Download as pdf or txt
Download as pdf or txt
You are on page 1of 18

TRANSMISSION CORPORATION OF TELANGANA LIMITED

Tender cancellation of Tender specification No. S08/21-22 of SE/OMC/Karimnagar

Lr.No :SE/OMC/KNR/ADE(T)-1/AE/D.No.1527 /21, Dt: 01.10.2021

Sub:- OMC Circle, Karimnagar – “Painting of main and auxiliary structure at


132/33KV SS Suglampally in OMC Circle, Karimnagar” vide Tender
Specification No.S09/2021-22–Reg.

Ref:- 1) TENDER NOTICE No.SE/OMC/KNR/ADE(T)-I/AE-1/F.No./


D.No1109/21,Dt: 18.08.2021.
2) Corrigendum –I: Lr.No :SE/OMC/KNR/ADE(T)-1/AE-1/D.No. 324/21,
Dt: 09.09.2021
3) Corrigendum –II: Lr.No :SE/OMC/KNR/ADE(T)-1/AE-1/D.No.1443/21,
Dt:20.09.2021

****

The tender notice issued vide reference 1st cited and extended vide references
2nd to 3rd cited for the subject work is here by cancelled.

In this regard no further correspondence will be entertained.

Sd/-
Superintending Engineer,
OMC, Karimnagar.
To
The Notice Board

Copy submitted to
The Chief Engineer/Transmission/TSTRANSCO/VS/Hyderabad.
The Chief Engineer/Karimnagar Zone/TSTRANSCO/Karimnagar.
TRANSMISSION CORPORATION OF TELANGANA LIMITED

Corrigendum –II for tender notice for Tender Specification No. S09/2021-22 of
SE/OMC/Karimnagar.

Lr.No :SE/OMC/KNR/ADE(T)-1/AE-1/D.No.1443/21, Dt:20.09.2021

Sub:- OMC Circle, Karimnagar – Corrigendum-II for tender extension of tender


notice for “Painting of main and auxiliary structure at 132/33KV SS
Suglampally in OMC Circle, Karimnagar” vide Tender Specification
No.S09/2021-22–Reg.

Ref:- 1) TENDER NOTICE No.SE/OMC/KNR/ADE(T)-I/AE-1/F.No./


D.No1109/21,Dt: 18.08.2021.
2) Lr.No :SE/OMC/KNR/ADE(T)-1/AE-1/D.No. 324/21, Dt:09.09.2021

****

Following corrigendum with respect to the dates for sale & receipt of Tender
specification is issued to the Tender Notice vide references.
Last date for receipt of requisition for 27.09.2021up to 17:00 Hrs.
and issue of tender schedule.
Last date for receipt of Tender Schedule 28.09.2021up to 15:00 Hrs.
Date of opening of Tender 28.09.2021 Up to 16:00 Hrs

1. Bidder shall remit Rs.590/- if collected in person and Rs.690/- if it is to be sent


through post/courier towards non-refundable cost of the tender Specification in the
following manner.

a. Through online payment to SBI A/C No.52106235959, IFSC Code


SBIN0020134
(Proof of payment shall be submitted while purchasing tender specification).
Or
b. Demand draft preferably drawn on SBI and payable at SBI, Main branch,
Karimnagar. (Demand draft should not be folded).

2. Details can be had from the concerned at O/o Superintending Engineer/ OMC/
Karimnagar on all working days during office hours.
Contact: ADE (Tech): 9490154097.

3. The Superintending Engineer/OMC/Karimnagar reserves the right to reject any or


all the tenders without assigning any reason and for selection of agency for
awarding the work without assigning the procedure of selection and agency who
quoted does not have any right for awarding the work based on precedents,
procedures followed at other places etc.,
4. If any of the dates mentioned in the tender notification and specification happens
to be holiday due to unforeseen reason, the same will be postponed to the next
working day.
5. EMD @ 2% of the tender value.

