web tender notice no.10 tender no.web.44/2011/c · c “constructio n of shed for mulsifire system...

62
Page 1 of 62 Signature of Contractor 370 MW GAS BASED POWER STATION CCPP-II, UTRAN – 394 105. TENDER DOCUMENT FOR THE WORK OF “Construction of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT AREA AT GBPS UTRAN.” WEB Tender Notice No.10 Tender No.Web.44/2011/C

Upload: others

Post on 27-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 1 of 62

Signature of Contractor

370 MW GAS BASED POWER STATION CCPP-II, UTRAN – 394 105.

TENDER DOCUMENT

FOR

THE WORK OF

“Construction of Shed for Mulsifire system and dyke bund wall around acid tanks in 370

MW CCPP-II PROJECT AREA AT GBPS UTRAN.”

WEB Tender Notice No.10

Tender No.Web.44/2011/C

Page 2: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 2 of 62

Signature of Contractor

INDEX

NAME OF WORK:- “Construction of Shed for Mulsifire system and dyke bund wall

around acid tanks in 370 MW CCPP-II PROJECT AREA AT GBPS UTRAN.”

.Sr.No. Description No. of Sheets

1. SECTION-A:

• ACKNOWLEDGEMENT OF TENDER FEE.

• TENDER NOTICE

3 to 6

2.

SECTION-B:

• CERTIFICATE-A & INTIGRITY PACT

• GENERAL INSTRUCTIONS TO THE TENDERER.

• SPECIAL NOTE FOR POST-QUALIFICATION

• PROJECT SYNOPSIS.

• SCOPE OF WORK.

7 to 16

3. SECTION-C:

• ADDITIONAL TERMS AND CONDITION REGARDING

INDUSTRIAL LAW

OTHER RELATED MATTERS FOR THE TENDER

DOCUMENTS

17 to 27

4. SECTION-D :

• TECHNICAL SPECIFICATION 28 to 55

5 SECTION-E:

• SCHEDULE - A and SCHEDULE-B

56 to 62

Page 3: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 3 of 62

Signature of Contractor

SECTION - A

• ACKNOWLEDGEMENT OF TENDER FEE .EMD.

• TENDER NOTICE

Page 4: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 4 of 62

Signature of Contractor

GUJARAT STATE ELECTRICITY CORPORATION LTD. 370 MW GAS BASED POWER STATION, UTRAN, DIST. SURAT-394 105

FAX NO. : 0261 2499180 E-mail : PHONE NO. : 0261 2499153 -2499581

SECTION-A

ACKNOWLEDGMENT

ISSUED TO M/S. TENDER FOR THE WORK OF: “Construction of Shed for Mulsifire system and dyke bund

wall around acid tanks in 370 MW CCPP-II PROJECT AREA AT GBPS UTRAN.”

TENDER FEE PAID

VIDE DEMAND DRAFT NO. _________ DATED ____________RS. ____________

EARNEST MONEY DEPOSIT PAID

VIDE D.D. NO. ____________ DATED ______________ RS. ______________.

NOTE:

THE UNDER SIGNED RESERVES THE RIGHT TO REJECT ANY OR ALL TENDERS

WITHOUT ASSIGNING ANY REASONS THEREOF. THE E.M.D. WILL BE ACCEPTED BY

D.D. OF ANY NATIONALISED / SCHEDULED BANK EXCEPT CO-OPERATIVE BANK IN

FAVOUR OF 'GUJARAT STATE ELECTRICITY CORPORATION LTD., PAYABLE ON

BANK OF BARODA, UTRAN BRANCH, UTRAN ONLY.

Chief Engineer

GSECL, GBPS, UTRAN.

Page 5: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 5 of 62

Signature of Contractor

370 MW GAS BASED POWER STATION, UTRAN, DIST. SURAT-394 105

FAX NO. : (0261) 2499180 E-mail : [email protected] PHONE NO. : (0261) 2499581/2499153

Tender Notice No: 10(Web.44/2011/C) for Civil works

Sealed percentage rate tenders are invited in two separate sealed covers (Super scribed technical

bid and price bid) for

“Construction of Shed for Mulsifire system and dyke bund wall around acid tanks in 370

MW CCPP-II PROJECT AREA AT GBPS UTRAN.”

from Registered Contractors in appropriate class with GSECL / Central/State Government /

Railway/Semi. Govt. and who has executed similar nature as per post qualification criteria of

work successfully. Tenderer should down load the tender documents from the website and

submit the same as per instruction therein by RPAD only.

