+ All Categories
Home > Documents > TENDER NO: PSER:SCT:NKP-C1550:14 VOLUME -IF … · BHEL/NTPC before use. Bidder has to ensure that...

TENDER NO: PSER:SCT:NKP-C1550:14 VOLUME -IF … · BHEL/NTPC before use. Bidder has to ensure that...

Date post: 18-Apr-2018
Category:
Upload: dangtuyen
View: 219 times
Download: 6 times
Share this document with a friend
21
TENDER NO: PSER:SCT:NKP-C1550:14 VOLUME -IF TECHNICAL CONDITIONS OF CONTRACT (CML) FOR Civil and Architectural Works of Boundary Wall in Two Phases (Phase I & II) consisting mainly of factory manufactured precast RCC panels as well as cast in-situ concrete boundary wall at specified locations as per drawing including all related works for 3 X 660 MW North Karanpura, Super Thermal Power Project, Jharkhand. BHARAT HEAVY ELECTRICALS LIMITED ( A GOVT. OF INDIA UNDERTAKING ) POWER SECTOR – EASTERN REGION PLOT NO. – 9 / 1, DJ – BLOCK, SECTOR – II, KARUNAMOYEE, SALT LAKE CITY, KOLKATA – 700091.
Transcript

TENDER NO: PSER:SCT:NKP-C1550:14

VOLUME -IF

TECHNICAL CONDITIONS OF CONTRACT (CML)

FOR

Civil and Architectural Works of Boundary Wall in Two Phases (Phase I & II) consisting mainly of factory manufactured precast RCC panels as well as cast in-situ concrete boundary wall at specified locations as per

drawing including all related works for 3 X 660 MW North Karanpura, Super Thermal Power Project, Jharkhand.

BHARAT HEAVY ELECTRICALS LIMITED ( A GOVT. OF INDIA UNDERTAKING ) POWER SECTOR – EASTERN REGION

PLOT NO. – 9 / 1, DJ – BLOCK, SECTOR – II, KARUNAMOYEE,

SALT LAKE CITY, KOLKATA – 700091.

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 1 OF 20

CONTENT

CLAUSE NO

DESCRIPTION

1.0 PROJECT SYNOPSIS AND GENERAL INFORMATION 2.0 SITE VISIT 3.0 SCOPE OF WORK 4.0 DEVIATIONS/CLARIFICATIONS 5.0 DEWATERING 6.0 LAND 7.0 WATER 8.0 ELECTRICITY 9.0 CONSUMABLE 10.0 TEST CERTIFICATES 11.0 CONFIRMITY WITH DESIGNS 12.0 IMTE 13.0 QUALITY CONTROL & QUALITY ASSURANCE 14.0 WORK & SAFETY REGULATIONS 15.0 PROJECT MANAGEMENT/ CONSTRUCTION MANAGEMENT 16.0 TEST CERTIFICATE FOR T&P 17.0 DETAILS OF EQUIPMENT 18.0 MATERIAL HANDLING (BHEL ISSUED MATERIAL) 19.0 CEMENT AND STEEL CONSUMPTION AND WASTAGE 20.0 CONSTRUCTION OF TEMPORARY OFFICE, STORES ETC 21.0 TOOLS & PLANTS (TO BE PROVIDED BY CONTRACTOR) 22.0 CIVIL LABORATORY 23.0 CONSTRUCTION SCHEDULE 24.0 COMPLETION PERIOD 25.0 CERTIFICATE TOWARDS COMPLETION 26.0 MOBILIZATION ADVANCE/ INTEREST BEARING RECOVERABLE ADVANCE 27.0 SECURITY DEPOSIT & PERFORMANCE BOND 28.0 LIQUIDATED DAMAGE/PENALTY 29.0 WARRANTY & MAINTENANCE 30.0 CONTRACT PRICE 31.0 INSURANCE 32.0 TAXES AND DUTIES 33.0 EXTENSION OF TIME FOR COMPLETION 34.0 INTERIM PAYMENTS 35.0 PVC , ORC & RATE REVISION 36.0 METHOD OF MEASUREMENT 37.0 EXTRA/ ADDITIONAL ITEMS OF WORK 38.0 OTHER TERMS

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 2 OF 20

These Technical conditions shall be construed as part of tender document and shall be read along with General Conditions of Contract. In case of any conflict or inconsistency between the general and these special conditions, the same shall be brought out by the bidder in writing to BHEL for clarification during pre-bid discussions; failing which most stringent interpretation / clause in favour of BHEL shall be adopted and the same shall be binding to the contractor.

CLAUSE NO

DESCRIPTION

1.0 PROJECT SYNOPSIS AND GENERAL INFORMATION Name of the Owner : NTPC

Capacity : 3 x 660 MW

Nearest Railway Station : Khalari Railway Station on Ranchi Garhwa section of Eastern Railways (40 km from Project site)

Nearest Town : Tandwa in Chatra District

Nearest commercial airport :

Ranchi (150 km from Project site)

The site is located near Tandwa town having latitude and longitude of about 230 50’ N to 230 52’ N and 84059’ E to 850 2’ E respectively. It is essential that the bidder visit site and acquaint with the conditions prevailing at site before submission of the bid. The information given hereunder is for general guidance and shall not be contractually binding on BHEL.

2.0 2.1

SITE VISIT Contractor should visit 3x660 MW North Karanpura Super Thermal Power Plant project site, to acquaint himself with the conditions prevailing at site and in and around the plant premises, together with all the statutory, obligatory, mandatory requirements of various authorities before submission of the bid.

2.2 The Contractor must satisfy himself regarding the character and volume of all work under this contract and expected soil & surface, sub-surface and / or sub-soil water to be encountered. He must also satisfy himself about the general conditions of site and ascertain the existing and future construction likely to come up during the execution of the contract so that he may evolve a realistic program of execution. No claim for compensation shall be entertained due to ignorance about site conditions. Bidder is not eligible for any claim due to variance between sit data furnished with spec/drawing and actual conditions at site.

3.0 SCOPE OF WORK 3.1 The scope of work comprises of civil and architectural works of Boundary wall at 3 X 660 MW

North Karanpura STPP in two phases (Phase I & II) consisting mainly of factory manufactured precast RCC panels as well as cast in situ concrete boundary wall at specified locations as per drawing including all related works such as excavation, filling, formwork, reinforcement etc. all complete as per specification. Scope of work includes casting of factory manufactured precast boundary wall panels, columns etc. as per approved drawings supplied to the bidder during construction stage at bidder’s facility/facility established by bidder outside the project area i.e at an established manufacturing shop/factory, transportation of precast units from factory to site and storage at locations identified by BHEL/NTPC, excavation for casting of foundation as per drawing, construction of foundation, erection of columns to plumb and installation of wall panels with required T&Ps, backfilling as per specification etc. all complete.

3.2 Work to be provided for by the Contractor

The work to be provided for by the Contractor, unless specified otherwise, shall include but not be limited to the following :

a) Furnish all labour, supervision, services including facilities as required under

statutory labour regulations, materials, scaffolds, equipment, tools and plants,

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 3 OF 20

transportation, etc. required for the work.

b) To carry out sampling and testing and submit to the Engineer, results of soil compaction tests whenever required by the Engineer to assess the degree of compaction.

c) Bidder shall deploy adequate number of manpower & T&P to complete the work

as per schedule.

No work under this specification will be provided by any agency other than the Contractor unless specifically mentioned elsewhere in the Contract.

3.3 Mix design( M 25 ,M 30/M 35) for all concreting shall be carried out either at site or from a reputed institute. Contractor has to ensure adding of admixture and minimizing of cement content in line with IS 456 as advised by BHEL time to time without any additional cost.

3.4 The work to be performed under this specification consists of providing all labour, materials, consumables, equipment, temporary works, temporary storage sheds for contractors own use, temporary colony for labour and staff, temporary site offices, constructional plant’s transportation/handling and all incidental items not shown or specified but reasonably implied or necessary for the completion of subject scope, all in strict accordance with the specifications including revisions and amendments thereto as may be required during the execution of work.