6. This notice is available on TSTRANSCO website https://www.tstransco.in.

Sd/-
Superintending Engineer,
OMC, Karimnagar.
To
The Notice Board

Copy submitted to
The Chief Engineer/Transmission/TSTRANSCO/VS/Hyderabad.
The Chief Engineer/Karimnagar Zone/TSTRANSCO/Karimnagar.
TRANSMISSION CORPORATION OF TELANGANA LIMITED

Corrigendum –I for tender notice for Tender Specification No. S09/2021-22 of


SE/OMC/Karimnagar.

Lr.No :SE/OMC/KNR/ADE(T)-1/AE-1/D.No. 324/21, Dt:09.09.2021

Sub:- OMC Circle, Karimnagar – Corrigendum-I for tender notice for “Painting of
main and auxiliary structure at 132/33KV SS Suglampally in OMC Circle,
Karimnagar” vide Tender Specification No.S09/2021-22–Reg.

Ref:- 1) TENDER NOTICE No.SE/OMC/KNR/ADE(T)-I/AE-1/F.No./


D.No1109/21,Dt: 18.08.2021.

****

Following corrigendum with respect to the thedates for sale & receipt of Tender
specification is issued to the Tender Notice vide references.
Last date for receipt of requisition for 18.09.2021up to 12:00 Hrs.
and issue of tender schedule.
Last date for receipt of Tender Schedule 20.09.2021up to 15:00 Hrs.
Date of opening of Tender 20.09.2021 Up to 16:00 Hrs

4. Bidder shall remit Rs.590/- if collected in person and Rs.690/- if it is to be sent


through post/courier towards non-refundable cost of the tender Specification in the
following manner.

a. Through online payment to SBI A/C No.52106235959, IFSC Code


SBIN0020134
(Proof of payment shall be submitted while purchasing tender specification).
Or
b. Demand draft preferably drawn on SBI and payable at SBI, Main branch,
Karimnagar. (Demand draft should not be folded).

5. Details can be had from the concerned at O/o Superintending Engineer/ OMC/
Karimnagar on all working days during office hours.
Contact: ADE (Tech): 9490154097.

6. The Superintending Engineer/OMC/Karimnagar reserves the right to reject any or


all the tenders without assigning any reason and for selection of agency for
awarding the work without assigning the procedure of selection and agency who
quoted does not have any right for awarding the work based on precedents,
procedures followed at other places etc.,
7. If any of the dates mentioned in the tender notification and specification happens
to be holiday due to unforeseen reason, the same will be postponed to the next
working day.
8. EMD @ 2% of the tender value.

9. This notice is available on TSTRANSCO website https://www.tstransco.in.

Sd/-
Superintending Engineer,
OMC, Karimnagar.
To
The Notice Board

Copy submitted to
The Chief Engineer/Transmission/TSTRANSCO/VS/Hyderabad.
The Chief Engineer/Karimnagar Zone/TSTRANSCO/Karimnagar.
TRANSMISSION CORPORATION OF TELANGANA LIMITED
NOTICE INVITING TENDERS

TENDER NOTICE No.SE/OMC/KNR/ADE(T)-I/AE-1/F.No./D.No1109/21,Dt: 18.08.2021.

1. The Superintending Engineer / OMC / TSTRANSCO / Karimnagar invites sealed


tenders from the valid registered contractors of TSTRANSCO for the following
work.
Approx value Cost of
Tender EMD to
of the work specifi
specification Name of the work be paid
including cation
No. (Rs.)
GST. (Rs.) (Rs.)
Painting of main and auxiliary
S09/21-22 structure at 132/33KV SS 3,35,420/- 6,710/- 590/-
Suglampally in OMC Circle,
Karimnagar.

2. The bidder can obtain tender specification from the office of the undersigned
Last date for receipt of requisition and : 17.09.2021 up to 05:00 PM
Issue of tender specification.