Tender

No.

Name of Work Estimated

Cost Rs.

Time Limit Tender

Fee Rs.

E.M.D.

Rs.

Web.44

/2011 /

C

“Constructio

n of Shed for

Mulsifire

system and

dyke bund

wall around

acid tanks in

370 MW

CCPP-II

PROJECT

AREA AT

GBPS

UTRAN.”

[Rs

2,81,273=10

only]

04 [FOUR]

Months from the

date of written

order to

commence work.

(Rs 500/-

only) (Non

refundable)

[Rs.2815.00

only]

1-Last date of submission of tender (technical and price bid) up to

15.30 Hrs. 4-10-2011

2- Date of Opening of technical bid.

(in presence of willing bidders) at 16.30 Hrs. : 4-10-2011

3- Date of opening of Price – bid.

(in presence of qualified bidders) :

Will be informed

afterwards.

4- Validity of tender from the date of opening of technical bid 180 days

No tenders shall be accepted / opened in any case after due date and time of receipt of tender,

irrespective of delay due to postal services or any other reasons and the GSECL shall not assume

any responsibility for late receipt of tender.

Page 6: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 6 of 62

Signature of Contractor

1. The tenders are to be submitted by the intending bidders in two separate sealed and

super scribed envelopes as listed below:

Envelope No.1: Technical bid and Post Qualification bid data, details

specification.

Envelope No.2: Price Bid.

2. Technical and post qualification bid details specification (envelope No.1) will be

opened first and subject to evaluation, based on the qualification criteria contained

in the individual bid document.

Price bids (Envelope No.2) of bidders who are assessed and declared as

substantially technically responsive on evaluation of the technical bid will be opened

for further commercial evaluation.

3. Contractor should produce evidence of having experience of executed a similar

nature of jobs along with the documentary evidence, preferably photo copy of

orders secured from GSECL / Central / State Government/Railway /Semi-

Government, and satisfactory completion certificate from respective department

thereof.

The Earnest Money Deposit will be accepted in form of DD on any nationalized bank

/schedule bank except co-operative banks payable on Bank of Baroda, Utran Branch, at

Utran only, drawn in favour of “GUJARAT STATE ELECTRICITY CORPORATION

LTD”. Tender fee will be accepted only by Demand Draft on any nationalized bank

/schedule bank except co-operative banks, HDFC Bank, ICICI Bank, IDBI Bank, AXIS

Bank payable on Bank of Baroda, Utran Branch, at Utran only, drawn in favour of

“GUJARAT STATE ELECTRICITY CORPORATION LTD”. Tender without EMD and

tender fee shall be rejected. Two separate Demand Draft for tender fee and EMD should be

submitted.

Chief Engineer

GSECL, GBPS, Utran

Page 7: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 7 of 62

Signature of Contractor

SECTION-B: . CERTIFICATE-A & INTEGRITY PACT

• GENERAL INSTRUCTIONS TO THE TENDERER

• SPECIAL NOTE FOR POST-

QUALIFICATION

• PROJECT SYNOPSIS

• SCOPE OF WORK

Page 8: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 8 of 62

Signature of Contractor

ANNEXURE

(On Firm’s Letter Head)

Tender for the Work of - “Construction of Shed for Mulsifire system and dyke bund wall

around acid tanks in 370 MW CCPP-II PROJECT AREA AT GBPS UTRAN.”

CERTIFICATE-A

I / We _________________________________________________________authorized

Signatory of M/S ________________________________________________ here by Certify

that M/S________________________________________________________ is not related

with other firms who have submitted tenders for the same items under this inquiry / tender.

Seal of the Firm: Signature of the Tenderer

Place: with Designation.