3.5 The scope shall also include setting up by the bidder a testing laboratory (one AC lab size 4.5mtr x 6mtr and 1 non AC lab 4.5 mtrx4.5 mtr.) in the field to carry out all relevant tests. Detail of laboratory equipments as per Annexure-A is to be arranged by the contractor within quoted rate. For conducting day to day one no. chemist to be deployed as necessary.

3.6 All quality standards, tolerances, welding standards & other technical requirements shall be strictly adhered to. All works under this specification, unless specified otherwise, shall conform to the latest revision and/or replacement of the following or any other Indian Standard Specifications and Codes of Practice. In case any particular aspect of work is not covered specifically by Indian Standard Specification, any other standard practice as may be specified by the Engineer shall be followed :- • SP:7 National Building Code - Structural Design (Part 6/Sec.7) Prefabrication and system building and mixed / composite construction. • IS: 10297 Code of practice for design and construction of floors and roofs using precast reinforced/prestressed concrete ribbed or cored slab units.

3.7 The Contractor is to carry out the work as per the drawings issued to him and/or Contractor's drawings which are approved by the Engineer and/or the Engineer's instructions.

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 4 OF 20

3.8 Special Technical requirements

General

The total height of boundary wall shall be approximately 3600mm above formation level (natural ground level in case formation level is less than natural ground level). Upto height of 3000 mm, it shall be constructed with precast reinforced cement concrete panels / cast in situ RCC panels (wherever required) and over that for 600 mm, concertina coil with maximum loop spacing of 125 mm shall be provided with Y-shaped MS angle. The RCC precast/cast in situ reinforced concrete columns shall be provided at spacing not more than 2500 mm c/c. The RCC precast/cast in situ reinforced concrete columns and footing shall be minimum 1500 mm below finished formation level. The precast reinforced concrete panels/ cast in situ RCC panels shall be at least 600 mm below formation level. The RCC precast concrete columns/ cast in situ RCC panels of minimum size 300 mm X 350 mm shall be provided with two grooves of minimum size 115 mm X 50 mm, so as to receive Precast Concrete RCC panels spanning from column to column with minimum width of 600 mm and minimum thickness of 100 mm as filler wall. The grade of concrete for all precast/cast in situ work shall be of M30 grade conforming to IS 456. The precast/ cast in situ reinforced cement concrete coping with minimum projections of 150mm on each side shall be provided at the top of the precast reinforced cement concrete panels / cast in situ RCC panels with suitable provision for MS angle Post for concertina throughout the boundary wall. Opening for gates/drains and for other crossing has to be suitably provided as per the requirement/drawing/instructions of engineer in charge. All exposed concrete surfaces of all precast members/ cast in situ RCC members have high quality shuttering finish with tolerance of +/- 5mm. Plinth protection of 150mm thickness PCC (M20) shall be provided on both side of boundary wall extending up to 300mm from center line of boundary wall. High quality shuttering shall be approved by BHEL/NTPC before use. Bidder has to ensure that damages such as cracks and chipping off of corners do not happen during handling due to knocking etc. In case, such damages happen, the same has to be brought to the notice of BHEL/NTPC. In case the damage is minor, the same has to be made good using approved epoxy resin. Non shrink grout can be used for chipped off corners. No monetary claim shall however be admissible for such repairs. The engineer in charge reserves the right to accept or reject any damaged precast unit and the decision shall be binding on the bidder.

Tolerances:

Sl. No.

Item Tolerance Max. Min.

1 Length (+/-) 0.1% 2 Straightness or bow 1/750 of length 3 Cross sectional

dimensions (+/-)3 mm or (+/-)0.1% whichever is greater

4 Squareness When considering the squareness of the corner, length of the two adjacent sides being checked shall be taken as base line. The shorter side shall not vary in length from the perpendicular by more than 5 mm.

5 Flatness The maximum deviation from a 1.5m straight edge placed in any position on a nominal plant surface shall not exceed 5 mm.

Load test on Pre cast members shall be carried out @ 2% up to 1000 nos., @ 1% from more than 1000 nos. for precast members of one type. The load test shall be carried out as per the provisions of IS-456.

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 5 OF 20

Drawings indicating the exact dimension and technical specifications of precast panels as well as FQP for shop & field testing requirements will be provided to the vendor after award of contract. Data provided in this tender is only indicative so as to enable the bidder to get a brief idea of the job.

4.0 DEVIATIONS/CLARIFICATIONS The bidder is required to submit with his offer in the relevant schedule/ format without any ambiguity. Any assumptions, presumptions, deviations etc. indicated or implied anywhere by the bidder except those indicated in the deviation schedule/ format will not be recognized and will not form a part of consideration / offer. In the absence of such filled-up schedule/ format it will be understood and agreed that the bidder’s offer is based on strict conformance to the specification and no negotiation would be allowed in this regard. BHEL reserve the right not to recognize any / all deviations submitted after opening of the bid.

5.0 DEWATERING Contractor shall ensure at all times that his work area & approach/ access roads are free from accumulation of water, so that the materials are safe and the erection/ progress schedule are not affected. No separate claim in this regard shall be admitted by BHEL. No separate payments for dewatering of subsoil, surface water or catchments water, if required, at any time during execution of the work including monsoon period shall be considered by BHEL.

6.0 LAND 6.1 The contractor has to plan and use the existing land inside the Project Premises considering the

use of land by other Civil /mechanical/ electrical contractors and the storage of plant machineries and materials. The existing land shall be shared by all erections agencies. Land will be allocated with certain time frame and to the extent available/ considered necessary, and will be reviewed by BHEL depending upon the area availability.

6.2 Land for labour colony near Project Premise may be available free of cost from owner , the contractor shall construct labour colony/ hutment as per his requirements after obtaining approval of formalities from statutory body.

6.3 The contractor will be responsible for handing back all lands, as handed over to him by BHEL/NTPC.

6.4 Area within plant premises for fabrication, batching plant, office, storage area etc. for construction purpose shall be provided as per availability free of cost upon approval of customer.

7.0 WATER 7.1 Contractor has to make his own arrangement for construction and drinking water. Bore well

may be installed upon requirement at locations approved by BHEL/NTPC at site. 7.2 Further necessary network for construction & drinking water system shall be done by the bidder

at his own cost. 7.3 Contractor should arrange on their own, drinking water in their labour colony. 7.4 However, BHEL shall not be responsible for any inconvenience or delay caused due to any

delay or interruption of water supply and the contractor shall claim no compensation for delay in work for such interruption. Contractor may make standby arrangement for water for which no separate payment shall be made by BHEL.

7.5 Contractor will have to arrange for storage of water to meet the day-to-day requirement. Bidder will ensure adequate supply of construction water to meet the requirement of water during major concreting.

7.6 The availability of water (construction as well as drinking) in North Karanpura project may be limited. Contractor shall ensure that no water is wasted. In this regard the contractor shall take all necessary measure towards preservation of water.

8.0 ELECTRICITY 8.1 BHEL will not provide construction power for the subject package. All construction activities have

to be carried out by means of DG set of suitable capacity as required at site. Contractor must quote his rates inclusive of the cost involved for installation/hiring of DG and its fuel/mobil/operator charges all complete as per requirement. Distribution (including laying of cables/ installation of DBs and maintenance of the same) beyond the source also to be arranged by the contractor at their own cost.

8.4 Bidder will have to arrange sufficient illumination at their own work areas. 8.5 The contractor should ensure that the work in critical areas is not held up in the event of any

power breakdown.

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 6 OF 20

8.6 The contractor shall have to make arrangement at their own cost for illumination that will be

required in the working area for execution of the work & safety of workmen. 8.7 The contractor shall have to make arrangement at their own cost for illumination etc in labor

colony. However there may be provision of Chargeable Power for labor colony for which contr atr has to install meters and necessary accessories

9.0 CONSUMABLE 9.1 All consumables, like gas, electrodes, chemicals, lubricants etc. required for the scope of work,

shall be arranged by the contractor at his cost unless otherwise specifically mentioned in the contract.

9.2 All consumables to be used for the job shall have to be approved by NTPC/ BHEL prior to use. 9.3 In the event of failure of contractor to bring necessary and sufficient consumables, BHEL may

arrange for the same at the risk and cost of the contractor. The entire cost towards this along-with overhead shall be paid by the contractor or deducted from the contractor’s bills.