Last date for receipt of Tender Schedules : 18.09.2021 up to 3:00 PM

Date of opening of Tender : 18.09.2021 @ 4:00 PM

3. Bidder shall remit Rs.590/- if collected in person and Rs.690/- if it is to be sent


through post/courier towards non-refundable cost of the tender Specification in the
following manner.

i) Through online payment to SBI A/C No.52106235959, IFSC Code


SBIN0020134
(Proof of payment shall be submitted while purchasing tender specification
and EMD).
Or
ii) Demand draft preferably drawn on SBI and payable at SBI, Main branch,
Karimnagar. (Demand draft should not be folded).
4. Details can be had from the concerned at O/o Superintending Engineer/ OMC/
Karimnagar on all working days during office hours.
5. The Superintending Engineer/OMC/Karimnagar reserves the right to reject any or
all the tenders without assigning any reason and for selection of agency for
awarding the work without assigning the procedure of selection and agency who
quoted does not have any right for awarding the work based on precedents,
procedures followed at other places etc.,
6. If any of the dates mentioned in the tender notification and specification happens
to be holiday due to unforeseen reason, the same will be postponed to the next
working day.
7. EMD @ 2% of the tender value.
8. This notice is available on TSTRANSCO website https://www.tstransco.in.

Superintending Engineer,
OMC, Karimnagar.
TERMS & CONDITIONS

Name of the work:-Painting of main and auxiliary structure at 132/33KV SS


Suglampally.

1. FIRM PRICE: Price quoted shall be firm for the contract period. Price variation is not
applicable for this contract.
2. ELIGIBILITY:
a) “A” Grade Electrical license issued by Government of Telangana.
Or
Registration with TSTRANSCO / TSNPDCL / TSSPDCL for electrical works.
b) Turnover of the bidder for the year 2019-20 or 2020-21 shall not be less than the
ECV.

3. EXPERIENCE: The bidder shall have work experience in similar nature of works of
the said tender.

4. Validity of Bids: The rates quoted shall be valid for 90 days from the date of opening
of tender.

5. EARNEST MONEY DEPOSIT:


i) Tender should be accompanied by an Earnest Money Deposit (EMD) equal to or not
less than 2% of the estimated value of the tender.
ii) EMD should be in the form of a crossed demand draft drawn on the State Bank of
India or any other Nationalised bank payable at Karimnagar in favour of the
Superintending Engineer / OMC / TSTRANSCO / Karimnagar.
Or
Online payment to SBI A/c No. 52106235959, IFSC code SBIN0020134 (Proof of
payment shall be submitted while submitting the bid).
iii) E.M.D. will be refunded to the unsuccessful bidders after finalisation of tenders. For
successful bidders,the EMD will be refunded after awarding the contract.
iv) The E.M.D. will be forfeited in the following cases:
a) When the successful bidder does not accept the order after issue of letter of
intent / acceptance letter.
b) When the successful bidder fails to furnish the security deposit within specified
period after issue of letter of intent/acceptance letter.
c) When tender is disqualified.
d) When the bidder alters his prices or with draws his offer during the validity period.
6. DOCUMENTS TO BE FURNISHED: The Bidder shall enclose with the tender the
copies of
a) “A” Grade Electrical license issued by Government of Telangana.
Or
Registration with TSTRANSCO / TSNPDCL / TSSPDCL for electrical works.
b) CA certificate for turnover for the year 2019-20 or 2020-21.
c) The bidder shall have work experience in similar nature of works of the said
tender.
7. SECURITY DEPOSIT: Contractor has to pay within 15 days from the date of issue of
the orders, equal to 5% of the total value of the contract as security deposit. The
security deposit shall be paid in shape of Demand Draft drawn in favour of the
Superintending Engineer/OMC circle / TSTRANSCO / Karimnagar payable at State
Bank of India, Main branch, Karimnagar or online payment to SBI A/C No.
52106235959, IFSC code SBIN0020134. No interest will be paid on security deposit.
The security deposit will be released after completion of guarantee period upon
certification by the concerned field Engineer on satisfactory performance of the
works.

