer is specified separately elsewhere in this Specification.
4.10.5

Compaction of Concrete
After concrete has been placed it shall be thoroughly compacted
by mechanical vibration applied by immersion vibrators complying

152

with I.S. 2505 or, for surface finishing on thin slabs, approved
surface vibrators or vibrating tampers complying with I.S. 2506 /
I.S. 2514. Form vibrators if approved for use shall comply with I.S.
4656. Vibrators shall only be used by competent operators
properly trained in the correct handling of the particular
equipment in use on the Site.
Immersion vibrators shall run at a frequency of not less than 120
Hz when immersed. The active part of the vibrator shall be fully
immersed while in use and vibration shall be of sufficient duration
and intensity to compact the concrete thoroughly, but shall not be
continued at any one point to the extent that segregation occurs.
Vibrators shall not be used to transport concrete in the forms.
Vibrators shall be manipulated so as to work thoroughly the
concrete around the reinforcement and embedded fixtures and
into the corners and angles of the forms so that all entrained air is
expelled and the concrete surface when exposed is found good and
free from air pockets, honeycombing or other defects. Retamping
of concrete or mortar which has partially hardened shall not be
permitted. Concrete once vibrated shall not be vibrated again.
Impression vibrators shall be inserted vertically at points not more
than 450 mm apart and withdrawn slowly till air bubbles cease to
come to the surface, leaving no voids. When placing concrete in
layers advancing horizontally, care shall be taken to ensure
adequate vibration, blending and melding of the concrete between
successive layers. Vibrators shall not be applied directly, or
through the reinforcement or formwork, to sections or layers of
concrete which have hardened to the degree that the concrete
ceases to be plastic under vibration.
Whenever vibration has to be applied externally, the design of the
formwork and the disposition of vibrators shall receive special
attention to ensure efficient compaction and to avoid surface
blemishes.
Every care shall be taken to see that reinforcement, and fittings
attached to the shutters are not disturbed and that no damage is
caused to the internal face of the shutters when using immersion
type vibrators. Over-vibration shall be avoided.
The requirements of this Clause do not apply in case of concrete
placed under water.
4.10.6

Setting Concrete
After the initial set of the concrete the forms shall not be jarred
and no strain shall be placed on the ends of reinforcing bars which
roject. Adjacent works, which may cause vibrations to be
transmitted to any setting concrete, may be ordered to be stopped
at the discretion of the Nodal Officer or his nominee.

153

4.11

Records of Concrete Placing


The Contractor shall maintain a Concrete Pour Checklist, in the
format approved by the Nodal Officer, this checklist shall be
completed in advance of each pour, and submitted to the Nodal
Officer or his nominee within a reasonable time, to permit an
inspection before concreting operations commence. The Contractor
shall also keep a record of the date, time, shade air temperature,
mix temperature, mix type and samples taken, along with a record
of the quantity and place of deposition in a Concrete Pour Card. A
copy of the completed pour card shall be submitted to the
department before completion of the pour.

4.12

Hot Weather Concreting


Concreting during hot weather shall be carried out as per I.S. 7861
(Part 1). Specific arrangements shall be agreed with the Nodal
Officer or his nominee for controlling the temperature of fresh
concrete. These arrangements shall include night or early morning
working, prior cooling and/or shading of reinforcement and forms,
shading of aggregate stockpiles, and shading of placed concrete
from direct rays of the sun. The Contractor shall further note that
the times quoted for mixing and placing and the frequency of
cleaning of equipment may have to be modified in hot weather.
Covering or other protection of concrete during transport may also
be necessary. Trials shall be carried out to determine the adequacy
of the control measures and the workability of the fresh concrete
under those conditions.

4.13 Protection against Rainfall


The Contractor shall provide adequate cover as necessary to
protect concrete whilst being placed until it takes its initial set
against damage from rainfall. No concreting work shall be carried
under direct rainfall.
4.14 Contractors option for concreting in stages
If the contractor intends to carryout concreting of any elements in
stages, he shall submit layout and detailed drawings necessary for
construction in stages. All these calculations and drawings shall be
approved by the Employers Engineer before commencement of
concreting work in stages.
4.15 Curing
4.15.1

General Requirements
The Contractor shall ensure that curing is carried out such that
thermal and plastic cracking of the concrete does not occur.

154

Until a period of fourteen days has elapsed from the time of placing
the concrete, the concrete shall be kept protected against loss of
moisture, rapid temperature change, high internal thermal
gradients, rain and flowing water, mechanical injury, vibration,
impact, contamination by airborne dust and sand, drying winds
and surface heating by the suns rays. This curing period may be
varied at the discretion of the Nodal Officer.
Following the completion of the above period, a further period of
controlled drying out will be required as directed by the Nodal
Officer. This may require that covers, sand layers and the like be
kept in place for longer than the 14 day minimum curing period
otherwise specified.
The Contractors attention is particularly drawn to the importance
of starting curing as early as possible after placing concrete and
maintaining full curing procedures throughout, as specified and
directed.
The requirements of this Clause do not apply to concrete placed
under water.
4.15.2

Curing Methods
All methods to be used for curing and protection of freshly placed
concrete must receive the prior approval of the Nodal Officer.
These methods shall include the use of curing membranes,
continuous sprays of water or ponded water, or continuously
saturated coverings of sacking, hessian, or other absorbent
materials, shades and any other precautions that are required for
the Contractor to ensure satisfactory curing of the concrete.

4.15.3

Curing Membrane
Where used, curing membranes shall be of non-wax resin based
white reflective type which shall not impair the concrete finish in
any way and shall be sprayed on the surface of the concrete as
soon as all free water has evaporated from the surface, except
where provided for below. In the case of formed surfaces, where
formwork has been eased or struck before fourteen days have
elapsed from the date of placing concrete within them, the curing
membranes shall be applied immediately after the formwork has
been removed.
The curing compound to be used shall be approved from the Nodal
Officer before use. In every case the rate of coverage and method of
application, preferably by spraying equipment, shall be according
to the manufacturers instructions to produce a smooth, even
textured coat. Where a surface treatment is to be applied to the
concrete (e.g., a surface hardener) a curing membrane shall only
be used if it is compatible with the surface treatment.

155

4.15.4

Water Curing
Where water curing is adopted, the concrete shall be covered with
sacking, hessian clothing, or other absorbent material, or a 75mm
layer of sand, kept constantly wet for 14 days and, where directed
by the Nodal Officer, also covered with plastic sheeting to reduce
loss by evaporation. Care shall be taken to ensure that the
temperature of all water used at all stages of the curing process is
as close as possible to that of the concrete being cured. The
contractor shall ensure that the materials used for curing purpose
be removed after the curing is completed.

4.15.5

Use of Covers
Curing of concrete surfaces may be carried out by sealing with
opaque, reflective plastic sheeting held in close contact with the
surface of the concrete and forming an airtight fit around the
element being cured. The sheeting shall form a continuous seal
and be without tears or holes. If necessary, the Contractor shall
provide frames for the plastic sheeting so that the covers can be
placed over deck slab pours immediately after the concrete has
been floated off and before the brush finish is applied. Such
frames can be removed as soon as the concrete is strong enough
to support the plastic sheeting without leaving an impression in
the concrete surface.

4.15.6

Thick Sections
The Contractors attention is drawn to the need to take special
precautions, such as careful planning of construction joint
locations, to limit the build-up of heat in thick sections of
concrete, particularly during hot weather. Locations of
construction joints shall be subject to the approval by the Nodal
Officer.

4.15.7

Curing Notices
Curing notices shall be exhibited for each concrete pour, stating
the time and date when the concrete was placed, date for last wet
curing and the date for completing of cover curing.

4.15.8

5.0
5.1

Curing of Repairs
All concrete repairs shall be cured in accordance with this Section
of the Specification.
Reinforcement
Steel Reinforcement Specifications
Steel used for concrete reinforcement shall comply with the
following Indian Standard Specifications:

156

I.S. 432
(Part 1)

Specification for mild steel and medium tensile steel


bars and hard-drawn steel wires for concrete
reinforcement. Bars shall be of Grade I quality
complying with the conditions and tests of this
Standard.
Specification for high strength deformed steel bars
I.S. 1786
and wires for concrete reinforcement.
I.S. 2062 Specification for steel for general structural purposes.
Bars shall conform to Grade A of this Standard.
I.S. 1566 Specification for hard-drawn steel wire fabric for
(Part I)
concrete reinforcement.
I.S.2062,
Specification for Seamless pipe
BS 6349

The reinforcement binding wires shall be of minimum 1.5 mm


diameter or of the approved gauge soft annealed and conform to
I.S. 280.
All reinforcement shall be clean, free from grease, oil, paint, dirt,
loose mill scales, loose rust, dust, bituminous materials or other
coatings which may destroy / reduce bond, and shall be
thoroughly cleaned before being fabricated. Pitted and defective
rods or containing cracks or splits shall not be used.
Reinforcement Steel shall be of HYSD Fe500D Grade TMT
conforming to IS: 1786 may be used.
The contractor shall procure steel reinforcement bars conforming to
IS 1786-2008 from main producers such as SAIL, RINL or other
equivalent as approved by the Nodal Officer in respect of all
supplies of steel brought by him to the site of work.
5.2

Testing of Reinforcement Steel


A manufacturers test certificate shall accompany each
consignment, a copy of which shall be handed over to the Nodal
Officer or his nominee before such reinforcement is incorporated in
the Works. If directed by the Nodal Officer Samples shall also be
tested by the Contractor at his cost in a laboratory approved by the
Nodal Officer, before the reinforcement which the sample
represents, is incorporated in the works.

5.3

Storage of Reinforcement Steel


Reinforcement shall be stored on racks clear of the ground/water
and shall be protected to prevent accumulation of dust, wind blown
salt and sand and other harmful substances and from sea spray
and saline atmosphere and shall be kept in clean condition until it
is required to be used.

157

The separate types and sizes of bar reinforcement shall be stored in


separate racks, the type and diameter being clearly marked in each
case. Similarly, different sizes and arrangements of mesh shall also
be stored separately and clearly marked in each case. Where large
daily variations in ambient temperature and/or humidity occur,
storage racks shall be enclosed in a light building.
5.4

For checking nominal mass tensile strength, bend test, re-bend test
etc., specimens of sufficient length shall be cut from each size of the
bar at random and at frequency not less than mentioned in latest
revision of IS:1786.

5.5

The contractor shall supply free of charge, the steel required for
testing and the cost of tests shall be borne by the contractor /
department in the manner indicate below:
i)
By the contractor, if the results show that the steel does not
conform to the relevant BIS code or if the steel supplied by them
are not accompanied with manufacturers test certificate leading
to testing of steel at site.
ii)
By the department, if the retest results carried out at site show
that the steel conforms to relevant BIS code.

5.6

The actual issue and consumption of steel on work shall be regulated


and proper accounts maintained. The theoretical consumption of steel
shall be worked out as per procedure prescribed below:
Theoretical quantity of steel shall be taken, as the quantity required as
per design or as authorised by the Nodal Officer including authorised
Lappages. The cost of the quantity of steel actually consumed in
excess of this theoretical requirement will be borne by the contractor
and no payment will be made for this.

5.7

Cutting and Bending of Reinforcement


The Contractor shall prepare his own bar bending schedules on
approved forms from the Drawings. These shall also indicate the total
weight of reinforcement covered in each schedule. They shall be in
accordance with I.S. 2502 / I.S. 5525 and shall be submitted to the
Nodal Officer or his nominee in triplicate for approval, at least two
weeks before bars are to be cut and bent. The Nodal Officer or his
nominee will check and return one copy with any corrections noted in
red ink.
Notwithstanding any comments or approval of these schedules by the
Nodal Officer or his nominee, it is the sole responsibility of the
Contractor to ensure their accuracy and compliance with good
detailing practice and, where appropriate to the execution Drawings.
The Contractor shall allow sufficient time and resources to ensure
that any deficiencies in the reinforcement noted once it has been fixed

158

can be rectified without delay to the programme.


Reinforcing bars supplied bent or in coils shall be straightened cold
without damage at no extra cost. No bending shall be done when
ambient temperature is below 5C.
Reinforcing bars shall be accurately cut and bent to the shapes and
sizes shown on the Contractor's approved schedules. All bars shall be
bent cold unless the written permission of the Employers Engineer is
obtained for hot bending. Any reinforcing bar that has already been
bent shall not be rebent at the point of the original bend without the
Nodal Officers permission. High strength deformed steel bars shall
not be re-bent or re-straightened without the Nodal Officer 's
permission.
Reinforcement shall be bent by gradual and uniform application of
pressure by suitable machines to the forms and dimensions shown
on the Contractor's schedules and in accordance with I.S. 2502. The
former used for making the bends shall have diameter specified in I.S.
2502. No reinforcement shall be bent when in position in the Works
without approval of Nodal Officer whether or not it is partially
embedded in hardened concrete. Any bending of reinforcement left
projecting from a construction joint or pre-cast element shall be done
only at locations and in a manner approved by the Nodal Officer and
without damaging the concrete.
Bars which are not required to be bent as per approved schedules,
shall be truly straight. Stirrups and binders shall be bent to the
radius of the bars against which they are to be in contact to fit closely
around these bars.
Bars incorrectly bent may be used if approved by the Nodal Officer
only if the means used for straightening or rebending have been
approved by the Nodal Officer.
Storage of cut and bent reinforcement shall comply with Clause 5.3.
If instructed by the Nodal Officer, the surface of the cut and bent
reinforcement shall be treated with cement wash.
5.8

Fixing of Reinforcement
Reinforcement shall be bent and fixed in accordance with I.S. 2502
and as amplified herein. The Contractor shall be responsible for
maintaining the reinforcement in the correct position during
concreting and compacting and to this end reinforcing bars shall be
accurately fixed together as shown on the Drawings with such laps as
are indicated, all to form a rigid cage. Bar crossings shall be secured
tightly with at least one turn of binding wire, the ends of the wire
being twisted together and bent away from the concrete surface and
in no case shall encroach into the concrete cover. Every bar shall be

159

secured in at least 2 places and in addition binding wire tying spacing


shall be not greater than every fourth intersection along the bar
length. Crossing bars shall not be tack-welded for assembly of
reinforcement without the Nodal Officer 's permission.
Sufficient chairs shall be supplied to support rigidly the top
reinforcement of all slabs. The legs of these chairs shall be kept off
the bottom shutter by suitable cover blocks to provide the specified
cover.
Substitution of reinforcement laps / splices not shown on the
Drawings shall be subject to Nodal Officer 's approval. Splices / laps
in adjacent bars shall be staggered.
Subject to the Nodal Officers approval, spacer units fixed to the
reinforcement shall be used in all reinforced concrete to give the
cover specified herein, on the Drawings or as directed.
Spacers and /or chairs shall be placed at a maximum spacing of 1m
or at closer spacing as necessary.
Reinforcement temporarily projecting from the concrete at
construction or other joints shall be adequately supported and shall
not be bent out of position unless expressly permitted or directed. No
temporary supports to the reinforcement will be allowed to be
incorporated in the finished concrete except for the mild steel chairs
referred to above in this clause.
5.9

Spacers
Spacers shall be as small as practicable with sides not exceeding
50mm for their purpose and shall be securely fixed in place, by
approved means, to ensure that they will not be displaced during the
placing, vibration or finishing of the concrete.
Favourable consideration will be given to the use of proprietary plastic
or precast concrete spacers provided these are suitable for the
particular use required.
Any precast spacer blocks approved for use shall be at least equal in
strength to the body of the concrete in which they are being placed,
with the largest size of aggregate limited to 10 mm, and the blocks
cured for 14 days or more.