10.0 TEST CERTIFICATES Necessary test certificates of all materials supplied by contractor are to be produced to BHEL prior to use of those materials.

11.0 CONFIRMITY WITH DESIGN The Contractor is to carry out the work as per the drawings issued to him and/or Contractor's

drawings which are approved by the Engineer and/or the Engineer's instructions. 12.0 IMTE

The contractor shall ensure deployment of reliable and calibrated instrument, measuring, and test Equipment (IMTE). The IMTE shall have test calibration certificate from authorized / Govt approved agencies. The contractor shall also keep provision of alternate engagement for such IMTE so that the work does not suffer when a particular IMTE is sent for calibration. Re-testing/ re-calibration shall also be arranged by the contractor at their own cost at regular interval during the period of use as advised by BHEL.

13.0 QUALITY CONTROL & QUALITY ASSURANCE Contractor’s Engineers and supervisors shall be adequately qualified and also inclined to do a

quality job. The quality assurance Engineer shall co-ordinate all aspects of quality control, inspection, implementation of quality assurance procedures laid down in Quality Plan and technical specification by BHEL. He shall fill up quality assurance log sheets / formats and submit to BHEL for joint inspection and acceptance. The contractor shall fill up, maintain & preserve the quality records in computerized media. DVC/BHEL’s authorized representative shall be given free access at all time to such quality related records etc. for inspection, review etc.

14.0 WORK & SAFETY REGULATIONS 14.1 The contractor shall ensure the Health, safety of all workmen, materials and equipment either

belonging to him or to others working at site. He shall observe safety rules and codes applied by the owner/ BHEL at site without exception.

14.2 Non-conformity of safety rules and safety appliances will be viewed seriously and BHEL has right to impose fines on the contractor on each incident/ each non-conformity as per details given below.

Safety Measure Fine ( Rs.) Not wearing safety helmet. 25/workmen Not wearing safety belt. 50/workmen Grinding without goggles. 50/workmen Not using 24V supply for internal work. 500/case Electrical plugs not used for hand machines. 100/case Welding cables, electrical wires using insulated with proper/ standard.

500/joint

Not removing scrap from platform Actual cost for removal plus 30 %

Gas cutting without taking proper precaution/ not using sheet below per incidence.

100/case

Electrical winches having no guards earthed properly etc. 500/case Improper earthing of electrical T&P. 200/equipment Not protecting/ locating the gas cylinder to avoid catching of fire.

100/cylinder

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 7 OF 20

Not providing earth leakage circuit breaker as per direction of BHEL.

1000/point

14.3 Any other nonconformity noticed not listed above will also be fined. The decision of BHEL engineer on the above will be final and binding on the contractor. The amount will be deducted from running bills of the contractor. The amount collected on the above will be dispatch for giving award to the employee who could avoid accidents by following safety rules. Also, the amount will be spent for improving the safety at site.

14.4 Where it is necessary to provide and/ or store petroleum products or petroleum mixtures and explosives, the contractor shall be responsible for carrying-out such provision and/or storage in accordance with the rules and regulations laid down in Petroleum Act 1934, Explosives Act, 1948, and Petroleum and Carbide of Calcium Manual published by the Chief Inspector of Explosives of India. All such storage shall have prior approval of BHEL/ NTPC. In case, any approvals are necessary from the Chief Inspector (Explosives) or any statutory authorities, the contractor shall be responsible for obtaining the same.

14.5 All equipment used in construction by contractor shall meet Indian/ International Standards and where such standards do not exist, the contractor shall ensure these to be absolutely safe. All equipments shall be strictly operated and maintained in accordance with manufacturer’s operation manual and safety instructions and as per guidelines/ rules of NTPC in this regard.

14.6 Periodical examinations and all tests for all lifting/ hoisting equipment & tackles shall be carried-out in accordance with the relevant provisions of Factories Act 1948, Indian Electricity Act 1910 and associated Laws/ Rules in force from time to time. A register of such examinations and tests shall be properly maintained by the contractor and will be promptly produced as & when desired by BHEL/ NTPC or by the person authorized by them.

14.7 The contactor shall be fully responsible for the safe storage of his and BHEL sub- contractor’s radioactive sources in accordance with BARC/ DAE (Bhabha Atomic Research Center/ Department of Atomic Energy, Govt of India) Rules and other applicable provisions. All precautionary measures stipulated by BARC/ DAE in connection with use, contractor would take storage and handling of such material.

14.8 The contractor shall provide suitable safety equipment of prescribed standard to all employees and workmen according to the need, as may be directed by BHEL/ NTPC who will also have right to examine these safety equipments to determine their suitability, reliability, acceptability and adaptability.

14.9 The contractor shall provide safe working conditions to all workmen and employees at the Site including safe means of access, railings, stairs, ladders, scaffoldings etc. The scaffoldings shall be erected under the control & supervision of an experienced and competent person. For construction, the contractor only shall use good and standard quality of material.

14.10 The contractor shall not interfere or disturb electric fuses, wiring and other electrical equipment belonging to BHEL/ NTPC or other contractors under any circumstances, whatsoever, unless expressly permitted in writing by NTPC to handle such fuses, wiring or electrical equipment.

14.11 Before the contractor connects any electrical appliances to any plug or socket belonging to the other contactor or BHEL/ NTPC, he shall comply with following.

14.11.1 Satisfy the BHEL/ NTPC that the appliance is in good working condition. 14.11.2 Inform the BHEL/ NTPC of the maximum current rating, voltage and phases of the appliances. 14.11.3 Obtain permission of the BHEL/ NTPC detailing the sockets to which the appliances may be

connected. 14.12 BHEL/ NTPC will not grant permission to connect until he is satisfied with following. 14.12.1 The appliance is in good condition and is fitted with suitable plug; 14.12.2 The appliance is fitted with a suitable cable having two earth conductors, one of which shall be

an earthed metal sheath surrounding the cores. 14.13 No electric cable in use by the contractor/ BHEL/ NTPC will be disturbed without prior

permission. No weight of any description will be imposed on any cable and no ladder or similar equipment will rest against or attached to it.

14.14 No repair work shall be carried out on any live equipment. BHEL/NTPC must declare the equipment safe and a permit to work shall be issued by the BHEL/NTPC before the contractor carries out any repair work. While working on electric lines/equipments whether live or dead, suitable type and sufficient quantity of tools will have to be provided by contractor to electricians/workmen/officers.

14.15 The contractors shall employ necessary number of qualified, full time Electricians/ Electrical Supervisors to maintain his temporary electrical installations.

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 8 OF 20

14.16 In case any accident occurs during the construction or other associated activities undertaken

by the contractor thereby causing any minor or major or fatal injury to his employees due to any reason, whatsoever, it shall be the responsibility of the contractor to promptly inform the same to BHEL/ NTPC in prescribed form and also to all the authorities envisaged under the applicable laws.

14.17 BHEL/ NTPC shall have the right at his sole discretion to stop the work, if in his opinion the work is being carried out in such a way that it may cause accidents and endanger the safety of the persons and/or property, and/or equipments. In such cases, the contractor shall be informed in writing about the nature of hazards and possible injury/ accident and he shall comply to remove shortcomings promptly.

14.18 The contractor shall not be entitled for any damages/ compensation for stoppage of work due to safety reasons above and the period of such stoppage of work will not be taken as an extension of time for completion of the facilities and will not be the ground for waiver of levy of penalty.

14.19 The contractor shall follow and comply with all Safety Rules of BHEL/ NTPC, relevant provisions of applicable laws pertaining to the safety of workmen, employees plant and equipment as may be prescribed from time to time without any demur, protest or contest or reservation. In case of any inconformity between statutory requirement and NTPC’s Safety Rules of BHEL/ NTPC referred above, the later shall be binding on contractor unless statutory provisions are more stringent.

14.20 If the contractor fails in providing safe working environment as per the NTPC’s Safety Rules or continues the work even after being instructed to stop work by BHEL/ NTPC as provided above, the contractor shall promptly pay to BHEL/ NTPC, on demand by the BHEL/ NTPC compensation at the rate of Rs 5,000.00 per day or part thereof till the instructions are complied with and so certified by BHEL/ NTPC. However, in case of accident taking place-causing injury, to any individual, the provisions contained in relevant paragraph shall also apply in addition to compensation mentioned in this paragraph.