Date:

Page 9: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 9 of 62

Signature of Contractor

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

UTRAN GAS BASED POWER STATION

INTEGRITY PACT Date

OUR ENDEAVOUR To create an environment where Business Confidence is built through Best Business Practices

and is fostered in an atmosphere of trust and respect between providers of goods and services

and their users for the ultimate benefit of society and the nation.

GSECL’S COMMITMENT PARTY’S COMMITMENT

• To maintain the highest ethical

standards in business and professions. • Not to bring pressure recommendations

from outside GSECL to influence its

decision..

• Ensure maximum transparency to the

satisfaction of stakeholders. • Not to use intimidation, threat, inducement

or pressure of any kind on GSECL OR

ANY OF its employees under any

circumstances.

• To ensure to fulfill the terms of

agreement/contract and to consider

objectively the view point.

• To be prompt and reasonable in fulfilling

the contract, agreement, legal obligations.

• To ensure regular and timely release of

payments on due dates for work done. • To provide goods and / or services timely as

per agreed quality and specifications at

minimum cost to GSECL.

• .To ensure that no improper demand is

made by employees or by anyone on our

behalf.

• To abide by the general discipline to be

maintained in our dealings.

• To give maximum possible assistance to

all the Vendors/Suppliers/Service

Provider and other to enable them to

complete the contract in time

• To be true and honest in furnishing

information.

• To provide all information to

suppliers/contractors relating to contract

/ job which facilitate him to complete

the contract / job successfully in time.

• Not to divulge any information, business

details available during the course of

business relationship to others without the

written consent to GSECL.

• To ensure minimum hurdles to vendors /

suppliers / contractors in completion of

agreement / contract / work order.

• Not to enter into carter / syndicate

/understanding whether formal / non formal

so as to influence the price.

______________________ ______________________

Seal & Signature Seal & Signature

(GSECL’s Authorized Signatory) (Party’s Authorized Person)

Name : Name:

Designation:

Page 10: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 10 of 62

Signature of Contractor

SECTION – B

GENERAL INSTRUCTIONS TO THE TENDERERS

1.0 Sealed percentage rate tenders are hereby invited for “Construction of Shed for

Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT

AREA AT GBPS UTRAN.”

2.0 The scope of work is explained in Tender specification. The work shall be carried out

according to the enclosed General Conditions and Technical Specifications and the

drawings. 3.0 Tenderer must submit their offer in the enclosed bill of quantities under section- E

(Schedule-B) in DUPLICATE. Those received in any other form will not be accepted.

They should be accompanied by a covering letter in which the bidder should give all

information as called for in the specifications and any other point which they would like to

be considered along with the tender in duplicate.

3.1 The tender must be submitted in one sealed main envelope with tender clearly marking

the name of work “Construction of Shed for Mulsifire system and dyke bund wall

around acid tanks in 370 MW CCPP-II PROJECT AREA AT GBPS UTRAN.”

This main envelope will contain two separate sealed covers as under:

(A) Cover No. 1: TECHNICAL BID

1. Demand Draft for EMD. & Demand Draft for Tender fee.

2. Attested copy of Registration Certificates in appropriate class & above.

3. Attested copy of work experience certificate for the similar nature of works

executed

4. List of works in progress.

5. Attested copy of document showing “Provident Fund Number in

Company’s name” obtained by the bidder without fail otherwise tender

will not be opened.

6. Attested copy of Company Registration or Partnership Deed

7. Attested copy of latest Solvency Certificate issued by nationalized bank

/schedule bank except co-operative banks not older than 12 months.

8. Details of equipment, tools & plant immediately available with the tenderer

for use of this work.

9. Details of technical personnel.

10. Service Tax Registration: Service tax registration duly attached.

(B) Cover No. 2: PRICE BID This sealed cover shall be clearly marked “Price Bid” and shall contain tender

Documents with price quoted in word and in figure duly filled in Schedule – B

with sign & seal of the company.

4.0 Bidders are requested to pay an earnest money deposit by demand draft of any nationalized

Page 11: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 11 of 62

Signature of Contractor

bank /schedule bank except co-operative banks payable on Bank of Baroda, Utran Branch,

at Utran only for the amount as specified in the tender notice with technical bid cover only.