5.10 Welding
Generally welding of reinforcement shall not be permitted. However in
specific cases, welding of reinforcement may be permitted provided the
Nodal Officers written approval is obtained and the welding shall be
as stipulated in I.S. 2751. Where butt welding is carried out the ends

160

of the bars shall be prepared with single 45 deg V and a backing plate
shall be used. The minimum root face shall be one quarter of the bar
diameter. Special precautions as specified by I.S. 2751 and the Nodal
Officer shall be taken in the welding of high strength deformed
reinforcing bars.
5.11 Mechanical Joints
The use of mechanical joints and/or mechanical jointing systems for
reinforcing bars shall be subject to the prior approval of the Nodal
Officer who shall be provided with full details of such joints together
with the proposed locations for use and the methods of installation
before making a decision. Notwithstanding the provision of such
information the Nodal Officer may direct that site tests be carried out
on the use and strength of such joints.
5.12

Concrete Cover
The minimum concrete cover to reinforcement including stirrups and
binders shall be as per Drawings.

5.13 Cleaning and Protection of Reinforcement


The Contractor shall ensure that all reinforcement is free from loose
mill scale, excessive rusting or pitting, oil or grease, dust, salts,
mud, paint, retarders, deposits or curing membrane, and other
harmful matter immediately before concrete is placed. The
Contractor shall take care to ensure that any matter cleaned off
reinforcement does not become incorporated in the concrete or
accumulate on other concrete surfaces.
Any reinforcement that the Nodal Officer considers has become
excessively rusted in storage or prior to casting in concrete shall be
rejected and shall be removed from Site at the Contractors expense.
Before concreting all reinforcement shall be carefully cleaned of all
set or partially set concrete which may have been deposited thereon
during previous concreting operations.
All reinforcement projecting from construction joints or likely to be
exposed to the weather for long periods before concreting is
commenced shall be covered with polythene, binding tape, cement
grout or other materials to the satisfaction of the Nodal Officer in
order to prevent corrosion of reinforcement or staining of the
surrounding concrete. Should, in spite of these precautions, rust
staining occurs on any permanently visible surfaces, it shall be
removed at once.
5.14

Steel Fitter in Attendance


During concreting a competent steel fitter shall be in attendance to
adjust and correct the positioning of the reinforcement and other

161

embedded fittings, before and during placing and compaction of


concrete.
6.0

Formwork

6.1

Formwork Construction
Formwork shall be rigidly constructed and shall ensure that the
finished concrete is true to the required shape, position and level,
and to the standard of finish specified. Formwork including the
props (number, sizes and locations) shall be of suitable design and
substantial construction to carry the loads and pressures due to the
wet concrete and any incidental loads such as during concreting
and compacting operations without excessive bulging, distortion,
settlement, deflection, instability and joints shall be tight enough to
prevent leakage of cement slurry and fines from the concrete and
which can be stripped and removed without causing any blemish or
jar to the concrete. Guidelines as stipulated in I.S. 14687 shall be
followed.
Formwork for recesses, keys, chamfers and radius strips, pockets,
apertures, internal voids etc. and all bolts and fittings shall be
accurately positioned and securely fixed before commencement of
concreting such that they are not dislodged by the concreting
operation, nor hinder the striking of forms.
The shuttering for beams and slabs shall be so erected that the side
shuttering of beams can be removed without disturbing the bottom
shuttering of beam and slab. Formwork shall be capable of being
easily removed without shock disturbance or damage to the
concrete. All forms shall be constructed with removable panels or
openings to permit inspection of the inside of the formwork and to
allow removal of debris i.e. chippings, shavings, wires, saw dust,
dust, etc. and water from the interior of the forms before the
concrete is placed.
Formwork shall be securely braced, wedged and firmly supported.
Folding wedges, where used for final adjustments shall be nailed
together and to the props, struts or buttons to prevent their
loosening during vibration.
All formwork shall be fixed to the proper lines and levels and trued
up immediately before depositing the concrete
.
The Contractor shall take into account the structural behavior of
the concrete elements being cast, and shall ensure that the
formwork and staging are adequately stiff to support the concrete
being placed at all stages of placing. Any eccentric loads shall be
properly provided for. If so desired by the Nodal Officer, the
drawings and calculations for the design of the formwork shall be
submitted to the Nodal Officer for approval before erecting the

162

same; however the responsibility for the same shall be entirely of


the Contractor.
The formwork shall be designed and provided to suite the shapes as
shown in the drawing.
Forms intended for reuse shall be treated with care. Forms that
have deteriorated shall not be used. Before reuse all forms shall be
thoroughly scraped, cleaned, nails removed holes suitably plugged,
joints repaired and warped lumber replaced to the satisfaction of
the Nodal Officer. Contractor shall have enough shuttering to allow
for wastage so as to complete the Works in time.
The requirements of formwork construction for concrete placed
under water are specified separately elsewhere in this Specification.
6.2

Internal Ties
Wire ties shall not be allowed; instead bolts passing through plastic
sleeves shall be used where permitted by the Nodal Officer. The
plastic sleeves shall not be nearer than 75 mm to the finished
surface of the concrete. The bolt for this length of 75 mm shall be
wrapped in plastic sheet for easy removal. Holes left by the removal
of bolts shall be fully grouted under pressure to the full length with
1:2 cement : sand grout and neatly plugged with same mix flush
with the surface and finished to the satisfaction of the Nodal Officer
or his nominee.

6.3

Preparation of Forms and Formwork


Before commencement of pouring concrete the faces of forms
coming in contact with concrete shall be cleaned and interior of
forms shall be thoroughly cleaned out of all materials such as dirt,
old concrete etc by approved means to the satisfaction of the Nodal
Officer or his nominee. Where directed, cleaning of interior of forms
shall be done by blasting with a jet of compressed air at no extra
cost.
A thin uniform coating of approved mould oil or other approved
material shall be applied before fixing reinforcement to all surfaces
coming into contact with the concrete to allow easy removal of the
forms without damage to the concrete. No mould oil or other
lubricating medium shall be allowed to come into contact with the
reinforcement and embedded steelwork. Any material that will
adhere to, discolour or impair the finish to the concrete shall not be
used.
Where necessary and approved by the Nodal Officer or his nominee,
to prevent absorption from the concrete, the formwork shall be
thoroughly wetted shortly before concreting is commenced.

163

Shuttering shall be thoroughly scraped, cleaned and, if necessary,


repaired before being reused. Any part of a formwork panel which
the Nodal Officer or his nominee judges incapable of producing a
finish of the specified standard by reason of excessive use or the
employment of substandard materials shall be replaced by the
Contractor at his own expense.
6.4

Removal of Formwork
Formwork shall not be disturbed or stripped, unless otherwise
approved, until the following times have elapsed after the concrete
has been poured: Vertical formwork to beams, walls, - 24 hours ,
Soffit formwork to slabs, (with props left under) - 3 days Removal of
props to slabs i) Spanning up to 4.5 m - 7 days ii) Spanning over
4.5 m - 14 days Soffit formwork to beams (with props left under) 7
days Removal of props to beams i) Spanning up to 6 m - 14 days ii)
Spanning over 6 m - 21 days
The above time periods are however subject to approval by the
Nodal Officer depending on the strength gain characteristics
determined from testing of concrete test cubes with the particular
cement being used. It is the Contractor's responsibility to ensure
that the forms are not struck until the concrete has developed
sufficient strength to support itself, does not undergo excessive
deformation and resists surface damage and any stresses arising
during the construction period. Any damage resulting from
premature removal of forms shall be made good by the Contractor
at his own expense.
In case of elements with re-entrant angles, the formwork shall be
removed as soon as possible after the concrete has set, to avoid
shrinkage cracking occurring due to the restraint imposed.
In addition to the above, no loading (including self weight) shall be
imposed on the concrete which would cause a compressive bending
stress greater than one-third of the concrete strength at the time of
loading, or one-third of the 28 day strength, whichever is less.
Soffit formwork should be so designed as to facilitate striking, if
required, without removal of props being necessary until the times
stipulated above have elapsed.
The Contractors attention is drawn to the need to maintain side
shutters as insulation on large concrete pours to prevent surface
cracking due to thermal effects.
No superimposed load shall be allowed on any part of the concrete
work prior to the removal of the forms and props and/or until such
loading is approved. Where concrete is to have filling placed against

164

it the methods and materials of backfilling shall be approved by the


Nodal Officer or his nominee.
Where there is a particular requirement for the early removal of
formwork a procedure for establishing whether or not the concrete
has reached the required strength shall be agreed with the Nodal
Officer beforehand. This shall be based on strength gain
characteristics determined from testing of concrete test cubes.
At all times the Contractor shall delay the removal of the formwork
if, in the opinion of the Nodal Officer, the concrete contained has
not attained sufficient strength.
6.5

Protection of Surfaces
The Contractor shall ensure that permanently exposed concrete
surfaces are protected from rust marks, spillage, stains or damage
of any kind. Any marks or damage shall be removed or remedied,
all to the satisfaction of the Nodal Officer or his nominee. In the
case of severe damage that may affect the serviceability of the
concrete section involved or where unsatisfactory appearance of
permanently exposed surfaces may result from repairs, the Nodal
Officer or his nominee may order the breaking out and
reconstruction of any section.

7.0

Not Applicable

8.0

Testing and Control

8.1

Inspection and Tests


The Contractor shall ensure that the Nodal Officer is offered all
facilities and assistance for the inspection of materials, storage,
manufacture of concrete and precast concrete, workmanship and
testing, and for carrying out all tests as specified or as instructed .
The latest version of all relevant I.S. codes shall be made available
by the contractor at the site office for the reference of the Nodal
Officer. The following documentation shall be maintained at Site:
a)
b)
c)
d)

8.2

Test reports and manufacturer's certificate for materials,


concrete mix design details.
Pour cards for clearance of concrete placement.
Records of Site inspection & workmanship, field tests.
Non-conformance reports, change orders.

Control of Mix Proportions


A check on the moisture content of the aggregate shall be made as
required by this Specification for the purpose of assessing the
amount of free water to be added to the mixer. The Contractor

165

shall provide himself with a chart, a copy of which shall be given


to the Nodal Officer for approval, relating moisture content in the
aggregate to water to be added at the mixer for all grades of
concrete in use.
Full supervision of the concrete batching and mixing shall be
provided by the Contractor to ensure correct proportions of all the
constituent materials. The Contractor shall maintain records of
the proportions of various constituents of each batch. If required
by the Nodal Officer, equipment shall be installed and maintained
for making autographic records of the constituent materials of
each batch. Control shall ensure that the proportions are within
the tolerances laid down in this Specification.
The Nodal Officer may direct that checking of mix proportions
used shall be made by analysis of hardened concrete in
accordance with I.S. 1199.
8.3

Determination of Fresh Concrete Temperature


In order to satisfy the requirements of this Specification for
measurement of fresh concrete temperature, the following method
shall be adopted: Within 2 minutes of taking a sample, a type A
100 mm immersion thermometer supplied by the Contractor
having a range -50 C to +110C, graduated at each 1C and
complying with BS 1704, shall be inserted in the sample to a
depth of at least 100 mm. When steady conditions have been
maintained for 1 minute the temperature shall be recorded to the
nearest 1C. Unless otherwise directed by the Nodal Officer or his
nominee, the above test shall be carried out on each delivery of
concrete that is to be placed in the Works, at the point of delivery.
Temperature records, together with records of humidity and wind
speed, shall be submitted daily.

8.4

Sampling of Concrete for Strength and Workability Testing


All sampling of concrete and making of test cubes shall be in
accordance with the requirements of I.S. 1199, I.S. 516. All such
sampling shall be carried out by the Contractor at the site of
placing of concrete in the Works.
Sampling for making test cubes shall be carried out in accordance
with the following table:
Quantity of concrete placed for
each concrete grade in one
continuous Operation, m3
1 -5
6 -15

166

Number of Samples

1 set
2 set

16 -30
31 -50
51 and above

3 set
4 set
4 set plus 1 set additional
sample for each additional
50 m3 or part thereof

Note: -At least one sample shall be taken from each shift. If the
concrete is supplied from a ready-mixed concrete plant, the
frequency of sampling shall be agreed upon mutually by the
Contractor and Nodal Officer. From each sample, taken as
provided for above, Six 150 mm cubes shall be made for testing
for strength. Cubes required by the Contractor for his own use
in determining the rate of increase of strength or other
properties of any mass of concrete shall be considered as
additional to the minimum six routine test cubes.
All cubes shall be marked at the time of casting with a serial
number, the date, the grade of concrete and other necessary
marks to identify the part of the Works from which such cubes
were taken. A separate record shall be kept relating each cube
to the part of the Works from which it was taken, the type and
consignment number of cement from which the cube was made,
particulars of aggregate, the water / cement ratio and slump.
Workability (slump) of concrete of each sample shall be tested
according to I.S. 1199 and recorded.
8.5

Curing of Concrete Test Cubes


Concrete test cubes shall be cured in accordance with the
requirements of I.S. 1199, I.S. 516 / BS 1881. If required,
additional test cubes, made as provided for above, shall be
cured in conditions designed to approximate closely to the
conditions being experienced by the mass of concrete from
which the cubes were taken. However, the results of any tests
carried out on such cubes shall only be used for comparison
purposes and not as the basis for acceptance or rejection of any
concrete in the Works.

8.6

Testing and Strength Requirements for Test Cubes


All concrete test cubes shall be crushed to determine
compressive strength in accordance with the requirements of
I.S. 516. For all cubes tested for strength, the density of the
concrete represented by the cube shall first be determined
before testing for strength.
For each set of six test cubes, three shall be tested at 28 days
and the remaining three shall be tested at an earlier age, as
directed by the Nodal Officer. This earlier age shall normally be

167

7 days. The results of the tests made at 28 days shall be the


basis of the standard of acceptance for concrete strength unless
the Nodal Officer directs that tests at an earlier age shall form
this basis.
Each cube from the three shall be tested and the average of the
three results shall be defined as the test result for that
concrete sample at that age.
Compliance with the characteristic strength requirement for
that grade of concrete shall be assumed if the test results from
28 days (or such earlier age tests as may be specified by the
Employers Engineer) meet all the conditions given in the
respective clause.
8.7

Records
Cube test results shall be submitted in duplicate to the Nodal
Officer on standard certificate forms completed in ink and
signed by both the laboratory manager and the Nodal Officer.
They shall be presented to the Nodal Officer as soon as possible
after the test results are known to the Contractor.
Works Cube Test Certificates, when presented to the Nodal
Officer, shall include the following information:
a)
The date of casting the cubes
b)
The date of testing the cubes
c)
The age of cubes when tested
d)
A note of any marks on the cubes
e)
The part of the Works from which the cubes were taken
f)
The aggregate, type of cement and admixtures used and
specified grade of concrete
g)
The mixer employed (Site plant or ready-mixed concrete
supplier)
h)
The curing conditions, including temperature
i)
The conditions of the cubes when put into the testing
machine
j)
The weights of the cubes
k)
The volume of the cubes, determined by displacement
l)
Density
m)
The compressive strengths
n)
The appearance of the concrete and the nature of the
fracture if these are unusual.
In addition to the above detailed records, the Contractor shall
make such records, in a standard form to be agreed with the
Nodal Officer, to show the long term performance of the concrete
for each grade with regard to strength and such other properties
as can be assessed on this basis. These records shall be made
available to the Nodal Officer and may be used when assessing

168

the need to change mix proportions, as provided for elsewhere in


this Specification.
The results of all other routine tests, as required under this
Specification, shall also be recorded in a standard form, to be
agreed with the Nodal Officer, and shall be submitted on a
regular basis, all as directed by the Nodal Officer.
8.8

Non-Destructive Testing
All methods of non-destructive testing of the hardened concrete
in the Works shall comply with I.S. 13311 where applicable and
shall be subject to the approval of the Employers Engineer and
any information submitted prior to approval shall include
details of the calibration of the tests and shall show how the
tests are able to indicate the desired properties of the concrete.
Where approved or directed by the Employers Engineer such
non-destructive testing methods may be used in the event of
failure to meet the strength requirements by Works test cubes,
as provided for above. Such methods may also be used in the
routine control procedures if approved or directed by the
Employers Engineer.