14.21 If the contractor does not take all safety precautions and/or fails to comply with the Safety Rules as detailed in this tender and as prescribed by NTPC or under the applicable law for the safety of the equipment & plant and for the safety of personnel and the contractor does not prevent hazardous conditions which cause injury to his own employees or employees of other contractors, or the NTPC employees or any other person who are at Site or adjacent thereto, the contractor shall be responsible for payment of compensation to NTPC as per the following schedule:

14.21.1 Fatal injury or accident causing death – Rs 2,00,000/ person. 14.21.2 Major injuries or accident causing 25% or more permanent disablement to workmen or

employees – Rs 50,000/ person. 14.22 Permanent disablement shall have same meaning as indicated in Workmen’s Compensation

Act. The compensation mentioned above shall be in addition to the compensation payable to the workmen/employees under the relevant provisions of the Workmen’s Compensation Act and rules framed there under or any other applicable laws as applicable from time to time. In case the BHEL/ NTPC is made to pay such Compensation then the contractor is liable to reimburse BHEL/ NTPC such amount in addition to the compensation indicated above.

14.23 These insurance covers have to be taken prior to start of his work at the subject project and he shall make available the Policy to BHEL Construction Manager for necessary verification before commencement of work. However, irrespective of such verification/ acceptance, the sole responsibility to maintain adequate insurance cover for his workmen, T&P, assets etc. at all times during the period of contract shall lie with the contractor. Regarding the aforesaid insurance cover, the contractor shall directly deal with the Insurance Company for all matters regarding the insurance in his scope.

14.24 All terms and conditions detailed in GCC/SCC towards HSE shall have to be adhered to strictly by the contractor during execution of contract. If principal customer/statutory and regulatory bodies impose some penalty on HSE due to the non-compliance of the sub-contractor, the same shall be borne by them. The penalty amount shall be recovered from sub-contractor from their RA bills/Final bill.

15.0 PROJECT MANAGEMENT/ CONSTRUCTION MANAGEMENT To meet the need of construction management at site, contractor shall provide the following services within quoted/ accepted rates.

15.1 PLANNING & MONITORING

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 9 OF 20

15.1.1 The bidder shall prepare detail construction schedule (L-3) as per completion dates given in this

document. This schedule must include all milestone and key activities for each subsystems/ components in the areas of engineering (wherever applicable), procurement, manufacture (wherever applicable), excavation/ construction/ erection. This network must conform to the overall project schedule. The bidder should also ensure monitoring of these activities at least weekly basis to start with and on daily basis whenever required by BHEL.

15.1.2 After award of the Contract the successful tenderer shall submit the following for approval and adoption : a) The Contractor shall submit a detailed program of the work as proposed to be executed giving completion dates of various stretches of boundary wall for approval of BHEL. b) It is to be noted that the Engineer even after initial approval of the program, may instruct to enhance or retard the progress of work during the actual execution, in order to match with the progress of project without attracting any claims from the Contractor. The initial program being submitted by the Contractor should have sufficient flexibility to take care of such reasonable variations.

15.1.3 The bidder shall also prepare progress report indicating progress on key activities, management summary for critical activities, list of actions requiring attention of BHEL. This schedule is to be preferably made in PRIMAVERA/MS PROJECTS, so that the same is compatible with BHEL’s project management software.

15.1.4 The bidder will have to install 1 nos PCs (multimedia PC work station Pentium- core-2 Duo, 1 GHZ or above, 120 GB HDD, 2 GB RAM, 100/1000 MBPS LAN card) of HCL/ COMPAQ/ ZENITH or equivalent make with window 7 or XP (professional) O/S and required software like MS Office 2007 Professional, AutoCAD 2009 or higher, PageMaker (7.0 etc), ADOBE PDF CREATOR with one no laser jet printer compatible for A3 size printing (ink/ cartridge for which to be supplied as and when required), one no laser jet printer compatible for A4 size printing (ink/ cartridge for which to be supplied as and when required) with power backup at places, as per instruction of BHEL for exclusive use of BHEL. These computers/ printers shall remain contractor’s property and they will be allowed to take out the same after completion of contract period. The contractor shall provide data / information etc in prescribed formats for periodical updating of the progress reports, material management reports, updating of network pertaining to the contractor’s scope of work etc. The contractor shall also provide two nos computer operators and 2 numbers service staff for miscellaneous service for BHEL’s use at site/ Kolkata for reconciliation, progress review & day-to-day planning purpose, documentation etc. These facilities are to be provided within 30 days from LOI date till completion of contract period . If contractor fails to provide computer/ printer or personnel as per requirement, for a continuous period of fifteen days or more, BHEL shall have the right to deduct the amount as per following rates on prorate basis, from contractor’s RA bill or any other dues.

15.1.3.1 @ Rs 12,000/- (Twelve thousand)/ month for each computer operator. Or at actuals (rate +30%) if BHEL arranges this facility, whichever is lower.

15.1.3.3 @ Rs 10,000/- (Ten thousand) / month for each service staff. Or at actuals (rate +30%) if BHEL arranges this facility, whichever is lower.

15.1.4 The contractor’s site office must have facilities of communications like Fax, E-mail, and telephone with STD facility within a month from LOI.

15.2 PROGRESS REPORTING 15.2.1 The bidder shall submit daily, weekly and monthly progress reports for work force, materials

reports, consumables (gases/electrodes) report and other reports as per pro-forma considered necessary by the BHEL. In case of any failure on contractor’s part to comply with this, BHEL may at its discretion, consider to withhold part payment against their RA bills.

15.2.2 The progress report shall indicate the progress achieved against planned with reasons indicating delays, if any, and shall give the remedial actions which the contractor intends to take to make good the slippage or lost time, so that further works again proceed as per the original program and the slippages do not accumulate and effect the overall program.

15.2.3 The daily work force reports shall clearly indicate the work force deployed, category-wise specifying also the activities in which they are engaged.

15.2.4 Weekly progress review meetings will be held at site during which actual progress during the week vis-à-vis scheduled program shall be discussed or actions to be taken for achieving targets. For discussions, the contractor shall present program of subsequent week. The

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 10 OF 20

contractor shall constantly update/revise his work program to meet the overall requirement. 15.2.5 Periodic progress reviews on the entire activities of execution in respect of supply and works in

scope of bidder will be held once in a month at Calcutta/site. These meetings will be attended by reasonably higher officials of the contractor and will be used as a forum for discussing all areas where progress needs to be speeded up. The contractor shall be further responsible for ensuring that suitable steps are taken to meet various targets decided upon such meetings.

15.2.6 During construction contractor shall take an average forty colour digital photograph / slides each month (not less than nine per week) of the works during progress. In case of failure in providing such photograph in each month, an amount of Rs. 20,000/- per month shall be deducted from contractor’s RA bill.

15.2.7 Successful bidder has to provide for electronic/ computerized storing and re-production/ printing/ plotting of various data, log sheets, protocols, measurements etc. These may be stored in CD (as per requirement) and handed over to BHEL as per requirement.

15.3 SITE ORGANIZATION 15.3.1 The contractor shall maintain a site organization of adequate strength in respect of manpower,

construction machinery and other implements at all time for smooth execution of the contract headed by a competent construction manager for site operations with sufficient level of authority to take site decisions. The vendor will submit organization chart (showing the name of SITE-IN-CHARGE) with individual bio-data indicating various levels of experts to be posted for supervision in the fields of supervision and execution, quality, material management, planning, safety, etc. The organization shall be reinforced from time to time, as required to make up slippage (if any) from the schedule without any commercial implication to BHEL. The organization chart is to be submitted within 10 days from the date of LOI.

15.3.2 Following (minimum) engineering manpower with power plant construction background to be deployed at site by the successful vendor for their day to day supervision etc.

15.3.2.1 Qualified safety officers with assistants (exclusive for safety supervision for project jobs).

Officer – one No. Assistant - one no.