This earnest money will be forfeited by the GSECL in case of successful bidder who after

his tender has been accepted (in form of Work order) before validity of offer & refuses to

pay the security deposit or sign and complete the contract document and the bidder may be

disqualified from tendering for further work. The earnest money will be refunded to all

unsuccessful bidders after award of contract or after expiry of the validity of the offer.

Tenders without payment of EMD are liable for rejection. The EMD will be returned

promptly to the unsuccessful tenderer except L1, L2 & L3. The successful contractor

should pay Security Deposit as mentioned in W.O.

5.0 The Technical Bids received will be opened if possible on the day and time indicated in the

tender notice by an Officer nominated by the Owner as representative in the presence of

such of the bidders who wish to be present.

6.0 The bidders shall submit their offer without any deviations to the Technical specifications,

Commercial conditions and General Terms and Conditions of the contract & it will be

presumed that the bidder agrees entirely with the specification and all other conditions of

tender.

7.0 Tenders received after the time and date specified in tender notice will not be accepted. If

the date of issue and/or submission of tender are extended by the GSECL due to any

reason the tenderer may submit if he wishes the revised / additional / modified offer before

extended due date and time of submission.

8.0 The work shall be completed within the period stipulated in the contract. In the event of

any delay due to the above or due to any other reason not attributable to the contractor,

reasonable extension in completing the work may be given at the discretion and as decided

by the GSECL but no compensation or idle charges will be paid to the contractor on this

account or any site conditions under any circumstances.

9.0 The GSECL reserves the right to accept any tender irrespective of whether it is lowest or

not or to reject all the tenders without assigning any reasons thereof. Tenders departing

from the stipulated technical specifications, commercial conditions or the method of

bidding in a radical manner are liable to be rejected.

10.0 The tenders must visit the site before submitting the tender. The tenderers shall be

presumed to have carefully examined the conditions & specifications of work and to have

fully acquainted themselves with all details of the site conditions, locations, materials,

geological and weather characteristics, labour conditions and in general all the necessary

information and data etc. pertaining to and need for the work.

11.0 On acceptance of the tender the name (s) of the accredited representative (s) of the tenderer

who would be responsible for taking instructions from the Engineer-in-charge shall be

communicated to the Engineer-in-charge.

12.0 All royalties, sales tax, toll tax, local tax, development charges, VAT tax and any other taxes including works contract tax etc., in respect of this contract and also any

Page 12: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 12 of 62

Signature of Contractor

statutory variation in future towards above mentioned taxes & any other taxes if levied in future by statutory authority applicable to the this contract shall be payable by the contractor and GSECL will not entertain any claim whatsoever in this respect. The rates will be "Excluding the service tax'. The reimbursement against “Service tax" will be paid to the contractor as per Govt., rules & regulations. The contractor has to pay the 1 % labour welfare cess of estimated cost to the concern Government Department. The contractor shall also produce the receipt of payment of 1% welfare cess from the respective Government Department before submission of final bill, otherwise final bill for the works will not be finalized The proof of payment made by the contractor to the appropriate department shall be submitted to GSECL, failing which appropriate amount shall be withheld on getting information/instruction from the concerned department

13.0 The bidders must enclose sales tax clearance certificate duly attested by competent

authority along with the tender submitted by them. Tenders not accompanied by such

certificate shall be rejected

Tenders should be submitted in duplicate in sealed envelopes separately as

‘Technical Bid’ and 'Price Bid' and super scribed “Construction of Shed for Mulsifire system

and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT AREA AT GBPS

UTRAN.”

The bids should be presented simultaneously. The price bid should contain only price

schedule of quoted prices and the technical bid should contain all the other documents.

This should be strictly followed. The price bids of only those bidders shall be opened, who

will be technically qualified on scrutiny of technical bid as per criteria mentioned in

“Special note for Post- Qualifications”. The GSECL may get verification of

certificate/details submitted by contractor directly from the authority who have issued

certificate/details.