8.9

Concrete Core Testing


As and where directed by the Employers Engineer, following the
failure by Works test cubes to meet the strength requirements
or at such other times when the Employers Engineer has
reason to doubt the standard of the concrete placed in the
Works, cylindrical core specimens, not fewer than three, shall be
cut from the hardened concrete in the Works from locations
selected by the Nodal Officer for the purpose of examination and
testing. The cutting equipment and method shall be subject to
the approval of the Nodal Officer and shall, unless otherwise
directed or approved, produce specimens of diameter 150 mm
and height 300 mm.
If required by the Nodal Officer ultrasonic testing of the concrete
to I.S. 13311 (Part 1) shall be used to determine abnormalities
or density changes within the concrete and to determine the
location where cores will be taken.
All examination, preparation and testing of such Core
specimens shall be carried out in accordance with the
requirements of I.S. 516 and prior to testing the specimens shall
be made available for examination by the Nodal Officer.
Cores from suspect areas shall be tested as required by the
Nodal Officer, those tests will include:

169

Analysis of hardened concrete to I.S. 1199


Testing concrete core compressive strength to I.S. 516
A full report of examination and testing results, as required by
above standards, shall be submitted to the Nodal Officer for
each specimen and the Nodal Officer will then decide what
further action may be required. In general, the criteria for
acceptance of core compressive strength test results shall be as
given in I.S. 456.
The Employers Engineer decision as to the acceptability or
otherwise of any concrete work shall be final and binding on the
Contractor. For any work not accepted the Employers Engineer
may review and decide (i) whether remedial measures are
feasible so as to render the work acceptable. The Employers
Engineer in that case shall direct the Contractor to undertake
and execute the remedial measures, these shall be expeditiously
and effectively executed by the Contractor at his own cost, or (ii)
reject the work and instruct the rejected portion of the Works to
be cut out and replaced at the Contractor's expense, all as per
Nodal Officer's directions. In case the Works are accepted in
spite of deviation from the Specification, the Employers
Engineer may make a reduction in rate of appropriate items
with the consent of Employer.

EXAMPLE CONCRETE POUR CHECKLIST


Contractor's
Representat
ive
Sl.
Item
Signature
No.

1.

2.

3.
4.

Before
Concr
eting

Centrelines
Checked
Formwork and
Staging
Checked for
Accuracy,
Strength &
Finish
Reinforcement
Checked
Cover to
Reinforcement
Checked

170

Nodal
Officer's
nominee
Signature

Rem
arks

Verified Test
5.
Certificate for
Yes/No
Yes/No
Cement/Steel
Adequacy of
6.
Material/Equip Yes/No
Yes/No
ment for Pour
Embed Civil
ed
Items
Parts
Mecha
Checke nical
7.
d
Items
(Locati Electri
on &
cal
Plumb) Items
Pour Authorised : Yes / No - Site Engineer's Signature :
Engineer's Name :

8.

9.
10.
11.
12.
13.

Soffit (S) and Pour Top(T) Levels


Checked Before(B) and After(A) Form S(B) S(A) T(B)
T(A)
Removal (Only Of Beams Of Over 10m
Span & Important Structures)
Construction Joint Location (if
not as per drawing)
Cement Consumption :
kg
kg/m3
Number Of Cubes And
Identification Mark
Test Cube Results (7 Days/28
/
Days)
Concrete Condition Form
V. Good / Good / Fair /
Removal
Poor
Site Engineer's Name
Site Engineer's
Signature :
Notes: 1. Items 1 to 7 (both inclusive) to be checked &
signed by the Nodal Offices Nominee & Contractor's
representative. 2. Items 8 to 13 (both inclusive) to be filled
only by Site Engineer. 3. Each pour to have separate
cards, in triplicate one each for Employer, Site Engineer &
site office. 4. Under remarks, indicate deviations from
drawings & specifications, congestion in reinforcement if
any, unusual occurrences, such as failure of equipments,
sinking of supports/props. Heavy rains affecting
concreting, poor compaction, improper curing, other
deficiencies, any other observations, etc.

Steel Work

9.1

General
All steelwork and fabrication shall be of internationally accepted
good workmanship.

171

In addition to the requirements contained in this Specification,


all materials shall conform with the latest edition of the relevant
Indian Standard or an equivalent standard approved by the
Nodal Officer and shall, if required, be tested as prescribed
therein.
The work shall be carried out by competent personnel skilled in
their various trades. All work shall be of the highest quality and
the whole shall be the subject of inspection and approval of the
Nodal Officer.
All steelwork shall be obtained from an approved supplier and
manufacturer's appropriate test certificates shall be available
upon request by the Nodal Officer.
All Steelwork shall be straightened or curved as necessary by
pressure and not by hammering.
9.2

Materials
All steelwork comprising of mild steel rolled steel plates and
sections shall comply with IS 800, IS 808 and IS 2062, unless
specified otherwise.
All stainless steel plate and section to be Grade 316 to the
appropriate British Standards. All stainless steel fixings to be
Grade A4 Class 70.
All cast iron to be flake graphite cast iron to IS 2749.
All bolts and nuts shall comply with I.S. 1367/ IS 3757, for Mild
steel, high tensile steel structural quality and high tensile steel
special quality bolts, and nuts shall comply with the provisions
of Clause 3.5 of I.S. 800.
Bolts and studs shall have parallel shanks, hexagonal heads
and nuts in accordance with the IS IS 1363 1992 / IS 6639 as
stated on the Drawings. The length of bolt or stud will be such
that at least one complete thread will show through the nut
when finally tightened up.
When bolt heads or nuts bear upon bevelled surfaces they shall
be provided with square tapered washers to afford a seating for
the nut square with the axis of the bolt.
All dissimilar metals which induce electrolytic action are to be
isolated with suitable nylon washers/plates. These metals
include stainless steel and zinc coated mild steel (e.g.
galvanized, sheradised and zinc sprayed items) which need to be

172

isolated from un-treated mild steel.


All nuts and bolts specified on the Drawings shall be to the
required size with correct threaded length, and be supplied with
matching nuts and washers also of the same material, except
where electrolytic action is to be avoided.
Where small parts such as bolts and nuts etc. are to be
sherardised, they shall be treated to receive a coating of finished
thickness not less than 30 microns.
Where bolts, nuts and washers etc. are to be hot dip galvanised,
they shall be treated to receive a finished thickness of zinc
coating of not less than 80 microns thickness.
Where holding down bolts or other fixings are to be formed from
stainless steel, they shall be of Grade (316) A4 Class 50 and
comply with IS 1367/ IS 3757 or be of higher strength.
9.3

Storage
All steel shall be carefully off-loaded and stacked on timber or
concrete supports suitably spaced on a firm level surface, and of
sufficient height to keep steel clear of the ground and water. The
steel shall be stored separately, by section size or thickness
All materials used in the construction shall be handled and/or
stored in such a way as to avoid damage.

9.4

Fabrication and Erection


The Contractor shall fix the steelwork complete and shall
provide and erect all temporary stages necessary for the carrying
out of the work in such manner as not to interfere with traffic or
roads etc. and provide all cranes, plant and labour required for
the same. Before any work is begun by the Contractor on the
site he shall submit to the Nodal Officer for his approval the
procedures he proposes for the erection of the steelwork
together with drawings of all temporary works required. Such
approval by the Nodal Officer shall not relieve the Contractor of
his obligations under the Contract.
The Contractor shall fix the steelwork and erect and maintain all
temporary works in such a manner as to ensure complete safety
at all times for all members of the workforce and any other
persons in the vicinity of the works.
Steelwork shall be fabricated and erected in accordance with IS
800 or equivalent approved by the Nodal Officer and with this
Specification. The method of construction welding sequences,

173

etc. shall be arranged to give minimum distortion. No holes or


notches shall be made in the steelwork other than those shown
on the drawings without approval of the Nodal Officer. Similar
approval must be obtained prior to the enlargement of any hole.
The butting end of members shall be faced in a milling or ending
machine after the members have been completely fabricated so
as to butt in close contact over the entire surface.
9.5

Welding

9.5.1 General
Welding electrodes shall be in accordance with IS 814/ IS 815/
IS 816. Only electrodes of the grade compatible with the
characteristics of the parent metal shall be used.
At all stages of fabrication and treatment, the steelwork shall be
subject to inspection by the Nodal Officer or his representative.
Any work not to the satisfaction of the Nodal Officer shall be
immediately rectified at the Contractors expense.
Approval given to steelwork at an earlier stage of fabrication or
supply shall not preclude rejection of any steelwork either
before, during, or after erection.
9.5.2 Workmanship
It shall be of the highest quality in relation to the class of work.
Care shall be taken in all preparation of the work, the selection
of the finest materials and in the employment of fully qualified
and tested operators.
All welds shall be designed to seal the joints between sections
completely unless specified otherwise by the Nodal Officer.
Welding operations shall be completed before any final
machining or other fitting work is carried out. All main butt
welds shall have complete penetration, shall be made between
prepared fusion faces and when possible shall be welded from
both sides.
The ends of the welds shall have full throat thickness obtained
by the use of extension pieces secured on each side of the main
plates. Additional metal remaining after removal of the extension
pieces shall be removed by machining or other approved means
and ends and surfaces of the welds smoothly finished.
In the fabrication of built-up assemblies all butt welds in each
component part shall be completed before final assembly. Where
butt welds are to be ground flush there shall be no loss of
parent metal.

174

All fillet welds shall be continuous and where sealing runs are
adopted they shall have the appropriate corrosion allowance. All
welds shall be smooth in preparation for painting.
Peeling of welds resulting in deformation of the weld surface
shall only be carried out with express permission of the Nodal
Officer but all spatters shall be cleaned off and all slag removed
on completion of the weld and before examination by the Nodal
Officer.
Before welding commences the Contractor must ensure there is
no paint within 75mm of the surface to be welded except in so
far as wash primers for blast cleaned steel declared by their
manufacturers to be suitable for welding may be permitted.
After fabrication, all fins caused by welding shall be removed
and the weld shall be smoothly finished all round.
9.5.3 Arc Welding
Arc welding shall be carried out in conformity with IS 816 and
all other relevant IS Standards. The welding procedure shall
conform to the recommendations of the electrode manufacturer.
All electrodes shall be stored in a warm dry place and shall not
be kept loose in the welding bay unless required for immediate
use. Electrodes which have areas of the flux covering broken
away or damaged shall be discarded.
9.5.4 Trials and Testing
Provision must be made for procedure trials and testing to be
carried out in accordance with IS 816, IS 822.
Trials shall include specimen weld details from the actual
construction which shall be welded in a manner simulating the
most unfavourable situation which will occur. Where priming
coats are to be applied to the work before fabrication they shall
similarly be applied to the samples before trials are made. After
completion, the welds shall be held at approximately 16C for
not less than 72 hours and shall then be sectioned and
examined for cracking.
Welding shall be carried out only on dry surfaces, according I.S.
816 and welds shall be inspected according to I.S. 822.
Procedures shall be adopted to enable welds to be traced to the
welder by whom they were made.

175

9.5.5 Hot Dip Galvanizing


The hot dip galvanizing shall be executed after all fabrication has
been completed and approved by the Nodal Officer or his nominee.
Levelling and straightening of galvanized steel parts shall be done in
such a way that the zinc layer is protected from damages.
Generally, hot dip galvanizing shall comply with the requirements
as specified in the relevant Indian Standard and shall be carried out
in a workshop approved by the Nodal Officer or his nominee. For all
items to be galvanized, the thickness of galvanizing shall not be less
than 80 microns.

10. STONES
All quarry stones to be used in the structure shall be of an approved
quality, clean, sound, tough, durable and free from earth and other
soft or decomposed and injurious materials. The quarry stone shall
be supplied from the quarries approved by the Nodal Officer or his
Nominee.
The stones required to be supplied will consist of the following:[i] The stones to be used shall be hard without cracks and reasonably
cubical in shape. The ratio of length/breath of stone shall not
exceed 2.5 (approx).
[ii] The stone and stone metal shall be of first class hard granite of
sizes mentioned and shall consist of uniform colour and texture
from good hard stones and shall be fairly cubical to sizes detailed
below.
[iii] The density of stones shall be in the range of 2.6 to 2.8 gms/cubic
centimetre. The contractor should submit list of Govt. approved
quarries from where various types of stones are proposed to be
procured for the project.
(iv) The voids to be accounted for assessing theoretical quantity of
stones for Filter, Core, Bedding layer is 40%.
[v] Flaky and decayed stones are not to be supplied. The broken metal
must be free from dust and dirt.
[v] The stones supplied shall be uniformly graded with minimum and
maximum weights and sizes as specified below:
The contractor shall be responsible for carrying out the Rubble filling
work in accordance with the cross section furnished in drawing to
achieve required profile/cross section.
Any stones, in the opinion of the Employers Engineer not
conforming to the specifications will be rejected at any time. The
contractor shall ensure that the various categories of stones are
deposited in position and to the slope indicated in drawing. They shall
remedy to the satisfaction of the Nodal Officer any error which may
occur.
Any damage to the work either during construction or during guarantee
period, due to natural causes or otherwise shall be made good and

176

remedied by the contractor at his own cost. The


contractor
shall
furnish his programme and methodology and obtain prior approval
before commencing the work.
10.1

Filter / Core layer :


The Filter/Core materials shall be deposited with minimum
disturbance to the seabed using water borne equipment. The Section
of the Filter/ Core layer should correspond to that shown in the
drawing before the core layer is laid.
The top level of the filter/core layer shall be correctly maintained as
shown in the drawings and the stones shall be spread evenly. No
extra cost shall be claimed by the contractor both for change in the
alignment and changes in sections.

10.2

Levelling course
Leveling course layer stones shall be placed to the levels directed by
the Employers Engineer or Nodal Officer, based upon the levels to
which the core layer is constructed and to the thickness shown in the
drawing and/ or as directed by the Employers Engineer or Nodal
Officer. The stones shall properly leveled using suitable means to have
smooth and even level for placing the Precast concrete blocks.