15.3.2.2 Site supervising engineer and supervisors for, Boundary wall, etc.

2 nos Enigineers Four nos supervisors

15.3.2.3 Engineer & Supervisors for quality inspection. one no Engineer one supervisor

15.3.2.4 Planning Engineer One qualified engineer 15.3.2.5 Chemist for Civil Laboratory One no. 15.3.3 Deputation of above man-power shall be jointly decided at site in line with construction schedule. 15.3.4 Engineer/ supervisor for other functions like store & purchase, material management, fin, admn

etc are to be provided as per site requirement and not considered above. 15.3.5 In the event of non deputation of engineer/ supervisor by the bidder as per above agreed

schedule, BHEL shall reserve the right to deduct Rs 50,000.00 per man-month for engineer, Rs 35,000.00 per man-month for the supervisor/ safety officer/chemist and Rs. 30,000 per man-month for safety supervisor from RA bills. Further induction of manpower regarding site supervisor & site engineer will be decided at site as per requirement without any financial implication.

15.3.6 BHEL reserves the right to reject or approve the list of personnel proposed by the contractor. The persons whose bio-data have been approved by BHEL will have to be posted at site and deviation in this regard will not be permitted unless specific & reasonable justification is made.

15.3.7 In addition to above, a well experienced qualified engineer to be designated, as ‘Project Co-coordinator’, shall be deployed by the contractor. Such engineer shall have adequate exposure on the job and shall remain fully involved in all planning activities, guidance etc to contractor’s own team during the complete execution period of contract.

15.3.8 The contractor should also submit to BHEL for approval a list of T&Ps along with their fitness certificates. The tools & tackles shall not be removed from site without written permission of BHEL.

15.3.10 The contractor should also submit network programs for the erection of various items. These networks shall show the NTPC/ BHEL hold points, which have to be cleared by NTPC/ BHEL, or their authorized representatives before further erection can take place. These programs for the erection would clearly identify responsibilities of the contractor and NTPC/ BHEL. It is the responsibility of the contractor to get the Networks approved by BHEL within four weeks of the date of finalization of award of work/ placement of LOI.

15.4 CONSTRUCTION MANAGEMENT

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 11 OF 20

15.4.1 Based on the approved program, the contractor shall submit a program of construction/ erection/

commissioning for the implementation. These programs would be amplified showing start of erection and subsequent activities and shall form the basis for site execution and detail monitoring. The three monthly rolling program with the first month’s program being tentative based on the site condition would be prepared based on these programs. The contractor shall also be involved along with NTPC / BHEL to tie up detailed resources mobilization plan over the period of the contract matching with the performance targets.

15.4.2 The program would be jointly finalized by the site in-charge of the contractor with BHEL/ NTPC’s project coordinator as well as the site-planning representative. The erection program will also identify sequential events matching financial turnover.

15.4.3 The contractor is liable to furnish all documentary evidences towards payment of Works Contract Tax as and when required by BHEL.

15.6 HEALTH SAFETY & ENVIRONMENT 15.6.1 It is imperative on the part of the contractor to join and effectively contribute in joint measures

such as tree plantation, environment protection, contributing towards social up-liftment, conversion of packing woods to school furniture, keeping good relation with local populace etc.

15.6.2 Round the clock experienced paramedical personnel with first aid facility & one ambulance including driver, fuel etc. at site to be arranged by the bidder at his own cost. No medical facility within / near the site shall be provided by BHEL.

15.6.3 No staff quarter shall be provided by BHEL. 15.6.4 Temporary individual site approaches for erection/work spots under the scope of work, as

required for movement of cranes, trailers, trucks, transit mixers, dumpers, etc. shall be arranged by the contractor at his own cost.

15.6.6 The contractor shall solely be responsible for the safety, quality, & quantity of material, if any, after it is handed over and issued to contractor by the BHEL.

16.0 TEST CERTIFICATE FOR T&P All T&P, lifting tackles and pulling devices to be deployed by the contractor must bear valid / latest test certificates for their suitability, and the documents shall be preserved at site.

17.0 Details of Equipment proposed to be used for excavation, erection of boundary wall, back-filling and compaction have to be submitted along with the tender.

18.0 MATERIAL HANDLING (BHEL ISSUED MATERIAL) 18.1 No material issue by BHEL i.e. steel, cement or others, is envisaged for this project. 18.2 Cement & reinforcement/structural steel shall be arranged by the contractor. However,

necessary approval for type and grade of cement as well as reinforcement/structure will be taken from BHEL/NTPC. Cement and steel as well as other materials will be subject to testing as per approved FQP. For site manufactured items, necessary test certificates must be produced as per requirement of BHEL/NTPC.

18.3 Vendor must take specific note of the following suppliers of steel and cement from which steel and cement must be be procured for the subject package : For Steel : SAIL, TISCO, JINDAL, RINL For Cement : ULTRATECH, GRASIM, JAYPEE, BIRLA, ACC, AMBUJA, LAFARGE

18.4 Open land (very limited space) for storage shall be provided by BHEL on free of cost basis. However, contractor may arrange for leveling and grading of the same as per their requirement. BHEL will not be responsible for providing for leveling and grading of the area. Contractor shall maintain one centralized fenced store cum bar bending yard. The bidder shall make complete arrangement of necessary security personnel, to safeguard all such materials in his custody. The contractor shall be responsible to take care of all material procured by him and shall protect the same from theft, damage and weathering.

18.5 The contractor shall construct waterproof cement store for initial period (of suitable capacity as per site requirement) for storing and stacking of cement , CGI/ asbestos roofing (slope) with brick masonry wall, PCC flooring. Materials required for the same shall be provided by contractor at his own cost. Cement has to be kept over wooden raised platform. Stacking of cement is to be done as per IS codes with proper illumination and locking arrangements.

18.6 The contractor shall thus solely be responsible for any delay in supply thereof for all or any such material.

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 12 OF 20

18.7 Clotting of cement and excessive rusting of steel must be avoided. In case, due to any cause

attributable to the contractor, such clotting of and/or rusting of steel occur rendering the same unusable, then such quantity of cement /steel shall be rejected for execultion purpose. No additional claims may be made in this regard.

18.8 Contractor will have to make his own arrangement at his own cost for procurement of any other material as required for the works and of such quality as acceptable to BHEL.

19.0 CEMENT AND STEEL CONSUMPTION AND WASTAGE 19.1 CEMENT WASTAGE 19.1.1 Since supply of cement is in vendor’s scope, No claim for any wastage of cement whatsoever

may be made by the vendor. 19.2 STEEL CONSUMPTION 19.3.1 Since supply of steel is in vendor’s scope, no claim for any wastage of cement whatsoever may

be made by the vendor. Payment of reinforcement and/or structural steel shall be made for quantities calculated at actual as per drawing.

20.0 CONSTRUCTION OF TEMPORARY OFFICE, STORES ETC 20.1 The contractor shall arrange at his own cost cleaning of area allotted, construction of his

temporary office, stores, cement godown etc. and also the watch and ward of all the above. Materials required for the same shall be provided by contractor at his own cost.

21.0 TOOLS & PLANTS (TO BE PROVIDED BY CONTRACTOR FOR INDIVIDUAL PACKAGE) 21.1 Tentative list of T&P to be deployed by contractor for successful completion of work is detailed

below. 21.2 It may be noted that the list is not exhaustive and is only for general guidance. The contractor is

required to provide all necessary T&P (other than those specified to be provided by BHEL, if any) measuring (calibrated) instruments & handing equipments to maintain work progress for timely completion of total work as per contract. In case of project requirement, some activities may have to pre-pone. In such cases the contractor may have to deploy additional T&P. Quoted rate shall be inclusive of such emerging requirements. However, contractor shall submit deployment plan of all T&P along with tender bid.

21.3 In the event of any failure on the part of the contractor to deploy T & P to sustain desired work progress , BHEL may at his discretion also terminate the contract on this ground and take out any or whole amount of the contract from the scope of the contractor. In the event of failure of contractor to deploy necessary and sufficient T&P/ IMTEs to maintain work progress , BHEL will be at liberty to arrange the same at the risk & cost of contractor including transportation cost of same from any of BHEL site/ other agency & charges as applicable shall be deducted from contractor’s RA bill. BHEL also reserve the right for suitable deduction towards non-depolyment of T&P as per project requirement in line with BHEL’s rate of T&P charges available at BHEL/site through corporate circular time to time. Decision of BHEL in this regard will be final & binding on contractor.