15.0 This specification is intended as a general description of quality envisaged for materials

and workmanship and of the finished work. It is not intended to cover minute details. The

work shall be executed in accordance with the best modern practice and to the complete

satisfaction of the Owner. Special techniques approved by the Purchaser shall be used if

and where found necessary without any extra claim. This specification shall have

precedence if anything contrary to this is stated elsewhere in the Tender documents. The

Purchaser’s decision shall be final and binding on the contractor on any issue arising out of

such discrepancies.

16.0 The bid submitted by bidders who are listed under declaration of ineligibility for corrupt or

fraudulent practices issued by the Government, the list of Black listed Contractors

announced by GSECL, Govt. of Gujarat or its Public sector undertaking shall be rejected.

17.0 The technical bids will be opened on the notified date and time in the presence of those

bidders who wish to be present. Time and date for opening of price bids will be

Page 13: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 13 of 62

Signature of Contractor

determined by the Purchaser and intimated to only qualified bidders after the Technical

Bid proposals are opened, analysed as per post – qualification criteria mentioned in special

note and all clarifications, if any, obtained from the bidder and verified by GSECL from

the issuing authority if necessary.

18.0 The successful contractor will have to sign an agreement as per the Gujarat State

Electricity Corporation Ltd.’s rules on stamped paper and the necessary stamp duty

charges shall be borne by the contractor.

19.0 Bidders must submit the schedule of quantities and rates and other schedules duly signed.

Any tender not bearing signature of the bidder & with seal of company on all the

documents accompanying the tender is liable to be rejected.

20.0 Tenders which do not fulfill all or any of the above conditions or incomplete in any

respect, are liable to rejection.

21.0 The GSECL will not pay any extra charges or rate for any reasons in case the contractor

claims, after acceptance of contract to have misjudged the site condition.

22.0 The contractor must arrange for all transport of materials and include all such costs in the

rates quoted by him for finished work.

23.0 The percentage rates and price shall be written both in words, and figures and the units in

words. The tender documents shall be written legibly and free from erasure, over writings

or conversions of figures. Corrections unavoidable shall be made by crossing out,

initialing, dating and rewriting. Incase of any ambiguity or mistakes the unit rates and

prices written in words shall be considered as final.

24.0 The contract or any part thereof shall not be subject to change without the written

permission of the CHIEF ENGINEER or his authorized representatives from issuing

authority of certificates / details.

25.0 Tender shall remain open for acceptance for a period of 180 days from the date of opening

of Technical bid and during this period no bidder shall be allowed to withdraw his tender.

Any such withdrawal during the said period will entail forfeiture of the earnest money

deposit submitted along with the tender and the GSECL may take further action like “not

dealing” with such bidder in future tenders of GSECL or any company under GUVNL.

26.0 Further information required, if any, can be had from the office of the CHIEF ENGINEER,

GUJARAT STATE ELECTRICITY CORPORATION LTD., Utran, Dist. Surat -394 105.

But it must be clearly understood that the tenders must be received complete in every

respect by the due date and time.

27.0 The Notice inviting tender, general instruction to bidders and all other documents of this

tender shall form part of the contract.

28.0 The electric power connection and supply for construction/work purpose shall be given at

one mutually agreed point at work site free of cost by the GSECL. Further extension will

Page 14: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 14 of 62

Signature of Contractor

have to be carried out by the contractor as per requirement at their cost.

29.0 Looking to the present conditions at power station site, GSECL cannot provide any quarter

to contractor. If however there are any surplus quarters available after meeting the

requirement of GSECL's staff, then GSECL will consider allotting of quarters on rent as

per GSECL's rule.

30.0 Water for all items shall be given at the nearest point available. Recovery for water

charges shall be affected at two percent of cost of item in which cement is used or the

water supplied by the GSECL is used as certified by the E.I.C

31.0 Work carried under this contract shall be completed in all respect within FOUR (04)

calendar months from date of issue of letter for commencement of work given by

Engineer-in-charge at site.

32.0 Percentage quoted for rates shall remain unaltered i.e. firm for the use of any type of

materials.

33.0 The bidders must quote firm price only, during execution & extended period if any,

without any escalation towards labour, material, fuel etc., till completion of work under

contract and this is to be confirmed by bidder in technical bid envelope only. In case, if the

bidder does not offer firm prices, his offer shall be rejected and the price bid envelope shall

not be opened.