10.3 Soundings
It is important to check the accuracy of the profile before actually
dumping / placing the different category of stones. Profile for core and
other layer shall be measured at intervals of 1m along the length and
1 m along the cross section of the rubble base and for filter layer 1m
square grid pattern may be used or as directed by the Employers
Engineer. Lead soundings whenever necessary shall therefore be
carried out for this purpose, and the profile of the structure shall, if
necessary, be made to comply with the profile stated on the working
drawings, with due allowance for any tolerance as decided by the
Employers Engineer. The soundings as given above shall be carried
out by the contractor at his own cost. In other places, the contractor
at his own cost shall make necessary arrangements for fixing levels by
using suitable leveling instrument.
10.4 Alignment and levels
The sections and levels of Rubble bund structure shown in the
drawing is tentative. In case of any variations due to site conditions /
climate conditions, Employers Engineer reserves the right to modify
the sections.
Before commencement of works on a particular reach, the section and
alignment shall be finalized by the Employers Engineer or Nodal
Officer based on the prevailing levels and the contractor shall carryout

177

the works as per the Employers Engineer instructions at no extra


cost.
1. The stone shall be uniformly graded with minimum and maximum
weights and sizes as specified.
2. Slopes are to be maintained as per drawing and as directed at site.
3. The stones supplied shall conform to the specifications given in the
tender. Any stones, in the opinion of the Employers Engineer or Nodal
officer, not conforming to the specifications will be rejected by the
Employers Engineer or Nodal officer at any time and such rejected
stone must be removed from Trusts premises by the contractor within
7 days from the date of rejection at their own cost failing which the
same will be removed by the Trust or its agency at the cost and risk of
the contractor.
4. The contractor shall maintain adequate stocks of stones of various
categories so as to enable them to comply with all demands, which
may be made upon them under this contract.
5.Delivery of stones will not be considered complete until the stones
are delivered and accepted at unloading end at Harbour and are
conveyed and placed in position.
6. Unloading and stacking of stone of different categories at site shall
be as directed by the Nodal officer or his Nominee.
7. The handling and stacking of the materials shall be done as per the
directions of the Nodal Officer or his Nominee and the contract is liable
to be terminated at any time without notice, if the execution of the
work is not to the satisfaction of the Nodal Officer. Any damage to the
goods or properties belonging to the Trust in the process of work shall
be made good the contractor at their cost.
8.Spilling inside the harbour are enroute to the dumping end at site
shall be cleared by the contractor at their cost.
10.5 Weighment of stones
Permission shall be obtained from the Employers Engineer to
use the Port approved weigh bridges inside the Port premises subject
to all contract conditions relating to weighment of stone are fully
adhered including calibration and stamping of weighbridge. All the
cost relating to weighment of stones shall be borne by the contractor.
The weighbridge and recording arrangement shall be approved by the
Nodal Officer or his Nominee and weighment shall be certified by the
Nodal Officer or his Nominee.
Before commencement of the Rubble filling work, vehicle shall be
weighed in the presence of the Nodal officer or his nominee, unloaded,
driver on board, all normal parts attached and with the fuel tank half

178

empty. The weight and vehicle identification number of each vehicle


shall be recorded in the presence of the Nodal officer or his nominee.
The weight of each truck shall be checked periodically or whenever the
Nodal officer or his nominee so directs. Each weigh bridge
shall be
calibrated as per statutory requirements as directed by the Nodal
Officer.
The contractor shall make arrangements at their own cost for
necessary trip sheets to the approval of the Nodal Officer or his
Nominee for recording weighment and measurements.
11.

Pre-cast cement concrete Blocks:

Casting of concrete blocks:


The concrete mix of all type of blocks will be as specified in the
schedule.
All concrete blocks shall be cast on horizontal rigid beds of such
design and character as the Nodal officer may specify. Each concrete
block shall be cast in one continuous operation and no construction
joints in the concrete will be permitted.
If the contractor should for any reason whatsoever only partially
complete the casting of any concrete block then such unfinished
concrete block shall be rejected and no payment be made for the
unfinished work. All the rejected work shall be removed from the site
without delay.
The concreting work shall be in accordance with items specified
elsewhere. Local shifting of the concrete blocks within the casting yard
may be done only after 7 days of concreting. The transporting and
placing of concrete blocks will not be permitted until the concrete has
attained its 28 days strength. The concrete blocks shall be handled by
crawler crane or any approved methods. The block shall be
transported by any approved methods to the satisfaction of the Nodal
officer. The concrete blocks shall not be dropped or allowed to roll.
All these operations are indicated only for the guidance of the
contractor. The responsibility for all these operations shall be with the
contractor who shall nevertheless obtain Nodal officers approval
before the removal and striking of form and handling of the concrete
blocks. Any damage caused by or arising from the removal and
striking of form or handling of the newly casted concrete
blocks/existing blocks with Port shall be made good at the
contractorss expense to the satisfaction of the Nodal officers.
12.

Removal of improper works & material:


The Nodal officer shall during the progress of the works have power to
order in writing from time to time the following:
i.
The removal from the site within such time or times as may be
specified in the order of any materials, which in the opinion of
the Nodal officer are not in accordance with the contract.
ii.
The substitution of materials not in accordance with the
contract by proper and suitable materials and

179

iii.

13.

The removal and proper re-execution (notwithstanding any


previous test thereof or interim payment thereof) of any work
which in respect of materials or workmanship is not in the
opinion of the Nodal officer in accordance with the contract.

Default of the contractor in compliance:


In case of the default on the part of the contractor in carrying out
such order, the Employer shall be entitled to employ and pay other
persons to carry out the same and all expenses consequent thereon or
incidental thereto shall be borne by the contractor and recoverable
from him by the Employer from any moneys due or which may become
due to the contractor.
As soon as in the opinion of the Nodal officer, the work has been
completed and satisfactorily passed in the final test that may be
prescribed by the contract, the Nodal officer shall on receiving a
written undertaking by the contractor, issue a certificate of completion
in respect of the works and the period of maintenance shall commence
from the date of such certificate.

14.

Drawings
After each survey the Contractor shall immediately prepare drawings
on which shall be recorded the results of the survey in the form of
plans, to a scale of 1:500 or as directed by the Nodal officer nominee
and cross sections to a scale agreed by the Nodal officer.
All survey charts to be produced by the contractor shall be reduced to
Chart Datum (CD), and the depths and / or heights shall be plotted in
metres and centimeters. The charts are to be presented to the Nodal
officer in the approved form and with sufficient required number of
copies.
* * * * *

180

SECTION 6
SCHEDULE OF DRAWINGS

181

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR BD1

JETTY HEAD STRUCTURE AT CHENNAI PORT


SECTION 6
SCHEDULE OF DRAWINGS
1. No.CE/P/7312 /2015

Site Plan of Approach Jetty, Temporary


Approach Jetty

2. No.CE/P/ 7313/2015

General Layout and Section of Approach


Jetty

3. No.CE/P/ 7314 /2015

Sectional details of Block work

4. No.CE/P/ 7315 /2015

Reinforcement details of Pile, Pile muff,


Main beam and Secondary beam.

5. No.CE/P/ 7316 /2015

Reinforcement details of Slab

6. No.CE/P/ 7317 /2015

Plan and section of Temporary Approach


Jetty

7. No.CE/P/ 7323 /2016

Details of Bore log

The

above

drawings

are

for

Tender

purpose

only.

Execution/Supplementary drawings if any, which the Nodal officer or nominee


may issue from time to time or approve during the currency of contract will
also form part of the contract.

***********

182

184

185

186

187

188

189

SECTION 7
FORM OF SECURITIES AND OTHER
FORMATS

CHENNAI PORT TRUST


TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR BD1
JETTY HEAD STRUCTURE AT CHENNAI PORT
SECTION 7
FORMS OF SECURITIES AND OTHER FORMATS
Acceptable forms of securities are annexed. Bidders should not complete the
Performance Security form at this time. Only the successful Bidder will be
required to provide Performance Security in accordance with one of the
forms or in a similar form acceptable to the Employer.
Annexure

Description

Specimen
Declaration

format

Proforma of Integrity Pact

Remarks
for To be filled and enclosed by all bidder
at the time of submission of Bid under
Cover I
(To be uploaded online)

To be filled and enclosed by all bidder


at the time of submission of bid.
(To be uploaded online)

Joint Venture partnership


information form
(For JV firms)

To be filled and enclosed by JV bidder


at the time of submission of bid.
(To be uploaded online)

Form of Contract Agreement

Specimen Bank Guarantee for To be executed by Bank for successful


Performance Guarantee
bidder
/Security Deposit

Specimen letter of Authority


from bank for all BGS

To be executed by Bank for successful


bidder

Notice to proceed with the


works

To be issued in accordance with the


contract conditions

Specimen bond undertaking


proforma for PF

To be executed if
obtaining work order

applicable

on

Specimen bond undertaking


proforma for ESI

To be executed if
obtaining work order

applicable

on

10

Specimen for Disputes


Review Board Agreement

To be executed if
obtaining work order

applicable

on

191

To be executed by the employer and


successful bidder after issue of LOA

Annexure-1 (To be uploaded online)


SPECIMEN FORMAT FOR DECLARATION
(To be executed on bidders letter head)
To
The Chief Engineer
Chennai Port Trust
No. 1,Rajaji Salai
Chennai 1
TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR

BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT


Ref: Tender No. T/JDC/56/2015/E
The undersigned, having studies the pre-qualification submission for the
above mentioned project, hereby states:
(a) The information furnished in our bid is true and accurate to the best
of my knowledge.
(b) That in case of being pre-qualified, we acknowledge that the
Employer may invite us to participate in due time for the submission of a
tender on the basis of provisions made in the tender documents to
follow.
(c) When the call for tenders is issued, if the legal, technical or financial
conditions, or the contractual capacity of the firm or joint venture
changes, we commit ourselves to inform you and acknowledge your sole
right to review the pre-qualification made.
(d) We enclose all the required pre-qualification data format and all
other documents and supplementary information required for the prequalification evaluation.
(e)
We also state that no changes have been made by us in the
downloaded tender documents and also understand that in the event of
any discrepancies observed, the uploaded Port tender document of
Tender No. T/JDC/56/2015/E is full and final for all legal / contractual
obligations.
(delete if not required)
Date:
Place:
Name of the applicant:
Represented by (Name & capacity):

192

Annexure-2 (To be uploaded online)


PROFORMA OF INTEGRITY PACT
(The tenderer shall submit Integrity pact Agreement along with Cover I
(to be executed on Rs.100/- non-judicial stamp paper with witnesses.

GENERAL

This pre-bid pre-contract Agreement (herein after called the Integrity


Pact)

BETWEEN
Chennai Port Trust, represented by Chairman, Chennai Port Trust, Chennai
hereinafter referred to as THE PRINCIPAL / EMPLOYER
AND
represented by
Shri hereinafter referred to as The BIDDER /
CONTRACTOR.
Preamble
The Principal intends to award, under laid down organizational
procedures, contract/s for (Name of the Contract / Project /
Stores equipment / item).

The Principal values full compliance with all

relevant laws and regulations, and the principles of economic use of resources,
and of fairness and transparency in its relations with the Bidder/s and
Contractor/s.
In order to achieve these goals, the Principal will appoint an External
Independent Monitor who will monitor the tender process and the execution of
the contract for compliance with the principles mentioned above.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent
and free from any influence / prejudiced dealings prior to, during and
subsequent to the currency of the contract to be entered into with a view to:Enabling the PRINCIPAL/EMPLOYER to obtain the desired said stores /
equipment at a competitive price in conformity with the defined specifications
by avoiding the high cost and the distortionary impact of corruption on public

193

procurement, and Enabling BIDDERs / CONTRACTORs to abstain from


bribing or indulging in any corrupt practice in order to secure the contract by
providing assurance to them that their competitors will also abstain from
bribing and other corrupt practices and the PRINCIPAL/EMPLOYER will
commit to prevent corruption, in any form, by its officials by following
transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as
follows:Commitments of the PRINCIPAL/EMPLOYER
The

PRINCIPAL/EMPLOYER

undertakes

that

no

official

of

the

Principal/Employer connected directly or indirectly with the contract, will


demand, take a promise for or accept, directly or through intermediaries, any
bribe, consideration, gift, reward, favour or any material or immaterial benefit
or any other advantage from the BIDDER / CONTRACTOR, either for
themselves or for any person, organization or third party related to the
contract in exchange for an advantage in the bidding process, bid evaluation,
contracting or implementation process related to the contract.
The PRINCIPAL/EMPLOYER will, during the pre-contract stage, treat all
BIDDERs / CONTRACTORs alike, and will provide to all BIDDERs /
CONTRACTORs the same information and will not provide any such
information to any particular BIDDER / CONTRACTOR which could afford an
advantage to that particular BIDDER / CONTRACTOR in comparison to other
BIDDER / CONTRACTOR and could obtain an advantage in relation to the
tender process or the contract execution.
All the officials of the PRINCIPAL/EMPLOYER will report to the Chairman /
Chief Vigilance Officer of Chennai Port Trust any attempted or completed
breaches of the above commitments as well as any substantial, suspicion of
such a breach.
If the PRINCIPAL/EMPLOYER obtains information on the conduct of any of its
employees with full and verifiable facts and the same is prima facie found to be
correct which is a criminal offence under the Indian Penal Code / Prevention of
Corruption Act, or if there be a substantive suspicion in this regard, the

194

Principal will inform its Chief Vigilance Officer and in addition can initiate
disciplinary actions.
Commitments of the BIDDER / CONTRACTOR
The Bidder / Contractor commit himself to take all measures necessary to
prevent corruption.

He commits himself to observe the following principles

during his participation in the tender process and during the post contract
stage.

i.

The Bidder /Contractor will not enter with other Bidder / Contractors
into any undisclosed agreement or understanding, whether formal or
informal.

This

applies

in

particular

to

prices,

specifications,

certifications, subsidiary contracts, submission or non-submission of


bids or any other actions to restrict competitiveness or to introduce
cartelization in the bidding process.
ii.

The Bidder/Contractor will not commit any offence under the Indian
Penal Code, 1860 / Prevention of Corruption Act, 1988 further the
Bidder / Contractor will not use improperly, for purposes of competition
or personal gain, or pass on to others, any information or document
provided by the Principal as part of the business relationship, regarding
plans, technical proposals and business details, including information
contained or transmitted electronically.

iii.

The Bidder / Contractor will not offer, directly or through intermediaries,


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

iv.

The Bidder / Contractor further undertakes that it has not given, offered
or promised to give directly or indirect any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or any other
advantage, commission, fees, brokerage or inducement to any official of
the Principal/Employer

or otherwise in procuring the Contract or

forbearing to do or having done any act in relation to the obtaining or

195

execution of the contract or any other contract with the Principal for
showing or forbearing to show favour or disfavour to any person in
relation to the contract or any other contract with the Principal.
v.

The Bidder / Contractor of foreign origin shall disclose the name and
address of the Agents /representatives in India, if any.

Similarly the

Bidder/Contractor of Indian Nationality shall furnish the name and


address of the foreign principals, if any.
vi.

Bidder / Contractors shall disclose the payments to be made by them to


agents or any other intermediary, in connection with this bid/contract.

vii.

The Bidder / Contractor further confirms and declares to the Principal/


Employer

that

the

manufacturer/integrator/

Bidder

authorized

Contractor
government

is

the

sponsored

original
export

entity of the stores and has not engaged any individual or firm or
company whether Indian or foreign to intercede, facilitate or in any way
to recommend to the Principal/Employer or any of its functionaries,
whether officially or unofficially to the award of the contract to the
Bidder / Contractor, nor has any amount been paid, promised or
intended to be paid to any such individual, firm or company in respect of
any such intercession, facilitation or recommendation.
viii.

The Bidder / Contractor, either while presenting the bid or during precontract negotiations or before signing the contract, shall disclose any
payments he has made, is committed to or intends to make to officials of
the Principal/Employer or their family members, agents, brokers or any
other intermediaries in connection with the contract and the details of
services agreed upon for such payments.

ix.

The Bidder / Contractor will not collude with other parties interested in
the contract to impair the transparency, fairness and progress of the
bidding process, bid evaluation, contracting and implementation of the
contract.

x.

The Bidder / Contractor will not accept any advantage in exchange for
any corrupt practice, unfair means and illegal activities.

xi.

The Bidder / Contractor shall not use improperly, for purposes of


competition or personal gain, or pass on to others, any information
provided by the Principal/Employer as part of the business relationship,

196

regarding plans, technical proposals and business details, including


information contained in any electronic data carrier. The Bidder /
Contractor also undertakes to exercise due and adequate care lest any
such information is divulged.
xii.

The Bidder / Contractor commits to refrain from giving any complaint


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

xiii.

The Bidder / Contractor will not instigate third persons to commit


offences outlined above or be an accessory to such offences.

xiv.

If the Bidder/Contractor or any employee of the Bidder/Contractor or


any person acting on behalf of the Bidder/Contractor, either directly or
indirectly, is a relative of any of the officers of the Principal/Employer, or
alternatively, if any relative of an officer of the Principal/Employer has
financial interest / stake in the Bidder / Contractors firm, the same
shall be disclosed by the Bidder / Contractor at the time of filing of
tender.
The term relative for this purpose would be as defined in Section 6 of
the Companies Act 1956.

xv.