8. ADDITIONAL SECURITY DEPOSIT: If the rate quoted by the bidder is less than
10% of ECV, additional security deposit (ASD) shall be paid for an amount equal to
the less percentage below 10%. E.g, if the bidder quotes 15% below the ECV, then he
has to pay ASD equivalent to 5% of the ECV. The Additional Security Deposit shall
be paid in the form of DD in favour of the Superintending Engineer / OMC /
TSTRANSCO / Karimnagar payable at SBI, Main Branch, Karimnagar or online
payment to SBI A/C No. 52106235959, IFSC code SBIN0020134. The Additional
Security Deposit will be released after completion of the work upon certification by
the concerned field engineer.
9. Rejection of Bid:
The bid is liable for rejection
i) If proof of payment of EMD is not enclosed.
ii) If the documents mentioned at point 5 are not enclosed.
iii) The tender quoted more than 5% will be rejected.
10. EVALUATION CRITERIA:
a. Where there is a discrepancy between the unit price and total price, the unit price
will prevail and the total price will be corrected accordingly.
b. Where there is a discrepancy between words and figures, the amount in words will
prevail.
c. Evaluation will be done based on the total price with applicable GST.
d. Bidder who offers the lowest price on the estimate will be accepted.
11. NEGOTIATIONS: Only L1 bidder will be called for negotiations.
12. CONTRACT AWARD ORDER:
a. Successful bidder will be issued with contract award order after due payment of
security deposit as mentioned at clause-6 and the successful bidder will then be
called the service provider.
b. The service provider shall acknowledge the purchase order.
13. PAYMENT TERMS: (i) 95% Payment will be made based on the bills of the
contractor after certification of work done by the officers in charge of the work and
following all the rules in vogue. (ii) Balance 5% of payment will be made after
completion of guarantee period upon certification by the concerned field Engineer on
satisfactory performance of the works.

14. If the contractor has received any excess payment by mistake or if any amounts from
the TSTRANSCO due to any other reason, when it is not possible to recover such
amounts under the Contract recovering the same from any other amounts and Bank
Guarantee given by the contractor due to or with the TSTRANSCO.
15. The work should be completed within 90 days from the date of handing over of site.
The work should be carried out as per the schedule enclosed.

16. PENALTY FOR DELAY IN SERVICE:


The time for and the dates for delivery mentioned in the Contract will be deemed to
be the essence of the Contract. Subject to force majeure Clause, if the Service
Provider fails to deliver the services within the period(s) specified in the Contract, the
TSTRANSCO will, without prejudice to its other remedies under the Contract, deduct
from the contract price, as liquidated damages, a sum equivalent to 0.5% per week on
the undelivered portion subject to a maximum of 5% of the total value of the contract.
Once the maximum is reached the TSTRANSCO may consider termination of the
Contract.
For penalty, the number of days would be rounded off to the nearest week and penalty
calculated accordingly. The penalty specified above will be levied and would be
adjusted against subsequent pending bills.
17. DEVIATION CLAUSE: “The quantities indicated in the Schedules are only
provisional and are likely to change during actual execution. When quantities of any
item are likely to exceed beyond 25% over and above the scheduled quantity or any
new items/supplemental items arises, the contractor shall bring the fact to the notice
of Chief Engineer/Zone three weeks in advance and take orders for going ahead with
the work. Without approval of this office, the contractor shall not go ahead with the
work wherever the increase in quantities exceeds beyond 25% over and above the
scheduled quantities or any new items/supplemental items arise.
All such items of works shall, however, be executed only on the written directions
of the concerned Executive Engineer. The contractor shall execute all
increased/supplemental/ new items that are found essential, incidental and inevitable
during execution of the contract at the rates to be worked out as below:
a) For the items covered in schedule:
For quantities increased over and above the scheduled quantities: The rates
awarded in the contract are applicable for any increase inquantities of works.

b) For Supplemental / New Items:


i) For the items where the rate can be deduced from the estimate or
TSTRANSCO / DISCOMS / Common SSR, the rate applicable will be the
estimated / SSR rate plus or minus (+/-) tender percentage accepted by the
bidder for Schedule-B. The schedule of rates adopted for supplemental
items/new items shall be from the current SSR applicable during the
execution period.

ii) For the items where the rates of new items cannot be deduced from the
estimate / SSR, the rate payable will be arrived based on the prevailing
market rates duly enquiring / collecting quotations and observing the
reasonableness of the rates by the purchaser.”
iii) It may be ensured that check measurement of the quantities of concrete
foundations etc shall be done at the level of Executive Engineer only before
payment is affected. Clauses 30.1, 30.2 of Section-G (Financial) of
specification are to be followed regarding prices, variation in taxes and duties,
prices and other variation and on terms of payment.