21.4 Following Major T&Ps to be arranged by contractor within the time as indicated against each T&P. Major T&P items for each individual package Broad Mobilizing time from LOI

date 21.4.1 2 nos hydraulic excavator (bucket capacity 1.2CUM & above)

availability during day and night shift working Within 30 days from date of placement of LOI

21.4.3 1 nos vibrating earth compactor (vibromax/equivalent of 10/12 T capacity or more (pad foot roller).

Within 30 days from date of placement of LOI

21.4.4 2 nos water tanker with sprinkler arrangement (capacity 8000 ltr. & above)

As per site requirement

21.4.5 1 no each of theodolite (1 second accuracy), total station , auto level & staff.

A Within 30 days from date of placement of LOI

21.4.6 Ply wood (min 12 mm thick) shuttering materials As per site requirement 21.4.7 Weigh Batcher (Diesel engine driven) 2 to 3 Nos. (Total Output

15 cum/ hr) As per site requirement

21.4.8 2 nos mobile drinking water tanks (capacity 6000 ltrs & above).

As per site requirement.

21.4.9 2 nos. mobile lighting mast with DG set attachment (8 mtrs. High & above capacity.

As per site requirement

21.4.10 1 nos. self priming dewatering pump 2 HP (diesel/ petrol) As per site requirement 21.4.11 DG set. (capacity as per requirement) As per site requirement

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 13 OF 20

21.4.13 1 nos. curing pump – 1.5 HP As per site requirement 21.4.14 1 no. dozer (D50 & above). As per site requirement 21.4.16

5 nos. dumper ( 20 T and above capacity) Within 30 days from date of placement of LOI

21.4.17 1 nos. reinforcement bending machine To be commissioned within 75 days

21.4.18

1 nos. reinforcement cutting machine To be commissioned within 75 days

21.4.19

1 no. compression testing machine (200 T cap) To be commissioned within 75 days

21.4.20 Civil laboratory equipments as per list attached in ANNEX `A`with temporary building (4.5 M X 6 M AIR CONDITIONED Room and 4.5 m x 4.5 m Non- AIR CONDITIONED Room).

To be commissioned within 75 days

21.4.24 30 nos concrete cube moulds As per site requirement 21.5 Portable fire extinguishers as below:

Soda acid – 20 sets. Dry chemical powder – 20 sets CO2 – 15 sets. Water & sand bucket (4 buckets in one stand) – 10 sets. Fire hose with nozzle (50 M length) – 12 sets.

Within 90 days

21.6 T&P shown in the above mentioned list are based on progress requirement. Mobilisation schedule as mutually agreed at site for major T&Ps, have to be adhered to and no change will be permitted without written approval of BHEL. Further requirement will be reviewed time to time at site and contractor will provide additional T&P/ equipments to ensure completion of entire work within schedule time without any financial implication to BHEL. All other T&Ps shall be provided by the contractor without any extra cost to BHEL. Vendor will give advance intimation & certification regarding capacity etc prior to dispatch of heavy equipments.

21.7 All T&P and all IMTEs, which are required for successful and timely execution of the work covered within the scope of this tender, shall be arranged and provided by the contractor at his own cost in working condition.

21.8 In the event of non mobilsation of any T&P by the successful bidder and as a result progress of work sufferred, BHEL reserves the right to deduct suitable amount from the dues of the bidder, with assigning reasons thereof.

22.0 CIVIL LABORATORY Contractor shall establish and maintain civil laboratory with necessary equipment (as per

Annexure-A) for conducting relevant site tests, as required. 23.0 CONSTRUCTION SCHEDULE 23.1 Entire work shall be carried out in accordance with the construction schedule given below, within

the stipulated completion period. Within 30 days of LOI, the contractor shall discuss with BHEL site engineer & furnish the (L-3) construction schedule indicating all milestones on the basis of major activities and get it approved from BHEL Engineer.

Schedule for major construction activities covered under the scope of work is as below– Major activity description Completion schedule

a) Completion of Boundary wall Phase I Within 4 months from LOI date b) Completion of Boundary wall Phase II Within 10 months from LOI date

23.2 Above schedule is indicative. The contractor shall plan his work in such a manner so as to meet the overall project schedule, in consultation with BHEL/NTPC Engineer.

23.3 Contractor shall submit daily work program based on above construction schedule. 24.0 COMPLETION PERIOD

The entire work under this scope shall be successfully completed in all respect within 10 (ten) months from date of LOI. However, completion period of phase I is 4 months. .Mobilisation period is 30 days from date of LOI by BHEL.

25.0 CERTIFICATE TOWARDS COMPLETION The work under the scope of the contractor shall be deemed to have been completed in all respects only when so certified by BHEL/ NTPC. The decision of BHEL in this regard shall be final and binding on the contractor.

26.0 MOBILIZATION ADVANCE/ INTEREST BEARING RECOVERABLE ADVANCE 26.1 No mobilization advance is admissible under the contract

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 14 OF 20

26.2 NO IBRA is applicable for this contract. 27.0 SECURITY DEPOSIT & PERFORMANCE BOND 27.1 Security deposit shall be applicable as per relevant clause of GCC (Volume-IB). 27.2 Performance bond is not applicable for the tender. 28.0 LIQUIDATED DAMAGES/PENALTY 28.1 If the contractor fails to maintain the required progress of work which results in delay in the

completion of the following works as per the contractual completion period indicated for individual areas indicated below, BHEL shall have the right to impose Liquidated Damage/Penalty at the rate of 0.25% of the contract value, per week of delay or part thereof subject to a maximum of celing of 5 % of the contract value awarded.. For this purpose, the period of delay shall be the delay attributable to the Contractor for the completion of work as per contract. Contract Value for this purpose, shall be the final executed value exclusive of ORC, Extra Works executed, Supplementary/Additional Items and PVC.

28.2 BHEL shall deduct the amount of such compensation from any money due or which may become due to the contractor and/or recover such compensation from the bank guarantees/ security deposit of the contractor. To be entitled to impose such compensation, BHEL will not be required to prove that he has incurred such amount as actual damage.

28.3 BHEL reserve the right to cancel the order/ contract or a portion thereof at the risk & cost of the contractor and the contractor shall be liable to BHEL for any excess costs thereof.

29.0 WARRANTY & MAINTENANCE The contractor shall warrant that the equipment will be new and in accordance with the

contract documents and free from defects arising due to deficiencies in design & engineering and from defects in material & workmanship for the period commencing immediately upon satisfactory completion of job. Performance guarantee shall stand valid till at least 12 months after completion of scope. The equipment shall operate satisfactorily & reliably and performance & efficiency of the equipment(s) shall not be less than the respective guaranteed values.

30.0 CONTRACT PRICE 30.1 The bidder shall quote their rates strictly in accordance with prescribed Price schedule of

Volume-III. ( Schedule 1 and Schedule 2). 30.2 Bidder must quote for both schedule 1 & 2 of Price Schedule- Volume-III. 30.3 The quantities of the various items mentioned in the respective Price schedules, Volume-III are

approximate, based on very preliminary information and may vary to any extent or to be deleted altogether. The quoted rates of each item will remain firm throughout the period of execution including extension, for reasons whatsoever, as long as variation in the total value of the work executed under any part of this contract including extra items, if any, but excluding any price variation, remains within +/- 15 % (plus/minus fifteen percent) of the awarded price (as per LOI / WO).

30.4 The unit rate quoted for various items of BOQ shall include all the stipulation mentioned in the tender documents and nothing extra over BOQ rates shall be payable.

31.0 INSURANCE 31.1 BHEL shall arrange insurance coverage for the material and properties of BHEL/Customer

covering the risks during transit, storage, erection and commissioning. It is the entire responsibility of the contractor to insure his workmen against accident and injury while at work as required by the relevant rules and to pay compensation, if any, to their workmen as per workmen’s compensation act. The contractor has also to insure his staff against accident/injury. The contractor has to take insurance cover for his tools and plants, assets etc. These insurance covers have to be taken prior to start of his work at the subject project and he shall make available the Policy to BHEL Site in-charge for necessary verification before commencement of work. However, irrespective of such verification / acceptance, the sole responsibility to maintain adequate insurance cover for his workmen, T&P, assets etc. at all times during the period of contract shall lie with the contractor. Regarding the aforesaid insurance cover, the contractor shall directly deal with the Insurance Company for all matters regarding the insurance in his scope. Insurance covers to be taken by BHEL is stipulated under relevant clauses of Vol – IB of this

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 15 OF 20

specification (G.C.C.) 32.0 TAXES AND DUTIES 32.1 TDS under Income Tax, VAT etc, shall be deducted at prevailing rates on Gross Invoice Value

from the bills unless Exemption Certificate from the appropriate authority/ authorities is/ are furnished.