The Bidder / Contractor shall not lend to or borrow any money from or
enter into any monetary dealings or transactions, directly or indirectly,
with any employee of the Principal/Employer

Previous Transgression
The Bidder / Contractor declares that no previous transgression occurred in
the last three years immediately before signing of this Integrity Pact, with any
other company in any country in respect of any corrupt practices envisaged
hereunder or with any Public Sector Enterprises in India or any Government
Department in India that could justify Bidder / Contractors exclusion from the
tender process.
If the Bidder / Contractor makes incorrect statement on this subject, the
Bidder / Contractor can be disqualified from the tender process or the
contract, if already awarded, can be terminated for such reason.

197

Sanction for Violations


Any breach of the aforesaid provisions by the Bidder / Contractor or any one
employed by it or acting on its behalf (whether with or without the knowledge
of the Bidder / Contractor shall entitle the Principal / Employer to take all or
any one of the following actions, wherever required:(i)

To immediately call off the pre contract negotiations without


assigning any reason or giving any compensation to the BIDDER /
CONTRACTOR, However, the proceedings with the other BIDDER /
CONTRACTOR (s) would continue.

(ii)

The Earnest Money Deposit (in pre-contract stage) and / or Security


Deposit / Performance Bond (after the contract is signed) shall stand
forfeited

either

fully

or

partially,

as

decided

by

the

PRINCIPAL/EMPLOYER and the PRINCIPAL/EMPLOYER shall not be


required to assign any reason therefore.
(iii)

To immediately cancel the contract, if already signed, without giving


any compensation to the BIDDER / CONTRACTOR.

(iv)

To recover all sums already paid by the PRINCIPAL/EMPLOYER, and


in case of an Indian BIDDER / CONTRACTOR with interest thereon
at 2% higher than the prevailing Prime Lending Rate of State Bank of
India , while in case of a BIDDER / CONTRACTOR from a country
other than India with interest thereon at 2% higher than the LIBOR.
If any outstanding payment is due to the BIDDER / CONTRACTOR
from the PRINCIPAL/EMPLOYER in connection with any other
contract for any other stores, such outstanding payment could also
be utilized to recover the aforesaid sum and interest.

(v)

To encash the advance bank guarantee and performance bond /


warranty bond, if furnished by the BIDDER / CONTRACTOR, in order
to

recover

the

payments,

already

made

by

the

PRINCIPAL/EMPLOYER, along with interest.


(vi)

To

cancel

all

or

any

other

Contracts

with

the

BIDDER

CONTRACTOR. The BIDDER / CONTRACTOR shall be liable to pay


compensation for any loss or damage to the PRINCIPAL/EMPLOYER
resulting

from

such

cancellation/

198

rescission

and

the

PRINCIPAL/EMPLOYER shall be entitled to deduct the amount so


payable from the money(s) due to the BIDDER / CONTRACTOR.
(vii)

To debar the BIDDER / CONTRACTOR from participating in future


bidding processes of the Principal for a minimum period of five years,
which

may

be

further

extended

at

the

discretion

of

the

PRINCIPAL/EMPLOYER.
(viii) To

recover

all

sums

paid

in

violation

of

this

Pact

by

BIDDER/CONTRACTOR(s) to any middleman or agent or broker with


a view to securing the contract.
(ix)

In cases where irrecoverable Letters of Credit have been received in


respect of any contract signed by the PRINCIPAL/EMPLOYER with
the BIDDER / CONTRACTOR, the same shall not be opened.

(x)

Forfeiture of Performance Bond in case of a decision by the


PRINCIPAL/EMPLOYER to forfeit the same without assigning any
reason for imposing sanction for violation of this pact.

(xi)

The Bidder / Contractor accepts and undertakes to respect and


uphold the Principals absolute right to resort to and impose such
exclusion and further accepts and undertakes not to challenge or
question such exclusion on any ground, including the lack of any
hearing before the decision to resort to such exclusion is taken. This
undertaking is given freely and after obtaining independent legal
advice.

(xii)

If the Bidder / Contractor can prove that he has restored /recouped


the damage caused by him and has installed a suitable corruption
prevention system, in such a case, it will be discretion of the Principal
to revoke the exclusion prematurely.

(xiii) The PRINCIPAL/EMPLOYER will be entitled to take all or any of the


actions mentioned at Para (i) to (x) above of this Pact also on the
Commission by the BIDDER / CONTRACTOR or any one employed by
it or acting on its behalf (whether with or without the knowledge of
the BIDDER / CONTRACTOR), of an offence as defined in Chapter IX
of the Indian Penal code, 1860 or Prevention of corruption Act, 1988
or any other statute enacted for prevention of corruption.

199

(xiv)

The decision of the PRINCIPAL / EMPLOYER to the effect that a


breach of the provisions of this Pact has been committed by the
BIDDER / CONTRACTOR shall be final and conclusive on the
BIDDER / CONTRACTOR. However, the BIDDER / CONTRACTOR
can approach the Independent Monitor (s) appointed for the purposes
of this Pact.

Fall Clause
The BIDDER / CONTRACTOR undertakes that it has not supplied / is not
supplying similar product / systems or subsystems at a price lower than that
offered in the present bid in respect of any other Ministry / Department of the
Govt. of India or PSU and if it is found at any stage that similar product /
systems or

subsystems was supplied by the BIDDER / CONTRACTOR to the

Principal at a lower price, then that very price, with due allowance for elapsed
tie, will be applicable to the present case and the difference in the cost would
be refunded by the BIDDER / CONTRACTOR to the PRINCIPAL / EMPLOYER,
if the contract has already been concluded.
Independent Monitors
The Principal/Employer has appointed two Independent External Monitors
(hereinafter

referred

to

as

Monitors)

Shri.S.Manoharan,

IAS

(Retired),

Raagamalika New No.4, Old No.14, Thirumurugan Street, Kalakshetra


Colony, Besant Nagar, Chennai600090 and Shri.P.Tamilvanan, No.714,
Poosaripalayam, Coimbatore641003 for this Pact in consultation with the
Central Vigilance Commission.
(a) The task of the Monitors shall be to review independently and
objectively, whether and to what extent the parties comply with the
obligations under this Pact.
(b) The Monitors shall not be subject to instructions by the representatives
of the parties and perform their functions neutrally and independently.
(c) Both the parties accept that the Monitors have the right to access all the
documents relating to the project / procurement, including minutes of
meetings.

200

(d) As soon as the Monitor notices, or has reason to believe, a violation of


this pact, he will so inform the authority designated by the Principal and
the Chief Vigilance Officer of Chennai Port Trust.
(e) The BIDDER / CONTRACTOR(s) accepts that the Monitor has the right
to access without restriction to all Project documentation of the
PRINCIPAL including that provided by the BIDDER / CONTRACTOR.
The BIDDER / CONTRACTOR will also grant the Monitor, upon his
request and demonstration of a valid interest unrestricted and
unconditional access to his project documentation. The same is
applicable to Subcontractors. The Monitor shall be under contractual
obligation to treat the information and documents of the Bidder /
Contractor / Subcontractor(s) with confidentiality.
(f) The Principal / Employer will provide to the Monitor sufficient
information about all meetings among the parties related to the Project
provided such meetings could have an impact on the contractual
relations between the Principal and the Contractor. The parties offer to
the Monitor, the option to participate in such meetings.
(g) The Monitor will submit a written report to the designated Authority of
Principal / Employer / Chief Vigilance Officer of Chennai Port Trust
within 8 to 10 weeks from the date of reference or intimation to him by
the Principal / Employer / Bidder / Contractor and should the occasion
arise, submit proposals for correcting problematic situation.
(h) As soon as the Monitor notices, or believes to notice, a violation of this
agreement, he will so inform the Management of the Principal and
request the Management to discontinue or to take corrective action, or
to take other relevant action.
non-binding recommendations.

The Monitor can in this regard submit


Beyond this, the Monitor has no right

to demand from the parties that they act in a specific manner, refrain
from action or tolerate action.
(i) If the Monitor has reported to the Principal substantiated suspicion of
an offence under the Indian Penal Code, 1860 / Prevention of
Corruption Act,1988 and the Principal / Employer has not, within
reasonable time, taken visible action to proceed against such offence or
reported to the Chief Vigilance Officer, the Monitor may also transmit

201

this information directly to the Central Vigilance Commissioner,


Government of India.
(j) The word Monitor would include both singular and plural.
Facilitation of Investigation
In case of any allegation of violation of any provisions of this Pact or
payment of commission, the PRINCIPAL / EMPLOYER or its agencies shall be
entitled to examine all the documents including the Books of Accounts of the
BIDDER / CONTRACTOR and the BIDDER / CONTRACTOR shall provide
necessary information and documents in English and shall extend all possible
help for the Purpose of such examination.
Other Provisions
Changes and supplements as well as termination notices need to be
made in writing. Side agreements have not been made.
If the Contractor is a partnership or a consortium, this agreement must
be signed by all partners or consortium members.
Law and Place of Jurisdiction
This Pact is subject to Indian Law. The place of performance and
jurisdiction is the seat of the PRINCIPAL / EMPLOYER.
Other Legal Actions
The actions stipulated in this Integrity Pact are without prejudice to any
other legal action that may follow in accordance with the provisions of the
extant law in force relating to any civil or criminal proceedings.
Validity
The validity of this Integrity Pact shall be from date of its signing and
extend upto 5 years or the complete execution of the contract to the
satisfaction of both the PRINCIPAL and the Bidder / Contractor including
warranty period whichever is later.

In case Bidder / Contractor is

unsuccessful, this Integrity Pact shall expire after six months from the date of
the signing of the contract.
If any claim is made/lodged during this time, the same shall be binding
and continue to be valid despite the lapse of this pact as specified above,
unless it is discharged/determined by the Chennai Port Trust.

202

Should one or several provisions of this Pact turn out to be invalid, the
remainder of this Pact shall remain valid. In this case, the parties will strive to
come to an agreement to their original intentions.
Equal treatment of all Bidders / Contractors /Sub-Contractors
(a)

The Bidder / Contractor undertake to demand from all subcontractors a commitment in conformity with this Integrity Pact, and
to submit it to the Principal before contract signing.

(b)

The Principal will enter into agreements with identical conditions as


this one with all Bidders / Contractors and Sub-Contractors.

(c)

The Principal will disqualify from the tender process all Bidder /
Contractors who do not sign this pact or violate its provisions.

The parties hereby sign this Integrity Pact at

on -------------.

The Principal represented


by the Chairman, Chennai Port Trust

BIDDER / CONTRACTOR

Name of the Officer

Name

Designation

Designation

Witness 1

Witness 1

Name & address

Name & address

Witness 2

Witness 2

Name & address

Name & address

Place:
Date:

203

Annexure-3
JOINT VENTURE PARTNER INFORMATION FORM
(The Tenderer shall fill this form in accordance with the instructions indicated
below)
(To be executed on bidders letter head)

TENDER FOR RECONSTRUCTION OF APPROACH JETTY FOR


BD1 JETTY HEAD STRUCTURE AT CHENNAI PORT
Ref: Tender No. T/JDC / 56 /2015/ E
Date of tender submission:
1. Tenderer legal name :

2. JVs Party legal name :

3. JVs legal Lead Partner :


(Specify name and address)

4. JVs Party

Year of registration

Country of registration

Legal address in the country of registration

5. JVs Party authorized representative information

Name

Address

Telephone/Fax numbers

Email address

6. Attach copies of the following original documents

Articles of Incorporation or Registration of firm named in sl.no.2 above,


in accordance with tender documents

204

In case of Govt. owned entity from India, documents establishing legal


and financial autonomy and compliance with commercial law, in
accordance with tender documents

PAN number

Sales Tax/VAT registration number

Service tax registration number

Any other documents required for statutory compliance

Duly authorized to sign this authorization on behalf of (_________Name of


Tenderer)
Dated ___________

205

Annexure-4
FORM OF CONTRACT AGREEMENT
(To be executed on Rs.100/--non-judicial Stamp Paper)
[The successful Tenderer shall fill in this form in accordance with the
instructions indicated]

This CONTRACT AGREEMENT is made


This ___________day of _________(month) TWO THOUSAND AND
SIXTEEN.
BETWEEN
1. The Board of Trustees of the Port of Chennai, a body corporate
under Major Port Trusts Act 1963, as Amended thereafter, under the
Laws of India and having its principal place of business at No.1 Rajaji
Salai, Chennai 600001. (hereinafter called the Port) and
2. ________________ [incorporated under] the laws of [country of
contractor] and having its principal place of business at [address of
contractor] (hereinafter called the (contractor).
Whereas the Employer invited Tenders against TenderNo.T/JDC/ 56 /2015/E
for execution of RECONSTRUCTION OF APPROACH JETTY FOR BD1
JETTY HEAD STRUCTURE AT CHENNAI PORT viz. and has accepted a
Tender by the Contractor in accordance with the supply/delivery schedules, in
the sum of _____________ [Contract Price in words and figures, expressed in the
Contract currency(ies) [hereinafter called the Contract Price]
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same
meanings as are respectively assigned to them in the conditions of
contract referred to.
2. The following documents shall constitute the contract between the
Employer/Board and the contractor, and each shall be read and
construed as an integral part of the contract:
(a)
(b)
(c)
(d)

This contract Agreement;


Technical Bid ( Section 1 to 7)
Notice inviting tender;
Bidders Documents such as Financial Instruments, Form of bid,
Contractors bid, Form 1 to 7 of Section 2, Annexure 1 to 3 of
Section 7
(e) Financial Bid

206

(f) Replies issued to the pre-bid queries, addenda is any


issued[Numbers and dates];
(g) The Employer/Boards Notification of Award;
(h) [Correspondence the Employer/Board had exchanged with the
bidder till and after award of contract [specific letters and dates]
(i) And [add any other document(s)]
AND WHEREAS
CHENNAI PORT TRUST accepted the Bid of CONTRACTOR for the
provision and the execution of WORK at the CONTRACT PRICE as
indicated in CONTRACT upon the terms and subject to the conditions
of Contract. Now this CONTRACT AGREEMENT witnesseth and it is
hereby agreed and declared as follows:
3. In consideration of the payment to be made to CONTRACTOR for
WORK to be executed by him. CONTRACTOR hereby Covenants with
CHENNAI PORT TRUST that CONTRACTOR shall and will duly
provide, execute and complete work and things in CONTRACT,
mentioned or described or which are to be implied there from or may
be reasonably necessary for completion of work and at the times and
in the manner and subject to the terms and conditions or stipulations
mentioned in CONTRACT.
4. In consideration of the due provision, execution and completion of
WORK by the CONTRACTOR in accordance with the terms of the
CONTRACT, the CHENNAI PORT TRUST does hereby agree with
CONTRACTOR that CHENNAI PORT TRUST will pay to contractor the
respective amounts for the work actually done by him and approved
by EMPLOYER as per payment Terms accepted in CONTRACT and
payable to CONTRACTOR under provision of Contract at such time
and at such manner as provided for in the CONTRACT.
AND
In consideration of the due provision, execution and completion of
WORK, CONTRACTOR does hereby agree to pay such sums as may be
due to CHENNAI PORT TRUST for the services rendered by CHENNAI
PORT TRUST to Contractor as set forth in CONTRACT and such other
sums as may become payable to CHENNAI PORT TRUST towards loss,
damage to the CHENNAI PORT TRUSTs equipment, materials etc. and
such payments to be made at such time and in such manner as is
provided in the CONTRACT.

207

IN WITNESS whereof the parties hereto have caused this Agreement to


be executed in accordance with the laws of [name of the contract
governing law country] on the day, month and year indicated above.
For and on behalf of and by authority from the Chairman of the Board
of Trustees, Under section 34(1) of the Major Port Trust Act 1963.