18. GOODS AND SERIVES TAX (GST):


a. GST No. of TSTRANSCO is 36 AAFCT0166J1Z9 and shall be quoted on their
invoice.
b. The GST Registration number of Supplier shall to be quoted on each invoice.
c. Tax invoice shall contain SGST and CGST breakup (or IGST) along with HSN
Code.
d. Suppliers who have opted for composition scheme in GST shall not charge GST
in their invoice. Supplier shall submit the Bill of supply without charging GST
stating on the top of their Bill of Supply that “Composition taxable person, not
eligible to collect tax on supplies”.
e. The input tax credit claimed by registered taxable person should commensurate
reduction in the price of goods and services supplied to TSTRANSCO.
f. GST TDS @ 2% will be recovered and remitted to Government (if applicable).
g. E-mail address shall be mentioned on the invoice to send TDS certificate.

19. STATUTORY VARIATION: Any variation in taxes up or down will be to the


account of TSTRANSCO.

20. Applicable labour cess @1% will be deducted from the bills.

21. GUARANTEE: The contractor should stand guarantee for workmanship for a period
of 12 months from the date of completion of work.

22. If any accident occurs to the contractor or to his labour during the course of work or
outside, the Contractor only will be held responsible and for any compensation to be
paid, the contractor has to pay. The TSTRANSCO is not responsible and if the
contractor does not pay such Compensation as settled by the courts or labour
departments, the TSTRANSCO will recover such amount from any of the bills of the
contracts held with TSTRANSCO.

23. The contractor should provide all statutory requirement and facilities to the workers
engaged at his own cost.

24. The work under execution shall be done under the supervision of Contractor’s
supervisor, as per the instructions of TSTRANSCO Engineer in charge.

25. The contractor should arrange accommodation and boarding to the workers engaged
by him for the work, at his own cost nearer to the work spot.

26. For any reason if the work is delayed, stopped, interrupted or trying to postpone the
work without any reasonable cause to the satisfaction of TSTRANSCO Engineers, the
loss sustained by the TSTRANSCO due to above inconvenience shall be paid by the
contractor.
27. Every care should be taken by the Contractor for his labour while doing the work so
as to not to damage the TSTRANSCO equipment, properties, T&P, etc. In case of
any damage, the contractor is responsible and shall pay the damages sustained.

28. The contractor shall comply with all state and central laws, statutory rules, regulations
etc., such as payment of wages act, minimum wages act, workmen compensation act,
employees liabilities act, industrial disputes act etc., and EPF scheme and other acts as
directed by Government during the tenure of contract period.

29. What so ever may be reason, no extra payment will be made by TSTRANSCO other
than the agreed rates at a later date.

30. Medical facilities for the labour engaged by the contractor should be arranged at his
own cost.

31. The contractor’s personnel should follow all the rules in vogue at site.

32. In case, the work carried out is not satisfactory to the Engineer of TSTRANSCO, the
Superintending Engineer / OMC / TSTRANSCO / Karimnagar reserves the right to
terminate the contract with 7 days notice and get the balance work done by other
agencies and recover the cost if any from the amounts of the bidder available with
TSTRANSCO.

33. No part of the contract shall be sublet without written permission of Superintending
Engineer / OMC / TSTRANSCO / Karimnagar nor shall be transferred power of
attorney / authorizing others to receive payments on contractor’s behalf.

34. TSTRANSCO has right to cancel the work at any stage without assigning any reason.

35. FORCE MAJEURE:

a. The contractor will not be liable for penalty for delay in work or termination for
default if and to the extent that its delay is the result of an event of Force Majeure.

b. For purpose of this clause, “Force Majeure” means an event beyond the control of
the supplier and not involving the contractor’s fault or negligence and not
foreseeable. Such events may include, but are not restricted to, wars or
revolutions, fires, floods, epidemics, quarantine restrictions, lockdowns and
freight embargoes.

c. If a Force Majeure situation arises, within 15 days from the date of eventuality,
the contractor shall notify TSTRANSCO in writing of such condition and the
cause thereof. Unless otherwise directed by the TSTRANSCO in writing, the
contractor shall continue to perform their obligations under the contract as far as it
is reasonably practice, and will seek all reasonable alternative means for
performance not prevented by the Force Majeure event.