32.2 All Taxes excluding (Service Tax , Educational Cess and other Cess) , Works Contract Tax under state VAT Act, charges royalties, duties, Entry Tax , Cess, B.O.C.W Cess , any State or Central levy and other taxes for materials obtained for the work and for the execution of the contract shall be borne by the contractor and shall not be payable extra.

Any increase of the same at any stage during execution of the contract shall have to be borne by the contractor. Quoted/ accepted rates/ price shall be inclusive of all such requirements after taking the Input Credit, if any, as per provisions of the State VAT Act. The contractor is responsible to furnish all documentary evidences towards payment of Works Contract Tax as & when required by BHEL. Submission of Tax Invoice is a must after Grossing up the Bills as the price is inclusive of VAT

The Bidder must note that Bidder is required to provide us Tax –Invoice wherein VAT TAX on Materials used / consumed must appear with applicable Tax rate . In other words , Tax Invoice would clearly show vivisection of Materials and Services value separately ..

32.3 Bidder must be a registered dealer with the Jharkhand Value Added Tax Act, 2003, if not registered yet and a copy of the said registration certificate along with TIN Number must be provided to Site R.A.O.

32.4 Vendor is responsible to furnish all documentary evidences towards payment of Works Contract Tax as and when required by BHEL .

32.5 Way Bill : No way Bill will be provided by BHEL for bringing materials from outside State to JHARKHAND State .

The Bidder has to make their own arrangement at their cost for completing the formalities, if required, with State VAT Act Authorities, for bringing their materials, plants & machinery at site for execution of the works under this contract, Road Permit/ Way Bill, if required, shall be arranged by the contractor and BHEL will not supply any Road Permit/ Way Bill for this purpose. The contractor must be a Registered Dealer with the Sate VAT Act, if not registered yet and a copy of the said Registration Certificate along with TIN number must be provided to site RAO/ BHEL .

32.6 New taxes & duties, if imposed subsequent to due date of offer submission as per NIT & TCN, by statutory authority during contract period ( including extension, if the same is not attributable to you), shall be reimbursed by BHEL on production of relevant supporting document to the satisfaction of BHEL. However, you shall obtain prior approval from BHEL before depositing new taxes and duties.

32.7 SERVICE TAX 32.7.1 The subject service is “works contract” as per Sec. 65B (54) of the Finance Act, 1994.

Service Tax as legally leviable & payable by vendor under the above provisions of Finance Act, 1994 shall be paid by BHEL on production of G.A.R-7 Challan . In case Service Tax is payable by BHEL under reverse charge mechanism vide Notification No. 30/2012-Service Tax dtd. 20-06-2012, shall be paid separately

32.7.2 The Bidder shall issue invoice complying with Rule 4A of the Service Tax Rules 1994. The invoice shall indicate the name, address and the registration number (PAN Based STC No.) of the Bidder; the name and address and the registration number(_AAACB4146PST005) of BHEL.; the description and value of taxable service provided; and the service tax payable thereon by the Bidder

32.7.3 You shall furnish proof of Service Tax registration (ST-2) with Central Excise Division covering the Services . Registration should also bear endorsement for the premises from where the billing shall be done by you on BHEL for this Project.

32.7.4 BHEL will not be held to be responsible for non-compliance of various Service Tax Rules, being framed from time to time.

32.7.5 Rule 2A. Determination of Value of Service Portion in the execution of a Works Contract vide Notification 24/2012 S.,T dated 06.06.2012 . Subject to the provisions of Section 67 , the value of Service portion in the execution of Works

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 16 OF 20

Contract , referred to in clause ( h) of Section 66E of the Act , shall be determined in the following manner , namely ;

i) Value of Service portion in the execution of Works Contract shall be equivalent to the Gross amount charged for Works Contract less the value of property in goods transferred in the execution of Works Contract.

Hence , the Bidder should take note of Service Tax Liability on the Services Portion only .

32.7.6 Point of Taxation Rule, 2011 has come into operation from 01-04-2011. As per the rule Invoice must be generated within 30 days from the date of completion of service. In such case, the date of invoice will be the relevant date. However, if the invoice is not generated within 30 days as stated above, the date of completion of service shall be the relevant date.

32.7.7 Vendors must take adequate care and cautions w.r.t “Point of Taxation Rule,2012” as otherwise both the Vendors ( for non-compliance ) and BHEL ( unable to take Credit on Input Services, resulting in extra fund flow in that particular month ) will suffer.

32.8 Under Building and Other Construction Workers (Regulation of employment and conditions of service) (BOCW) Rule 2009 dated 30-04-2009, the contractor shall do necessary registration before commencement of work. The required forms may be collected from office of Dy. Labour Commissioner, RANCHI / Local Area .

Entry Tax : Presently no Entry Tax is applicable in JHARKHAND as the applicability of Entry Tax has been quashed by Honable JHARKHAND HIGH COURT .

Entry Tax : If however , on a later date , Entry Tax is applicable , Contractor has to get Entry Tax Registration Certificate from Local Sales Tax Authority and has to pay Entry Tax for bringing scheduled goods to local area Karanpura for use, sale & consumption for this Project / Work Order . Entry Tax paid Challan / Invoice Copy shall be made available to BHEL-Site Finance along with Tax Invoice as mentioned aforesaid .

33.0 EXTENSION OF TIME FOR COMPLETION 33.1 If the completion of work as detailed in the scope of work gets delayed beyond the contract/

completion period, the contractor shall request for an extension of the contract and BHEL at its discretion may extend the contract.

33.2 Based on the reviews jointly signed, the works balance at the end of original contract period less the backlog attributable to the contractor shall be quantified, and the number of days of ‘Time extension’ required for completion of the same shall be jointly worked out. Within this period of ‘Time extension’, the contractor is bound to complete the portion of backlog attributable to the contractor. Any further ‘Time extension’ or ‘Time extensions’ at the end of the previous extension shall be worked out similarly.

33.3 However if any ‘Time extension’ is granted to the contractor to facilitate continuation of work and completion of contract, due to backlog attributable to the contractor alone, then it shall be without prejudice to the rights of BHEL to impose penalty/ LD for the delays attributable to the contractor, in addition to any other actions BHEL may wish to take at the risk and cost of contractor.

33.4 A joint programme shall be drawn for the balance amount of work to be completed during the period of ‘Time Extension’, along with matching resources to be deployed by the contractor as per specified format. Review of the programme and record of shortfall shall be done.

33.5 During the period of ‘Time extension’, contractor shall maintain their resources as per mutually agreed program

33.6 At the end of total work completion as certified by BHEL engineer, and upon analysis of the total delay, the portion of time extensions attributable to (i) Contractor, (ii) Force majeure conditions, and (iii) BHEL, shall be worked out and shall be considered to be exhausted in the same order. The total period of time extensions shall be the sum of (i), (ii) and (iii) above and shall be equal to period between the scheduled date of completion and the actual date of completion of contract. LD shall be imposed/ levied for the portion of time extensions attributable to contractor and recoverable from the dues payable to the contractor.

34.0 INTERIM PAYMENTS 34.1 For all items of works, as per the the Price schedule, Vol-III, billing shall be on item rate basis

and paid monthly on the basis of joint measurement duly certified by BHEL engineer subject to its compleness and correctness. However, Interim Payment shall be limited to 95% of gross bill amount.

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 17 OF 20

34.2 All admissible recovered/ adjustments etc. shall be made from the interim payable amount. 34.3 Balance 5 % retained from each RA bill will be released on completion of guarantee period.