Signed:
in the capacity of Chief Engineer, Chennai Port Trust, Chennai
In the presence of
Witness:
1.
2.

For and on behalf of the Contractor


Signed:
Designation:

In the presence of
Witness:
1.
2.

208

Annexure 5
SPECIMEN BANK GUARANTEE
PERFORMANCE GUARANTEE/SECURITY DEPOSIT
(To be executed on Rs.100/-non-judicial stamp paper)
Bank Guarantee shall be encashable at Chennai
[The bank, as requested by the successful Tenderer, shall fill in this
form in accordance with the instructions indicated]
1. In consideration of the Board of Trustees of Chennai Port
incorporated by the Major Port Trusts Act, 1963 as amended by Major
Port Trust (Amendment) Act 1974 (hereinafter called The Board
which expression shall unless excluded by or repugnant to the context
or meaning thereof be deemed to include the Board of Trustees of
Chennai Port its successors and assigns) having agreed to
exempt___________ (hereinafter called the contractor)
(Name of the contractor/s)
from the demand under the terms and conditions of the contract, vide
________s letter No.______________.(Name of the Department) date ____
made between the contractors and the board for execution of
___________ covered under Tender No. T/JDC/56/2015/E dated
____(hereinafter called the said contract) for the payment of security
deposit in cash or Lodgement of Government Promissory Loan Notes
for the due fulfillment by the said contractors of the terms and
conditions of the said contract, on production of a Bank Guarantee for
Rs._____________(Rupees__________) only we, the (Name of the bank
and address)____________________________________ (hereinafter referred
to as the Bank) at the request of the contractors do hereby
undertake to pay to the Board an amount not exceeding Rs._______
(Rupees __________________) only against any loss or damage caused to
or suffered or which would be caused to or suffered by the Board by
reason of any breach by the contractors of any of the terms and
conditions of the said contract.
2. We, (Name of the Bank), (Name of the Branch), do hereby
undertake to pay the amounts due and payable under this guarantee
without any demur merely on a demand from the board stating that
the amount claimed is due by way of loss or damage caused to or
which would be caused to or suffered by the board by reason of any
breach by the contractors of any of the terms and conditions of the
said contract or by reason of the contractors failure to perform the

209

said contract.
Any such demand made on the bank shall be
conclusive as regards the amount due and payable by the bank under
this guarantee. However, our liability under this guarantee shall be
restricted
to
any
amount
not
exceeding
Rs._______________(Rupees____________________________) only.
3. We, .(Name of bank and Branch), undertake
to pay to the board any money so demanded not withstanding any
dispute or disputes raised by the Contractor(s) in any suit or
proceeding pending before any court or tribunal relating thereto our
liability under this present being absolute and unequivocal. The
payment so made by us under this bond shall be a valid discharge of
our liability for payment there under and the contractor(s) shall have
no claim against us for making such payment.
4. We, .(Name of Bank and Branch) further
agree with the board that the guarantee herein contained shall remain
in full force and effect during the period that would be taken for
performance of the said contract and that it shall continue to be
enforceable till all the dues of the board under or by virtue of the said
contract have been fully paid and its claims satisfied or discharged or
till the ..(Name of the user department) of the said
certifies that the terms and conditions of the said contract have been
fully and properly carried out by the said contractors and accordingly
discharge this guarantee. PROVIDED HOWEVER that the bank shall
be the request of the board but at the cost of the contractors, renew or
extend this guarantee for such further period or periods as the board
may require from time to time.
5. We, (Name of Bank and Branch) further
agree with the board that the board shall have the fullest liberty
without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the
said contract or to extend the time of performance by the said contract
or to extend the time of performance by the said contractors from time
to time or to postpone for any time or from time to time any of the
powers exercisable by the board against the said contractors and to
forebear or enforce any of the terms and conditions relating to the said
contract and we shall not be relieved from our liability by reason of
any such variation or extensions being granted to be contractors or for
any forbearance, act or omission on the part of the Board or any
indulgence shown by the Board to the contractors or by any such
matter or thing whatsoever which under the law relating sureties
would, but for this provision, have effect of so relieving us.

210

6. This guarantee will not be discharged due to the change in the


constitution of the Bank or the Contractor(s).
7. It is also hereby agreed that the courts in Chennai would have
exclusive jurisdiction in respect of claims, if any, under this
guarantee.
8. We,__________ bank lastly undertake not the revoke this guarantee
during its currency except with the previous consent of the board in
writing.
9. *Not withstanding anything contained herein:
a) Our liability under this Bank Guarantee shall not exceed
Rs.____________(Rupees____________________________________ only);
b) This Bank Guarantee shall be valid up to _______________; and
c) We are liable to pay the guarantee amount or any part thereof
under this bank
guarantee only and only if you serve upon us a
written claim or demand on or before _________________(date of expiry
of guarantee).
Date__________ day of ________________ 2016
For(Name of bank)

(Name)
Signature

211

Annexure-6
SPECIMEN LETTER OF AUTHORITY FROM BANK FOR ALL BGs
(To be executed on Banks Letter Head)

Date:
To,
The Board of Trustees of Port of Chennai,
Chennai Port Trust,
Chennai 600 001

Dear Sir,

Sub: Our Bank Guarantee No._________ dated ____________


for Rs. _____________ favouring yourselves issued on
a/c of M/s. (Name of the contractor)

We confirm having issued the above mentioned guarantee favouring


yourselves, issued on account of M/s. _____________ validity for expiry
upto date _________ and claim expiry date upto_______________.

We also confirm 1)_____________ 2)_______________ is / are empowered


to sign such Bank Guarantee on behalf of the Bank and his/their
signatures is / are binding on the Bank.

Name of Signature of Bank Officer

212

Annexure-7
ISSUE OF NOTICE TO PROCEED WITH THE WORKS
(letter head of the Employer)
dated ________________
To
______________________ (name and address of the Contractors)
______________________
______________________

Dear Sirs,
Pursuant to your furnishing the requisite security as stipulated in ITB
clause 32.1 and signing of the contract for the implementation/construction of
_________ a Bid Price of Rs. ____________ you are hereby instructed to proceed
with the execution of the said works in accordance with the contract
documents.
Yours faithfully

(Signature, name and title of signatory authorised to sign on behalf of


Employer

213

Annexure-8
(on Rs.100/- Stamp paper to be typed in double spacing)
INDEMNITY BOND UNDERTAKING PROFORMA FOR PF
(To be executed if applicable on obtaining work order)

From:
M/s.

.
(Contractor)

To
Board of Trustees of Chennai Port Trust
Sub: 1. Work order No.________________________ dt:_________
2. Agreement No.________________________ dt:_________
This INDEMNITY BOND/UNDERTAKING executed at Chennai, this .day
.of..20

by

Messers

________________herein

after

called

The

contractors (which expression shall mean and include, if the context so


admits, the partners or partner for the time being of the firm and their or his
respective heirs, executors and administrations its successors and assigns in
law) in favour of

The Board of Trustees of Chennai Port Trust, a body

corporate under Major Port Trusts Act 1963, as amended by Major Port Trust
(Amendment) Act 1974 and having its principal place of business at No.1 Rajaji
Salai, Chennai 600001. hereinafter called Employer (which expression shall
include its successors and assigns in law)
Whereas the Employer, desirous of having executed certain work specified in
the work order no. ________dt._________ issued by the Employer

on the

contractors: has caused drawings, specifications and bill of quantity showing


and describing the work to be done prepared and the same have been signed
by or on behalf of the parties hereto AND WHEREAS the contractors have
agreed with the Employer to execute and perform the said work specified in the
said work order upon certain terms and conditions provided in the agreement
executed between the contractors and the Employer and also contained in the
General Conditions of contract attached thereto

214

AND WHEREAS the controactors are bound by law to comply with the
provisions of various Labour Laws like
State Migrant Workmen(Regulation of Employement and conditions of service)
Act 1979,
Contract labour (Regulation and Abolition) Act 1970,
Workmens Compensation Act 1923,
Employees State Insurance Act
As also th Provident Fund Act
By the contractors but in the event of violation of the provisions of various
amenities and facilities to the workers under the different labour laws, not only
the contractors but also the Employer as the principal employer becomes liable
for the acts of omissions and commission by the Contractors.

IT IS THEREFORE THE INTENT OF THIS OF THIS INDEMNITY BOND


UNDERTAKING BY THE CONTRACTORS to indemnify and keep indemnified
the Employer as stated hereinafter.
1. The contractors hereby undertake to furnish a certificate with regard to the
number of labourers employed by them in Chennai Port/in other places
belongs to Chennai Port where the work is undertaking by the Contractors.
2. The contractors hereby confirm and state that they are duly registered
under contract Labour (Regulation and Abolition) Act 1970 as amended from
time to time and that they undertake to furnish a certified copy of the License
obtained by the Contractors from the competent authority to the Employers
representative
3. The Contractors hereby undertake to keep proper record of attendance of
his labourers and will give opportunity to the officers of the Employer to
supervise the same and confer upon the Employer representative the right to
countersign the said register if so required by the Employer. The Contractor
shall provide a copy of the pay sheets to the location or his nominee of the
Employer nominated by the Employer for supervision of the payment of wages
made to the labourers by the contractors and also confer the right on the
payment of wages made to the labourers by the contractors and also confer the

215

right on the Employers representative to supervise the payment of wages to


the laboureres on the spot whenever required by the Employer.
4. The contractors states that they are fully aware of the provisions of the
Provident Fund Act, and the rules made thereunder. The contractors hereby
confirm that the said act and the rules made thereunder applicable/ not
applicable to them since they have employed labourers exceeding_________ at
any time and that the labourers so far employed were also on continuous basis
or the contractors further confirm in this regard that no worker employed by
them is in service for circumstances none of the workers employed by them is
in service for circumstances none of the workers employed by them is eligible
for P.F benefits under the said act. The contractors therefore state that they
are exempted from the purview of the said act and the rules made thereunder
and they are therefore not required to obtain in separate code.no from the
R.P.F.C
* Strike out whichever is not applicable
5. The contractors hereby undertake and agree that they will comply to ESI Act
for this contract and in event of any claim on account of P.F liabilities arising
in future, they shall keep the Employer duly indemnified against all losses,
damages, charges, expenses, penalties, suites or proceedings which the
Employer may incur, suffer or be put to on that account.
6. The contractor hereby agree, confirm and declare that they have fully
complied and will comply with the provisions of various labour laws,
particularly those referred herein above and that no violation of the provisions
of various amenities and facilities to the workers under different laws has been
done by them and in the events of any past or future violation of the various
labour laws, the contractors shall indemnify and keep the Employer

duly

indemnified against all losses, damages, costs, expenses, penalties, suits or


proceedings which the Employer may incur, suffer or be put to.
7. The contractor hereby agree that the aforesaid indemnify undertaking are in
addition to and not in substation of the terms and conditions in the tender
documents and the work order and also the agreement executed by the
contractors with the Employer.
8. The contractor hereby confirm, agree and record that these terms of
undertaking and indemnify shall be irrevocable and unconditional and shall be

216

binding on their heirs, executors, administrators and legal representatives and


shall ensure for the Employers benefit and for the benefit of its successors and
assigns.
9. That all questions, issues dispute and differences between the contractor
and the Employer

arising under this indemnity bond/undertaking shall be

referred to arbitration in the same manner as indicated in the contract


dt______ executed between the Contractors and the Employer.

Date:

Yours faithfully
Contractors Name and Signature
Company seal

In the presence of
Witness: 1

(Full address)

Witness: 2

(Full address)

217

Annexure-9
(on Rs.100/- Stamp paper to be typed in double spacing)
INDEMNITY BOND UNDERTAKING PROFORMA FOR ESI
(To be executed if applicable on obtaining work order)

From:
M/s.

.
(Contractor)

To
Board of Trustees of Chennai Port Trust
Sub: 1. Work order No.________________________ dt:_________
2. Agreement No.________________________ dt:_________
This INDEMNITY BOND/UNDERTAKING executed at Chennai, this .day
.of..20

by

Messers

________________herein

after

called

The

contractors (which expression shall mean and include, if the context so


admits, the partners or partner for the time being of the firm and their or his
respective heirs, executors and administrations its successors and assigns in
law) in favour of

The Board of Trustees of Chennai Port Trust, a body

corporate under Major Port Trusts Act 1963, as amended by Major Port Trust
(Amendment) Act 1974 and having its principal place of business at No.1 Rajaji
Salai, Chennai 600001. hereinafter called Employer (which expression shall
include its successors and assigns in law)
Whereas the Employer, desirous of having executed certain work specified in
the work order no. ________dt._________ issued by the Employer

on the

contractors: has caused drawings, specifications and bill of quantity showing


and describing the work to be done prepared and the same have been signed
by or on behalf of the parties hereto AND WHEREAS the contractors have
agreed with the Employer to execute and perform the said work specified in the
said work order upon certain terms and conditions provided in the agreement
executed between the contractors and the Employer and also contained in the
General Conditions of contract attached thereto

218

AND WHEREAS the controactors are bound by law to comply with the
provisions of various Labour Laws like
State Migrant Workmen(Regulation of Employement and conditions of service)
Act 1979,
Contract labour (Regulation and Abolition) Act 1970,
Workmens Compensation Act 1923,
Provident Fund Act
As also Employees State Insurance Act
By the contractors but in the event of violation of the provisions of various
amenities and facilities to the workers under the different labour laws, not only
the contractors but also the Employer as the principal employer becomes liable
for the acts of omissions and commission by the Contractors.

IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING


BY THE CONTRACTORS to indemnify and keep indemnified the Employer as
stated hereinafter.
1. The contractors hereby undertake to furnish a certificate with regard to the
number of labourers employed by them in Chennai Port/in other places
belongs to Chennai Port where the work is undertaking by the Contractors.
2. The contractors hereby confirm and state that they are duly registered
under contract Labour (Regulation and Abolition) Act 1970 as amended from
time to time and that they undertake to furnish a certified copy of the License
obtained by the Contractors from the competent authority to the Employers
representative
3. The Contractors hereby undertake to keep proper record of attendance of
his labourers and will give opportunity to the officers of the Employer to
supervise the same and confer upon the Employer representative the right to
countersign the said register if so required by the Employer. The Contractor
shall provide a copy of the pay sheets to the location in charge of the Employer
nominated by the Employer for supervision of the payment of wages made to
the labourers by the contractors and also confer the right on the payment of
wages made to the labourers by the contractors and also confer the right on
the Employers representative to supervise the payment of wages to the
laboureres on the spot whenever required by the Employer.

219

4. The contractors states that they are fully aware of the provisions of the ESI
Act, and the rules made thereunder. The contractors hereby confirm that the
said act and the rules made thereunder applicable / not applicable to them
since they have employed labourers exceeding_________ at any time and that
the labourers so far employed were also on continuous basis or the contractors
further confirm in this regard that no worker employed by them is in service
for circumstances none of the workers employed by them is eligible for ESI
benefits under the said act. The contractors therefore state that they are
exempted from the purview of the said act and the rules made thereunder and
they are therefore not required to obtain in separate code.no from the ESI
Corporation
* Strike out which ever is not applicable.
5. The contractors hereby undertake and agree that they will comply to ESI Act
for this contract and in event of any claim on account of ESI liabilities arising
in future, they shall keep the Employer duly indemnified against all losses,
damages, charges, expenses, penalties, suites or proceedings which the
Employer may incur, suffer or be put to on that account.
6. The contractor hereby agree, confirm and declare that they have fully
complied and will comply with the provisions of various labour laws,
particularly those referred herein above and that no violation of the provisions
of various amenities and facilities to the workers under different laws has been
done by them and in the events of any past or future violation of the various
labour laws, the contractors shall indemnify and keep the Employer

duly

indemnified against all losses, damages, costs, expenses, penalties, suits or


proceedings which the Employer may incur, suffer or be put to.
7. The contractor hereby agree that the aforesaid indemnify undertaking are in
addition to and not in substation of the terms and conditions in the tender
documents and the work order and also the agreement executed by the
contractors with the Employer.
8. The contractor hereby confirm, agree and record that these terms of
undertaking and indemnify shall be irrevocable and unconditional and shall be
binding on their heirs, executors, administrators and legal representatives and
shall ensure for the Employers benefit and for the benefit of its successors and
assigns.