36. JURISDICTION: All and any disputes or differences arising out of or touching this
contract will be decided by the Courts situated at Karimnagar in Telangana State.
37. GENERAL:
i) Bidder shall sign on all the pages of the specification as a token of acceptance of
all the terms and conditions of the specification.

ii) In case of ambiguity, discrepancy with respect to tender conditions and


situations which are not covered in tender specification, SE/OMC/Karimnagar is
the final authority for taking decision and no correspondence will be entertained
in this matter and the decision taken cannot be questioned.

iii) The Superintending Engineer/OMC/Karimnagar reserves the right to reject any


or all the tenders without assigning any reason.
iv) The Superintending Engineer/OMC/Karimnagar reserves the right to cancel the
tender process at any stage if required and bidders shall not have right to ask for
reasons.
38. Any further information regarding tender, specification and schedule can be had from
Office of Superintending Engineer / OMC / TSTRANSCO / Karimnagar.

Contact person: ADE (Tech): 9490154095.


Sd/-
Superintending Engineer
OMC, Karimnagar.
TRANSMISSION CORPORATION OF TELANGANA LIMITED
Technical Specification for painting of MS Structures

1.0 General:
1.1 These technical specifications shall be applicable for the work covered by the
contract, and without prejudice to the provisions of various codes of practice,
standard specifications etc. It is understood that contractor shall carry out the
work in all respects with the best quality of materials and workmanship and in
accordance with the best engineering practices and instructions of Engineerin-
charge.
1.2 Wherever it is stated in the specification that a specific material is to be
supplied or a specific work is to be done, it shall be deemed that the same shall
be supplied or carried out by the contractor. Any deviation from the standard
without written deviation permit from appropriate authority will result in
rejection of job.
2.0 Scope:
Scope of work covered in the specification shall include, without being limited to the
following.
2.1 Surface preparation to remove all loose mill scale, loose rust, loose paint, and
other loose detrimental foreign matter by hand chipping, scraping,
sanding(rubbing with sand paper), and wire brushing as described in this
specification and SSPC (Steel Structures Painting Council) manual.
2.2 Application of red oxide primer as recommended by the paint manufacturer
and as directed by Engineer in-charge to ensure uniform coating throughout
the surface of all the membersand to the specified thickness.
2.3 Application of aluminium paint over red oxide primer coating as
recommended by the paint manufacturer and as directed by Engineer in-charge
to ensure uniform coating throughout the surface of all the members and to the
specified thickness.
3.0 Extent of Work:
3.1 Supply of red oxide primer, aluminium paint from reputed manufacturers like
Asian paints, Berger paints, Nerolac paints, British paints etc.
3.2 Supply of all abrasives like emery paper, wire brushes etc used for surface
preparation.
3.3 Supply of all brushes, rollers etc used for application of primers and paints.
3.4 Clearing of all bushes, trees etc., near the towers, all foreign materials
including soil dumped and damaged coping material on the structure
members.
3.5 Preparation of surface of structure members, application of one coat of red
oxide primer, application of one coat of aluminium paint over red oxide
primer coat.
3.6 Measurement of Dry Film Thickness (DFT) for red oxide primer and
aluminium paint coat to ensure specified thickness and uniformity of coating.
4.0 Surface Preparation:
Surface preparation is the essential part of painting on whose effectiveness the quality
of entire painting process depends.
4.1 All the bushes, trees, creepers etc., near the structures, all foreign materials
including soil dumped and damaged coping material on the structure members
shall be cleared before starting surface preparation.
4.2 Mill scale, rust, rust scale and foreign matter shall be removed fully to ensure
that a clean and dry surface is obtained.
4.3 Manual or hand tool cleaning:
4.3.1 Hand tool cleaning normally consists of the following:
4.3.1.1 Hand de-scaling and/or hammering
4.3.1.2 Hand scraping with scraping tools, emery paper etc.
4.3.1.3 Hand wire brushing
4.3.2 Rust, mill scale spatters, old coatings and other foreign matter, shall be
removed by hammering, scrapping tools, emery paper cleaning, wire