However, this 5 % payment can be released against submission of bank guarantee valid for the guarantee period as stated above in Proforma / Format of performance bank guarantee, subject to receipt of certificate that all works are completed in all respects. Submission of bank guarantee towards retention is separate and other bank guarantee(s) cannot be utilized for this purpose. This retention bank guarantee will be refunded after guarantee period.

34.4 1.5 % of gross bill amount shall be paid in the following manner on certification by BHEL engineer after compliance of each of following activity in each month. In case of non-fulfilment of respective activity by vendor in each month, no payment shall be made by BHEL against corresponding activity and no claim of bidder at a later date, whatsoever, in this regard shall be entertained by BHEL.

34.4.1 0.7 % shall be paid on compliance of housekeeping of vendor’s working area and store/ office areas.

34.4.2 0.3 % shall be paid on compliance of general illumination of vendor’s working area and stores, office area.

34.4.3 0.2 % shall be paid on compliance of applicable OHSAS requirement as per guidelines of BHEL/ PSER and as specified in the tender.

34.4.4 0.3 % shall be paid on compliance of applicable safety requirement as per guidelines of BHEL/ PSER and as specified in the tender.

34.5 Contractor’s RA bill, complete & correct in all respects, certified by BHEL engineer, shall be paid with in 30 days of receipt of bill with all supporting documents.

34.6 BHEL site at its discretion, may further split up the above percentages of break up and effect payment to suit the site condition, cash flow requirement, according to the progress of work.

34.7 Such payment as above shall be effected only on certification by BHEL against completion of each stage.

35.0 PVC , ORC & Rate Revision PVC (Price variation claim) and ORC (Over-run charges) are not applicable for this contract. No rate revision is admissible /applicable for this contract. This is a firm price contract.

36.0 METHOD OF MEASUREMENT Mode of measurement shall be as per relevant clauses of technical specification of this tender. In case the same is not available the relevant IS 1200 in conjunction of IS code 3385 shall be adopted. In case the same is also not available, the standard procedure adopted in CPWD shall be adopted. In case the same is also not available in CPWD, the measurement of the work done will be based on the mutual agreement between BHEL and contractor. In all the above cases, the interpretation of BHEL will be final and binding to the contractor.

37.0 EXTRA/ ADDITIONAL ITEMS OF WORK It shall be as per Cl. 2.15.7 of GCC.

38.0 OTHER TERMS 38.1 Contractor shall provide temporary barricade all round the working area to avoid any untoward

incident. 38.2 Any other non-conformity noticed not listed above will also be fined. The decision of BHEL

engineer is final on the above. The amount will be deducted from bills of the contractor. 38.3 The contractor shall comply with all state and central laws, various labour laws, statutory rules

and regulations, etc. 38.4 The payment of wages act, minimum wages act, workman compensation act, Employers

Liability act, Industrial Dispute Act, Employees Provident Fund Scheme, Employees State Insurance, Contract Labour (Regulation and abolition) Act and other acts, rules & regulation for labour as may be enacted by the Government during the tenure of the contract and having force or jurisdiction at site. The contractor shall give to the local government body police and other relevant authorities all such notices as may be required by law.

38.5 All other term & conditions of this specification shall be governed by the pertinent provisions of SCC/GCC and other volumes of this tender, as applicable.

38.6 While bidder's scope include deplyment of all resources, like T&P, materials, consumables, manpower including supervision etc for proper completion of the subject job and no sub-contracting for execution of the job is allowed by BHEL, depending on project's requirement and on prior acceptance of BHEL, bidder may associate agencies for deployment of skilled/ unskileld manpower only for site execution. Bidder should arrange all resources, like T&P, materials,

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 18 OF 20

consumables, supervision etc directly for the subject job. 38.7 Drawing showing enough details for the construction as per the specification shall be furnished

to the contractor in a phased manner as far as possible.

ANNEXURE- A LIST OF EQUIPMENTS FOR CIVIL SITE LABORATORY

CONCRETE TESTING EQUIPMENT SL NO.

NAME OF TEST NAME OF EQUIPMENT

SIZE OF EQIPMENT IS REF.

1 Initial & final setting time, Consistency of cement

Vicat Apparatus with desk pot

Standard IS 5513

2 Shrinkage of cement, Auto Clave Test

Le Chatelier's appratus Auto Clave Equipment

Standard IS 5514

3 Abrasion value test Los Angles Abrasion testing machine

Standard IS 2386

4 Aggregate Impact value test

Aggregate Impact value testing machine with

blow counter

Standard IS 9377

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 19 OF 20

5 Aggregate crushing value test

Crushing value apparatus

Standard IS 2386

6 Flakiness index Thickness gauge for measuring flakiness index

Standard IS 2386

7 Elongation Index Elongation guage Standard IS 2386 8 Bulk density, voids

and bulking appratus Measuring cylinders 3, 5,10 & 15 liters cylinders

9 Concrete Compressive test

Digital Compressive Testing Machine with 2000 KN capacity.

2000KN capacity IS 2505

10 Cement mortar cube casting

Mortor Cube mould 70.6 x 70.6 x 70.6 mm, minimum 06 sets desired.

IS 10086

11 Concrete Cube casting

Concrete Cube Mould 150x150x150mm, minimum 20 sets desired considering TG Raft major concereting activity.

IS 10086

12 Workability of concrete

Slump cone Standard, atleast 04 nos IS 456

13 Specific gravity of aggregates

Pycnometer Standard, atleast 02 nos IS 383

14 Cement mortor cube vibrating

Motorised vibration machine for cement testing

Standard IS 4031

15 Course agregate Sieve analysis (Concrete & Road Works)

Sieve set 450mm dia GI Frames Size: 125 mm, 90 mm, 75 mm, 63 mm, 53 mm, 40 mm, 20 mm, 16 mm, 12.5 mm, 10 mm, 4.75 mm, Pan and cover

IS 383

16 Fine agregate sieve analysis

Sieve set 200 mm dia Brass sieves; Size 4.75 mm, 2.36 mm, 1.18 mm 600 micron, 300 micron, 150 micron, 75 micron, 75 micron, Pan and cover

IS 383

17 Seive Shaker Motorised Sieve shaker Mfg. Catalogue 18 Silt content check Sand silt content

beaker Standard

19 Ultrasonic pulse velocity test

UPV appratus for concrete

Standard

Soil Testing Equipment

1 Liquid limit test Liquid limit apparatus

Standard IS 2720

2 Core Cutter test core cutter apparatus

Rammer, 6 nos of std core cutter mould, dolly

IS 2720

3 Proctor density test Std proctor Compaction apparatus

Standard IS 2720

4 Moisture Content Rapid moisture meter

Standard, atleast 04 nos IS 2720

Process Control Accessories 1 Hot air oven Temperature

range 50° C to 300° C

600x600x600mm (min.size)

As per site requirement

2 Electronic balance 3 nos 600gx0.01g, 10g and 50 kg

As per site requirement

TENDER NO – PSER:SCT:NKP:C1550:14 VOLUME-IF-CML-REV-00 TECHNICAL CONDITIONS OF CONTRACT PAGE 20 OF 20

3 Physical balance 5 kg capacity Weights upto 5 kg As per site requirement 4 Thermometer Temperature

range 0° C to 150° C

Digital As per site requirement

5 Measuring jars 2 nos set of each size

100ml, 200ml, 500ml & 1000 ml

As per site requirement

6 Gauging trowlers 4 nos 100mm & 200 mm with wooden handle

As per site requirement

7 Spatula 2 nos each size 100mm & 200 mm with long blade wooden handle

As per site requirement

8 Stainless steel scoop 2 nos each 2 kg and 5 kg As per site requirement 9 Vernier calipers 2 nos each 12" and 6" Sizes As per site requirement

10 Digital pH meter 01 nos .01 mm least count As per site requirement 11 Digital micrometer 01 nos 0.01 mm least count As per site requirement 12 Digital paint thickness

meter for steel 02 nos 500 micron Range As per site requirement

13 GI tray 02 nos each 600x450x50mm, 450x300x40mm, 300x250x40mm

As per site requirement

14 Electric morter mixer 01 nos 0.25 CUM capacity As per site requirement 15 Rebound hammer

test 01 nos Digital Rebound hammer IS 13311

16 Screw Gauge 02 nos 0.1 mm-10mm, Least count 0.05

As per site requirement


Recommended