220

9. That all questions, issues dispute and differences between the contractor
and the Employer

arising under this indemnity bond/undertaking shall be

referred to arbitration in the same manner as indicated in the contract


dt______ executed between the Contractors and the Employer.

Date:

Yours faithfully
Contractors Name and Signature
Company seal

In the presence of
Witness: 1

(Full address)

Witness: 2

(Full address)

221

Annexure-10
(on Rs.100/- Stamp paper to be typed in double spacing)
DISPUTES REVIEW BOARD AGREEMENT
(To be executed if applicable on obtaining work order)
THIS AGREEMENT, made and entered into this ................. Day
of..20.............. Between .............. (the Employer)
and...................................................................................................................
.....................................................................
(the
Contractor),and
the
Disputes Review Board (the Board) consisting of One / three Board
Members,
(1)

(2)

(3)

[ Note : Delete whatever is not applicable ]


WITNESSETH, that
WHEREAS, the Employer and the Contractor have contracted for the
construction
of
the

.
.
(Project
name)
(the Contract) and
WHEREAS, the contract provides for the establishment and operation of the
Board NOW THEREFORE, the parties hereto agree as follows :
1

The parties agree to the establishment and operation of the Board in


accordance with this Board Agreement.

Except for providing the services required hereunder, the Board


Members should not give any advice to either party or to the Engineer or
his nominee concerning conduct of the Works.
The Board Members :
(a)

shall have no financial interest in any party to the contract or the


Engineer or his nominee, or a financial interest in the contract,
except for payment for services on the Board.

(b)

shall have had no previous employment by, or financial ties to,


any party to the contract, or the Engineer or his nominee, except
for fee based consulting services on other projects, all of which
must be disclosed prior to appointment to the Board.

(c)

shall have disclosed in writing to the parties prior to signature of


this Agreement any and all recent or close professional or personal
or personal relationships with any director, officer, or employee of
any party to the contract, or the Engineer or his nominee, and any
and all prior involvement in the project to which the contract

222

relates;
(d)

shall not, while a Board Member, be employed whether as a


consultant or otherwise by either party to the contract, or the
Engineer or his nominee, except as a Board Member.

(e)

shall not, while a Board Member, engage in discussion or make


any agreement with any party to the contract, or with the Engineer
or his nominee, regarding employment whether as a consultant or
otherwise either after the contract is completed or after services as
a Board Member is completed;

(f)

shall be and remain impartial and independent of the parties and


shall disclose in writing to the Employer, the Contractor, the
Engineer or his nominee, and one another any fact or
circumstances which might be such to cause either the Employer
or the Contractor to question the continued existence of the
impartiality and independence required of Board Members.

Except for its participation in the Boards activities as provided in the


contract and in this Agreement none of the Employer, the Contractor,
the Engineer or his nominee, and one another any fact or circumstances
which might be such to cause either the Employer or the Contractor to
question the continued existence of the impartiality and independence
required of Board Members.

The Contractor shall :


a)

furnish to each Board Members one copy of all documents which


the Board may request including contract documents, progress
reports, variation orders, and other documents, pertinent to the
performance of the Contract.

b)

in co-operation with the Employer, co-ordinate the Site visits of


the Board, including conference facilities, and secretarial and
copying services.

The Board shall serve throughout the operation of the contract. It shall
begin operation following execution of this Agreement, and shall
terminate its activities after issuance of the taking over Certificate and
the Boards issuance of its Recommendations on all disputes referred to
it.

Board Member shall not assign or subcontract any of their work under
this Agreement.

The Board Members are independent and not employees or agents of


either the Employer or the Contractor.

The Board Members are absolved of any personal or professional liability

223

arising from the activities and the Recommendations of the Board.


9

10

Fees and expenses of the Board Member[s] shall be agreed to and shared
equally by the Employer and the Contractor. If the Board requires
special services, such as accounting, data research, and the like, both
parties must agree and the costs shall be shared by them as mutually
agreed.
Board Site visits :
a) The Board shall visit the Site and meet with representatives of the
Employer and the Contractor and the Engineer or his nominee at
regular intervals, at times of critical construction events, and at the
written request of either party. The timing of Site failing agreement
shall be fixed by the Board.
b)

Site meetings shall consist of an informal discussion of the status of


the construction of the works followed by an inspection of the works,
both attended by personnel from the Employer, the Contractor and
the Engineer or his nominee.

c)

If requested by either party or the Board, the Employer will prepare


minutes of the meetings and circulate them for comments of the
parties and the Engineer or his nominee.

11.

Procedure for disputes referred to the Board:

a)

If either party objects to any action or inaction of the other party or the
Engineer or his nominee, the objecting party may file a written Notice of
Dispute to the other party with a copy to the Engineer or his nominee
stating that it is given pursuant to Clause 65 and stating clearly and in
detail the basis of the dispute.
b)
c)

The party receiving the Notice of Dispute will consider it and


respond in writing within 7 days after receipt.
This response shall be final and conclusive on the subject, unless
a written appeal to the response is filed with the responding party
within 7 days of receiving the response. Both parties are
encouraged to pursue the matter further to attempt to settle the
dispute. When it appears that the dispute cannot be resolved
without the assistance of the Board either party may refer the
dispute to the Board by written Request for Recommendation to
the Board, the other party and the Engineer or his nominee stating
that it is made pursuant to Clause 65.

d)

The Request for recommendation shall state clearly and in full


detail the specific issues of the dispute to be considered by the
Board.

e)

When a dispute is referred to the Board, and the Board is satisfied


that the dispute requires the Boards assistance, the Board shall

224

decide when to conduct a hearing on the dispute. The Board may


request that written documentation and arguments from both
parties be submitted to each Board Members before the hearing
begins. The parties shall submit insofar as possible agreed
statements of the relevant facts.
f)

12.

During the hearing, the Contractor, the Employer, and the


Engineer or his nominee shall each have ample opportunity to be
heard and to offer evidence. The Boards Recommendations for
resolution of the dispute will be given in writing, to the Employer,
the Contractor and the Engineer or his nominee as soon as
possible, and in any event not more than 28 days after the Boards
final hearing on the dispute.
Conduct of Hearings :

a)

Normally hearing will be conducted at the Site, but any location


that would be more convenient and still provide all required
facilities and access to necessary documentation may be utilised
by the Board. Private sessions of the Board may be held at any
location convenient to the Board.

b)

The Employer, the Engineer or his nominee and the Contractor


shall have representatives at all hearings.

c)

During the hearings, no Board Member shall express any opinion


concerning the merit of any facet of the case.

d)

After the hearing are concluded, the Board shall meet privately to
formulate its Recommendations. All Board deliberations shall be
conducted in private, with all individual views kept strictly
confidential. The Boards Recommendations, together with an
explanation of its reasoning shall be submitted in writing to both
parties and to the Engineer or his nominee. The Recommendations
shall be based on the pertinent contract provisions, applicable
laws and regulations, and the facts and circumstances involved in
the dispute.
The Board shall make every effort to reach a unanimous
Recommendation. If this proves impossible, the majority shall
decide, and the dissenting member any prepare a written minority
report for submission to both parties.

13.

If during the contract period, the Employer and the Contractor are
of the opinion that the Dispute Review Board is not performing its
functions properly, the Employer and the Contractor may together
disband the Disputes Review Board. In such an event, the
disputes shall be referred to Arbitration straightaway.
The Employer and the Contractor shall jointly sign a notice
specifying that the Board shall stand disbanded with effect from
the date specified in the notice. The notice shall be posted by a
registered letter with AD or delivery of the letter, even if he refuses
to do so.

225

CHENNAI PORT TRUST


No.1 Rajaji Salai
Chennai 600 001

Tender No. T/JDC/ 56 /2015/E


Tender for Reconstruction of Approach Jetty for
BD1 Jetty Head Structure at Chennai Port
THROUGH E-PROCUREMENT MODE

Volume II
(Price Bid)

Due Date of online submission : 15.00 Hrs. on 23.02.2016


Due Date & Time of bid opening : Intimated Later

226

Validate

Print

Help

Item Wise BoQ

Tender Inviting Authority: CHIEF ENGINEER, Chennai Port Trust


Name of Work: Tender for Reconstruction of Approach Jetty for BD1Jetty Head
Structure at Chennai Port
Tender No: T / JDC /56/ 2015/E
Bidder
Name :
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same
should be uploaded after filling the relevent columns, else the bidder is liable to be
rejected for this tender. Bidders are allowed to enter the Bidder Name and Values
only )
Sl.
Description of work
Quanti
Units
Rate in
Total
Amount
No.
ty
figures
amoun in words
to be
t
entered
by the
bidder
rs.
P
1
1

2
Bill no.1 Construction of
Approach Jetty Head
Structure at Bharathi Dock

1.01

1) Positioning /
Shifting
and setting up of adequate
piling
equipment
viz.,
Gantry platform,
Tripods,
Winch,
bailer / chiseller,
rigs, accessories etc., at each
location including
site
preparation and mobilisation
of all necessary equipments
for driving bored cast
insitu vertical piles of
1200mm dia as shown in
the drawing and / or as
directed, including all labour,
materials,
fuel,
tools,
equipments, etc., complete.

14.00

227

1 No.
(One
Number)

13

54

55

0.00 INR Zero


Only

1.02

2) Supplying, fabricating,
lowering and pitching the
steel cylindrical liners of
8mm thick M.S plates from
cutoff level to existing sea
bed level or as directed
including
providing
additional stiffener plates of
12mm thick at bottom of
liner and joints, with MS
plates of adequate thickness
including hire charges of all
equipment,
gas cutting,
bending, welding at yard &
site, transporting, all labour,
materials, tools, equipments,
fuel etc., complete.

28.00

1 MT.
(One
Metric
Tonne)

0.00 INR Zero


Only

1.03

3) Supplying, fabricating,
lowering and driving steel
cylindrical liners of 8mm
thick M.S plates from the
existing seabed level to
liner refusal level or as
directed including providing
additional stiffener plates
12mm thick at bottom of
liner and joints with MS
plates of adequate thickness,
including lowering,
hire
charges of all equipment,
machineries,
gas cutting,
bending, welding at yard &
site, transporting, all labour,
materials, tools, fuel etc.,
complete.

70.00

1
MT.(One
Metric
Tonne)

0.00 INR Zero


Only

228

1.04

4)
Boring
/
drilling
/chiseling bailing out in all
types of soils, viz gravel,
clay, stiff clay, cemented clay,
sand, weathered soft rock,
leanmix
concrete
and
boulders / rubble layer etc.
for
vertical
piles
of
1200mm dia, from the
existing sea bed level upto
the founding level or hard
rock
level
as
per
specifications and drawings
including cost for conducting
SPT, bentonite stabilisation,
pile shaft cleaning and hire
charges of all equipment,
machinery,
labour,
consumables, etc., complete.
(only length below existing
sea
bed
level
will
be
measured and paid for)
Note: 1.The pile termination
level shall be established
based on SPT conducted at
the founding level mentioned
in
the
Drawing
and
minimum SPT ' N ' value
required to terminate the pile
is 50. If it fails, the Nodal
Officer may
direct the
contractor
to
carryout
additional length of boring
until minimum SPT - 'N'
value of 50 is reached and
payment for such additional
work shall also be made
under
this
item.
2. The boring depths shall be
jointly measured actually at
site and Nodal officer or his
repersentative's decision is
final.

280.00

229

1 Rm
(One
Running
Metre)

0.00 INR Zero


Only

1.05

5) Drilling / Chiselling /
bailing out for verticle piles
of 1200mm dia in hard
rock for a length of 1.20
metre
or
upto
the
founding level as shown in
the drawings and / or as
directed
based on site
requirement
and
specifications including hire
charges of all equipment,
Machinery,
labour,
consumables, etc. complete.
Note:
1.
If
the
boring
tool
encounters hard rock at an
elevation higher than the
founding level of the pile
indicated in the drawing,
then the boring shall be
continued 1.20 metre into
the hard rock from where the
boring tool encounters hard
rock
first.
2. The sample of bored
materials at regular interval
shall
be
collected
and
produced for the verification
at no extra cost. In the event
of any dispute about the type
of strata bored, the samples
so collected shall be referred
to an authorised laboratory /
agency identified by the
Nodal officer and the decision
of such authorised laboratory
/ agency is final and binding
on both the parties. However
the cost of such testing shall
be borne by the contractor.

5.00

1 Rm
(One
Running
Metre)

0.00 INR Zero


Only

1.06

6) Trimming / Chipping of
pile heads of 1200mm dia
including cutting of steel
liners & trimming of extra
concreted pile above the
designed cut off level &
exposing the reinforcement to
receive
fresh
concrete,
including
transporting,
dumping and levelling the
debris in the low lying area
(dumping site) within a lead
of 2 km all as directed
including all labour, tools,

14.00

1
No.(One
Number)

0.00 INR Zero


Only

230

equipment, fuel, hire charges


of all equipment, machinery,
consumables, etc., complete.
1.07

7) Routine Dynamic Pile


Tests - Supply necessary
equipment
and
perform
routine dynamic load test on
the marine piles of 1200mm
dia
according
to
the
specifications and as directed
all as per relevant IS codes,
etc.,
complete.
Note:
1. The tenderer shall furnish
details of the load testing
method he proposes to adopt.
2. The pile shall be extended
by at least 2m beyond the
cut-off
level
prior
to
conducting the test and shall
be chipped and removed after
the test is completed without
any extra cost.

1.00

1.08

8)
Providing and placing
cement concrete of mix
M40 grade for RCC vertical
piles 1200 mm dia laid insitu by standard method of
placing using tremie pipe
including cost of materials,
admixtures, hire charges of
all equipment, machinery,
labour required, all sampling
and testing / recording,
bentonite
slurry,
fuel,
consumables
etc.
[Only
concrete quantity between
founding level and specified
Pile cut off level will be
measured & paid for. The
concrete cast 0.6 m(min)
above specified pile cut off
level
including
overflow
concrete will not be payable]
Note: 1.
Supply and
fabrication
of
steel
reinforcements
shall
be
measured and paid under
relevant item.

436.00

231

1 No.
(One
Number)

0.00 INR Zero


Only

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

1.09

9) Providing and placing


cement concrete of mix
M40 grade for RCC
pile
muffs laid in-situ including
shuttering,
formwork,
mixing, transporting, placing,
vibrating,
curing,
testing
including
all
labour,
materials, tools, equipment,
fuel
etc.,
complete.
Note:1.
Supply
and
fabrication
of
steel
reinforcements
shall
be
measured and paid under
relevant
item.

15.00

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

1.10

10) Casting of Precast RCC


beams, slabs in M40 grade
concrete of various sizes as
shown in the drawing and or
any other size as directed to
suit
the
site
condition
including shuttering, mixing,
transporting,
placing,
vibrating, curing, all labour,
materials, tools, equipment,
fuel, sampling, testing and
records
etc.,
complete.
Note:1.
Supply
and
Fabrication
of
steel
reinforcement
shall
be
measured and paid under
relevant item 2. Placing the
precast
units
shall
be
measured and paid under
relevant item.