brushing or combination of the above methods. On completion of
cleaning, loose material shall be removed from the surface by clean
rags and the surface shall be bushed, swept, dusted.
4.4 Wire brushes are to be used for making the surface rough. Surface is to be
sufficiently rough for proper adhesion of primer to the surface.
4.5 Scratching and cleaning are to be checked for uniformity of the surface,
removal of all loose mill scale, loose rust, loose paint, and other loose
detrimental foreign matter by hand chipping, scraping, sanding (rubbing with
sand paper), and wire brushingbefore allowing application of red oxide primer.
5.0 Application of red oxide primer:
5.1 Red oxide is a primer that has to be applied as per manufacturer’s
recommendations and purpose of its application is adherence to the MS
members and is the main protection to the tower members.
5.2 All coating systems shall be stored, thinned, handled, mixed and applied in
accordance with the recommendations on the manufacturer’s product data
sheets.
5.3 Application shall be invariably done by brushes/rollers and not by any other
means.
5.4 Application related failures in coatings shall be corrected prior to application
of a subsequent coat.
5.5 Where excessive coating thickness produces “Mud Cracking”, the coating
shall be scraped back and the area recoated to the required thickness.
5.6 Application of red oxide primer is to be checked for its uniformity and
thickness and the thickness should be between 125 to 150 microns or as per
manufacturer’s specification whichever is high.
5.7 Minimum dry time is to be allowed as per the manufacturer’s
recommendations before applying aluminium paint coat.
6.0 Application of aluminium paint coat:
6.1 Main purpose of Aluminum coating is to conceal the highly porous red oxide
primer surface susceptible for moisture absorption and to give a glossy finish
for free flow of water and to minimize adhesion of dust on the member
surface.
6.2 Aluminum paint coat shall be taken up after ensuring uniform and proper
coating of red oxide primer to the specified thickness.
6.3 All coating systems shall be stored, thinned, handled, mixed and applied in
accordance with the recommendations on the manufacturer’s product data
sheets.
6.4 Application shall be invariably done by brushes/rollers and not by any other
means.
6.5 Minimum dry time is to be allowed as per the manufacturer’s
recommendations before declaring completion of paint coat and measurement
of thickness.
6.6 Application is to be checked for its uniformity and thickness.
6.7 Application of aluminium coat is to be checked for its uniformity and
thickness and the thickness should be minimum 25 microns or as per
manufacturer’s specification whichever is high.
6.8 Total thickness of painting including red oxide primer and aluminium coat
should be minimum 175 microns.
7.0 Drying of coated surfaces:
7.1 No coat shall be applied until the preceding coat has dried. The material shall
be considered dry for recoating only when another coat can be applied without
the development of any film irregularities such as lifting or loss of adhesion of
undercoats.
7.2 Drying time of the applied coat should not exceed maximum specified for it as
a first coat and if it exceeds, the paint material has possibly deteriorated or
maxing is faulty.
7.3 No paint shall be force dried under conditions which will cause checking,
wrinkling, blistering formation of pores, or detrimentally affect the conditions
of the paint.
7.4 No drier shall be added to paint on the job unless specifically called for in the
manufacturer’s specification for the paint.
8.0 Submittals:
The Contractor shall submit the following to the Engineer in-charge.
8.1 Prior to surface preparation, the Contractor shall submit the details of tools
and methods used for the purpose with certificate that the abrasive media
meets the requirements for structure painting.
8.2 Before commencing the application of coating system, the Contractor shall
submit written certification, from the coating manufacturer, stating that all
materials supplied will meet the requirements for structure painting are and are
in accordance with the manufacturer’s current product data sheets.
8.3 Manufacturer’s product data sheets describing the following:
8.3.1 Recommended dry film thicknesses for each coating layer
8.3.2 Mixing and thinning directions
8.3.3 Acceptable humidity level and temperature range for application.
8.3.4 Minimumacceptable re-coat time period based on ambient
temperatures including the acceptable range of relative humidity for
each temperature interval.