1.11

a) Precast beams

96.00

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

1.12

b) Precast slabs

98.00

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

232

1.13

11) Handling, transporting,


lifting and placing of precast slabs, beams, etc., of
varying sizes in position as
specified in drawings and as
directed including loading,
transporting, unloading, all
labour, tools, tackles, plant &
equipments,
machineries,
fuel,
etc.,
complete.
Note:
1. The contractor shall
engage cranes of suitable
boom length and capacity for
handling and placing the
precast
elements.
2.
The contractor shall
engage skilled workmen for
the work.

1.14

a)
Precast Main beam/
Secondary beam

96.00

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

1.15

b) Precast Slabs

98.00

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

1.16

12)
Providing and laying
in-situ concrete of M40
Grade for RCC Main beams,
Secondary beams, etc., all
as per drawing and
as
directed including provision
of
shuttering,
mixing,
transporting,
placing,
vibrating, curing the concrete
including
all
labour,
materials, tools, equipment,
fuel and all sampling, testing
and records etc., complete.
Note:
1.
Supply
and
Fabrication
of
steel
reinforcement
shall
be
measured and paid under
relevant item.

45.00

1
CUM(one
Cubic
Metre)

0.00 INR Zero


Only

233

1.17

13) Providing and laying insitu concrete of M40 Grade


for RCC Deck slab all as per
drawing and or as directed
including
provision
of
shuttering,
mixing,
transporting,
placing,
vibrating, curing the concrete
including
all
labour,
materials, tools, equipment,
fuel and all sampling, testing
and records etc., complete.
Note:
1. Supply and Fabrication of
steel reinforcement shall be
measured and paid under
relevant item

1.18

14) Supplying, fabricating


and placing in position
HYSD, Fe 500D grade TMT
steel
bars
as
reinforcements for
pile
cages, pile muff, precast /
insitu portions of beams,
slabs,
etc.,
including
handling, cutting, bending,
lapping, welding, and tying
with 1.25mm dia black
annealed steel binding wire
including placing /lowering
all
as
per
relevant
specification and as directed
including
all
labour,
materials tools, equipment,
fuel, all sampling, testing and
records
etc.,
complete.
NOTE:
1.
Provision of authorised
lapping,
lifting
hook
arrangements, development
length, dowels for super
structure etc., as per the
approved
bar
bending
schedule
shall
also
be
measured and paid under
this item.

1.19

a) for pile reinforcement


cage

116.00

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

130.00

1 MT.
(One
Metric
Tonne)

0.00 INR Zero


Only

234

1.20

b) for pile muff

1 MT.
(One
Metric
Tonne)

0.00 INR Zero


Only

1.21

c)
for Precast / in-situ
beams and Slabs

52.00

1
MT.(One
Metric
Tonne)

0.00 INR Zero


Only

1.22

15)
Providing and laying
Plain Cement concrete of
mix M40 grade over the
Deck slab as Wearing coat
of finished average thickness
75mm all as directed and as
shown
in
the
drawing
including shuttering, mixing,
transporting,
placing,
finishing, curing and all
labour, material, equipments,
tools,
plants,
fuel,
etc.
complete.

37.00

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

1.23

16) Providing and placing


heavy duty paving block for
a minimum bearing pressure
of 5 T/m2 with a minimum
thickness of 100mm using
M50 grade concrete including
filling with sand
50mm
thick, all as per drawing,
relevant codes
and as
directed at site, including all
labour,
materials,
tools,
equipment, fuel and all
sampling,
testing
,
etc
complete.

210.00

1 Sqm
(one
Square
Metre)

0.00 INR Zero


Only

1.24

17) Providing 50mm wide


expansion joint including
supplying and fixing in
position MS angles, shalitex
or equivalent filler boards,
sealing compound as shown
in
drawing
complete.

20.00

1 RM
( One
Running
Metre)

0.00 INR Zero


Only

5.00

235

1.25

18) Providing Brick work


using
bricks
of
class
designation 50 in Cement
Mortar 1: 5 (1 Cement: 5
Coarse
River
sand)
for
parapet wall and wherever
required, all as per relevant
specification, drawings and
as directed, curing including
all materials, labour, tools,
equipments, transport, fuel,
etc., complete

35.00

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

1.26

19)
Preparing the exposed
surfaces
of
walls
and
plastering
in
cement
mortar 1:5 (1 cement : 5 fine
river sand) 12mm thick to the
required finish, curing etc, all
as per relevant specification
and as directed including all
materials, labour, scaffolding,
tools,
equipments
etc.,
complete.

340.00

1 Sqm
(one
square
metre)

0.00 INR Zero


Only

1.27

20) Preparing the plastered


surfaces of walls etc., and
painting with two coats of
water proof cement paint
over one coat of primer of
approved colour to give an
even shade all
as per
relevant specification and as
directed
including
all
materials, labour, scaffolding,
tools, brushes, equipments
etc., complete.

340.00

1 Sqm
(one
square
metre)

0.00 INR Zero


Only

1.28

21) Supplying, transporting


and dumping Filter layer
E Stones (consisting of
10mm to 50kg stones) for
the Block work including
spreading the same to get
required profile, as specified
in drawing and as per
relevant specification and as
directed
including
all
operations, handling, labour,
materials, fuel, tools, tackles,
crane, plants and equipment
etc., complete.
Note: 1. The contractor shall
engage cranes of suitable
capacity and boom length for

350.00

1
MT.(One
Metric
Tonne)

0.00 INR Zero


Only

236

1.29

easy handling and placing at


the required reach.
2. The contractor shall
engage skilled workmen for
the work.
22) Supplying, transporting
and dumping Core layer
D Stones (consisting 1 kg
to 150 kg stones with 50%
stones above 50kg) for the
Block
work
including
spreading the same to get
required profile, as specified
in drawing and as per
relevant schedule and as
directed
including
all
operations, handling, labour,
materials, fuel, tools, tackles,
crane, plants and equipment
etc.,
complete.
Note:
1. The contractor shall
engage cranes of suitable
capacity and boom length for
easy handling and placing at
the
required
reach.
2. The contractor shall
engage skilled workmen for
the work.

1350.0
0

1 MT.
(One
Metric
Tonne)

0.00 INR Zero


Only

1.30

23) Supplying, transporting


and dumping BG metal of
40mm graded down 12mm
over the core layer as
levelling course for 200mm
average thickness including
spreading and leveling all as
specified in drawing and as
per relevant specifications
and as directed including all
operations, handling, labour,
materials, fuel, tools, tackles,
crane, plants and equipment
etc., complete.

90.00

1 MT.
(One
Metric
Tonne)

0.00 INR Zero


Only

1.31

24)
Casting the Precast
concrete block with Plain
cement concrete
M40
grade of suitable size as
shown in the drawing and as
directed including shuttering,
handling,
transporting,
vibrating, curing etc., all as
per relevant specifications

900.00

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

237

1.32

1.33

1.34

including all labour, material,


tools,
plants,
equipment,
cranes,
fuel,
sampling,
testing of concrete, etc.,
complete.
25) Handling, tansporting
and placing the newly cast
Precast blocks in layers all
as per drawing and as
directed including handling,
transporting,
labour,
materials,
tools,
tackles,
cranes, plants & equipments
etc., complete.
Note: 1. The contractor shall
engage cranes of suitable
capacity and boom length for
handling and placing of the
concrete blocks.
2. The contractor shall
engage skilled workmen for
the work.
26) Handling, tansporting
and placing the existing
Precast blocks available
with Port from various
loctions within a lead of 4Km
including making necessary
lifting hook arrangments or
any other suitable method for
handling, lifting and placing
the blocks all as per drawing
and as directed at site
including labour, materials,
tools, tackles, cranes, plants
& equipments etc., complete
Note:
1. The contractor shall
engage cranes of suitable
capacity and boom length for
handling and placing the
concrete
Blocks.
2. The contractor shall
engage skilled workmen for
the work.
27)
Providing Cast instu
PCC keys with M40 grade
concrete in the blockwork
above or below water level
and wherever required as
shown in the drawing and as
directed including shuttering,
handling,
transporting,

900.00

1
CUM(one
Cubic
Metre)

0.00 INR Zero


Only

370.00

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

50.00

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

238

vibrating, curing etc., all as


per
relevant
schedules
including labour, material,
tools,
plants,
equipment,
cranes,
fuel,
sampling,
testing of concrete, etc.,
complete.
1.35

28)
Dismantling
the
cement
concrete
items
(RCC/ PCC) such as deck
slabs, beams, piles and piles
cap/ pile muff etc. as existing
at site of work above water
level all as specified and as
directed including cutting the
reinforcement and concrete
structures to the required
level,
removing
the
reinforcement and stacking
the dismantled debris within
a lead of 50 m for disposal
and
handing
over
the
reinforcements,
serviceable
materials, etc., to the trust
store anywhere within the
port limits including all
labour,
tools,
tackles,
equipment, fuel, gas cutter
etc., complete

133.00

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

1.36

29)
Dismantling
the
existing
brickwork
in
Cement Mortar as existing
at site without damaging the
nearby structures including
collecting the debris and
depositing with in 50m lead
for disposal all as per
relevant specifications and as
directed, including all labour,
tools, tackles, equipment,
plants, fuel, etc., complete.

26.00

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

239

1.37

1.38

1.39

1.40

30) Loading, Transporting


and dumping the debris in
the hollows of low lying area
(dumping site) within a lead
of 2 km as directed including
leveling at dumping site,
including all labour, tools,
equipment,
fuel,
etc.,complete.
Note:1. The tenderer shall
maintain trip sheets in
triplicate in Trusts approved
format at his own cost for the
quantity
of
debris
transported.
2. However the final quantity
will be restricted to actual
quantity of dismantling /
demolishing items for debris.
Bill no.2 Temporary
Approach Platform at
Bharathi Dock
1) Positioning /
Shifting
and setting up of adequate
Piling equipment viz, Gantry
platform, Tripods, Winch,
bailer
/
chiseller,
rigs,
accessories etc., at each
location including
site
preparation and mobilisation
of all necessary equipments
for driving bored
vertical
steel cylindrical piles of
600mm dia as shown in the
drawing and / or as directed
including
all
labour,
materials,
fuel,
tools,
equipments, etc, complete.

160.00

1
CUM(one
Cubic
Metre)

0.00 INR Zero


Only

4.00

1 No
(one
number)

0.00 INR Zero


Only

2) Supplying, fabricating
and
providing
steel
cylindrical
piles
with
12mm thick M.S plates
from cutoff level to existing
sea bed level,
including
providing additional stiffener
plates including gas cutting,
bending, welding at yard &
site, transporting, all labour,
materials, tools, equipments,
fuel
etc.,
complete.
Note:1. The stiffener shall be
measured under this item.

6.50

1 MT.
(One
Metric
Tonne)

0.00 INR Zero


Only

240

1.41

1.42

3)
Supplying, fabricating
and
driving
of
steel
cylindrical
piles
with
12mm thick M.S plates
from the existing seabed
level to founding level,
including
providing
additional stiffener plates
including
gas
cutting,
bending, welding at yard &
site, transporting, all labour,
materials, tools, equipments,
fuel
etc.,
complete.
Note:1. The stiffener shall be
measured under this item.
2. In case the soil strata
found to be not good in the
founding level of the steel
pile, extra depth shall be
provided
as
per
site
condition.
4) Boring / drilling /
chiseling and bailing out in
all types of soils, viz gravel,
clay, stiff clay, cemented clay,
sand, weathered soft rock,
leanmix
concrete
and
boulders / rubble layer, hard
rock
etc. for vertical
cylindrical steel piles of
600mm
dia,
from
the
existing sea bed level to
the founding level or as
directed
all
as
per
specifications and drawings
including cost of hire charges
of all equipment, machinery,
labour, consumables, etc
complete (only length below
existing sea bed level will be
measured and paid for.)Note:
1.
If
the
boring
tool
encounters
rock
at
an
elevation higher than the
termination level of pile
indicated in the drawing then
the boring shall be continued
600mm into the hard rock
from where the boring tool
encounters hard rock first.
2. In case the soil strata at
the founding level is loose the
Nodal
officer
or
his
representative may direct the

14.80

1 MT.
(One
Metric
Tonne)

0.00 INR Zero


Only

80.00

1 RM(
One
Running
Metre)

0.00 INR Zero


Only

241

1.43

contractor
to
carryout
additional length of boring
and
payment
for
such
additional work shall also be
made under this item.
3. The sample of bored
materials at regular interval
shall
be
collected
and
produced for the verification
of the Nodal officer or his
representative at no extra
cost.
4. In the event of any dispute
about the type of strata bored
the samples so collected shall
be referred to an authorised
laboratory / agency identified
by the Nodal officer and the
decision of such authorised
laboratory / agency is final
and binding on both the
parties. However the cost of
such testing shall be borne
by the contractor.
5. The boring in all types of
soil measurement will be
made on the basis of depth of
boring from existing sea bed
level
to
founding/
pile
termination level.
6. All the boring depths shall
be jointly measured actually
at site and Nodal officer's
repersentative decision is
final.
5)
Providing and laying
Plain cement concrete of
mix M40 grade
vertical
steel piles in 600 mm dia
upto 1.5m from the bottom
of pile laid in-situ by
standard method of placing
using tremie pipe including
cost of materials, admixtures,
hire charges of all equipment,
machinery, labour required,
all sampling and testing /
recording, fuel, consumables
etc.
complete.

2.00

242

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

1.44

1.45

1.46

1.47

6) Providing and filling with


River sand
in the steel
piles to the required level all
as per relevant specifications,
drawings and as directed
including
all
materials,
labour, tools, equipments
etc., complete
7) Providing and laying RCC
of mix M40 grade for steel
piles 600 mm dia for top
plugging
between
sand
filling to Pile Cutoff level
laid in-situ by standard
method of placing including
cost of materials, admixtures,
hire charges of all equipment,
machinery, labour required,
all sampling and testing /
recording, fuel, consumables
etc. complete.
Note: Supply, Fabrication of
steel reinforcement will be
measured and paid under
relevant item.
8) Providing and laying RCC
of mix M40 grade for pile
muffs laid in-situ including
shuttering,
formwork,
mixing, transporting, placing,
vibrating,
curing,
testing
including
all
labour,
materials, tools, equipment,
fuel
etc.,
complete.
Note:
1. Supply and Fabrication of
steel reinforcement shall be
measured and paid under
relevant item.
9) Supplying, fabricating
and placing in position
HYSD, Fe 500D grade TMT
steel
bars
as
reinforcements for pile, pile
muff
etc.,
including
handling, cutting, bending,
welding, and tying with
1.25mm dia black annealed
steel binding wire all as per
relevant specification and as
directed including all labour,
materials tools, equipment,
fuel and all sampling, testing
and records etc., complete.

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

2.00

1
CUM(one
Cubic
Metre)

0.00 INR Zero


Only

3.65

1 CUM
(one
Cubic
Metre)

0.00 INR Zero


Only

20.00

243

Note:
1.
Provision of authorised
lapping etc., as per the
approved
bar
bending
schedule
shall
also
be
measured and paid under
this item.
1.48

a) for pile reinforcement

1.00

1 MT.
(One
Metric
Tonne)

0.00 INR Zero


Only

1.49

b) for pile muff

1.00

1 MT.
(One
Metric
Tonne)

0.00 INR Zero


Only

23.00

1 MT.
(One
Metric
Tonne

0.00 INR Zero


Only

10) Supplying, fabricating


and placing the structural
steel elements such as
beams,Channels,
Stiffner
plates, Chequered plates,
base plates,check plates, M.S
Pipes for handrails, including
connecting plates, connecting
the girders, welding, bolts
and nuts, etc. complete
including
galvanizing
(thickness not less than
80microns) for Temporary
Platform,
all as per the
details
shown
in
the
drawings or as directed,
including
all
labour,
materials, tools, equipments,
Scaffolding, transport, fuel
etc., complete.
Total in Figures
1.50

0.00 INR Zero


Only

Quoted Rate in Words

INR Zero Only

244

Você também pode gostar