8.4 All painting materials including primers and thinners brought to site by
Contractor for application shall be procured directly from manufacturer or
authorized dealers as per specifications and shall be accompanied by
manufacturer's test certificates. Paint formulations without certificates are not
acceptable.
8.5 The contractor shall produce test reports from manufacturer regarding the
quality of the particular batch of paint supplied. Batch test reports of the
manufacturer for each batch of paints supplied shall be made available by the
contractor.
8.6 Details of surface preparation and coating system application to areas difficult
to access like joints of angles, bolts & nuts.
8.7 Physical and other data of the primers and paints being used for the work to
arrive at the thickness requirements for supervising the work as red oxide paint
and aluminum paint shall be mixed as per the recommendations of the
manufacturer only without adding extra thinner.
`8.8 The Contractor shall provide to the Engineer in-charge a guarantee in writing,
stating that the coating system will perform satisfactorily for a period of two
(2) years from the date of completion (date of recording of last measurement).
The Contractor shall provide in the guarantee for the reapplication of the paint
system at no cost to the TSTRANSCO in the event that the coating system
does not perform satisfactorily. This shall include, but not necessarily be
limited to: the supply and installation of the working platform, hoarding,
scaffolding; removal, and disposal of the unacceptable coating system; surface
preparation; coating; and all other items necessary to reapply a coating system.
9.0 Documentation:
9.1 Tentative program of works with structure numbers and activityshall be
submitted to Engineer in-charge before commencing the work.
9.2 Daily progress report with details of weather conditions, particulars of
applications, number of coats and type of materials applied, anomalies,
progress of work versus program.
9.3 Results of measurement of dry film thickness for each structure by taking a
minimum of 10 random samples to cover different sections of the structure.
9.4 Details of non-compliance, rejects and repairs.
9.5 Code and batch numbers of paint materials used.
10.0 Tools& measuring instruments:
10.1 The structure shall be painted using the following tools:
10.1.1 Wall Brush type with a width of 2” - 3” and a bristle length of 4” -
7” should be used on large areas.
10.1.2 Lambs wool Rollers can be used on large areas
10.1.3 Sash Brush type 2” – 3” bristle should be used on small areas.
10.1.4 Brushes should be made of natural nylon and polyester bristles.
10.1.5 Separate brushes should be used for primer / undercoats and top
coat paints.
10.2 It may also be ensured that the brushes used do not have any missing bristles.
10.3 The contractor shall provide standard thickness measurement instrument with
appropriate range(s) like elcometer for measuring dry film thickness of the
coats.
11.0 Inspection, Testing, Quality checks and rectification of defects:
11.1 Engineer in-charge at his/her discretion, may call for tests for paint
formulations. Contractor shall arrange to have such tests performed including
batch-wise test of wet paints for physical & chemical analysis as per relevant
standards. All costs there shall be borne by the contractor.
11.2 The painting work shall be subjected to inspection by Engineer in-charge at all
times. In particular, following stage-wise inspection will be performed and
contractor shall offer the work for inspection and obtain approval of every
stage before proceeding with the next stage. The record of inspection shall be
maintained in the registers.

11.3 Stages of inspection are as follows:


i) Surface preparation
ii) Application of red oxide primer coat
iii) Application of Aluminiumpaint coat
11.4 Any defect noticed during various stages of inspection shall be rectified by the
contractor to the entire satisfaction of Engineer in-charge before proceeding
further. Irrespective of the inspection, repair and approval at intermediate
stages of work, contractor shall be responsible for making good any defects
found during final inspection/guarantee period/defect liability period as
defined in general terms and conditions of contract. Dry film thickness (DFT))
shall be checked and recorded after application of each coat and extra coat of
paint should be applied to make up the DFT specified without any extra cost to
the TSTRANSCO.

Sd/-
Superintending Engineer
OMC, Karimnagar.

You might also like