34.0 Each tenderer shall also submit a Declaration to the effect that the tenderer has successfully

carried out works of this nature and has adequate organization and experienced personnel

to handle this type of work. Information should also be given regarding the constitution of

the firm; it’s authorized, subscribed and paid up capital, the date and place of registration,

the place of business, the names of the directors and other relevant information.

35.0 Each tender shall contain the name, residence and place of business of person or persons

making the tender and shall be signed by the tenderer with his usual signature. Tender by

partnerships shall furnish the full names of all partners. It shall be signed with the

partnership name by one of the members of the partnership or by an authorized

representative followed by the name and designation of the person signing. Tenders by

corporation shall be signed with the legal name of the Corporation followed by the name

of the state of incorporation and by the signature and designation of the president, secretary

or other person Authorized to bind it in the matter with rubber seal of the Company.

An attested copy of the constitution of the firm with the name of partners shall be

furnished. Whenever, whether in submission of the tender or later in other matters, the

signatures are made by one person on behalf of a partnership or a firm or a corporation an

attested copy of the resolution of the partners or of the GSECL of Directors or an authority

acceptable in law shall be supplied by the tenderer authorizing acceptance, binding and

signature by the said person. Witnesses and sureties shall be persons of status and probity

and their names, occupation and address shall be stated below their signature. All

signatures shall be dated.

Page 15: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 15 of 62

Signature of Contractor

36.0 In case of conflict/discrepancies among clauses of different specifications given in this

document, the stringent specification shall be followed and under such circumstances,

the decision of the EIC shall be final and binding to the CONTRACTOR.

37.0 It is the intent of the EIC to incorporate these specification documents in the final

‘Contract’. BIDDERS are required to review these documents and clearly state in their

proposals their acceptance of the same.

38.0 The BIDDER shall be deemed to have carefully examined the ‘Specification’ in its

complete form and to have fully informed and satisfied himself as to the details, nature,

character and quantities of the work to be carried out, site conditions and other pertinent

matters and details. Ignorance of the intents and contents of the specification document

shall not be accepted by the OWNER as basis for any claims for compensation.

39.0 Work covered under this specification shall be completed in all respects, as stipulated

under scope of work.

40.0 ACCEPTANCE / REJECTION OF BID

40.1 GSECL reserves the right to accept or reject any bid in whole or part and/or accept other

than the lowest bid without assigning any reasons.

40.2 The bid is liable for rejection prima facie, if it is:

a. Not in the prescribed form.

b. Not properly signed by the BIDDER.

c. Not conforming to TENDER specification.

d. Received after expiry of the due date and time.

e. Received by telex or telegram or fax.

41.0 SUBMISSION OF TENDER

41.1 The tender must reach to the office of Chief Engineer, GSECL, GBPS, Utran, Dist.

Surat on or before due date and time of submission mentioned in tender notice. No

tender shall be accepted/opened in any case received after due date and time of receipt of

tender, irrespective of delay due to postal services or any other reasons, and the GSECL

shall not take any responsibility for late receipt of tender. Any tender received after the

due date and time of submission shall not be considered.

41.2 GSECL reserves the right to delete any item of schedule-B for which contractor shall not

Have any right to claim on this account.

42.0 During the execution of the work if it is found that the work is not progressing as per the

scheduled programme, approved by the GSECL & planned by the contractor, due to the

reasons attributable to the contractor, suitable action shall be taken as per Clause No.

2, 3 & other relevant clauses appearing in the section of “Tender and Contract for

works” of tender document. And the GSECL may also take such action as it may deem

fit to ensure that the work is completed in time at Risk and cost of the contractor.

Chief Engineer

GSECL, GBPS, UTRAN

Page 16: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 16 of 62

Signature of Contractor

GUJARAT STATE ELECTRICITY CORPORATION LTD

370 MW GAS BASED POWER STATION, UTRAN

Special note for post- qualification

Name of work: “Construction of Shed for Mulsifire system and dyke bund wall around

acid tanks in 370 MW CCPP-II PROJECT AREA AT GBPS UTRAN.”

The tender documents are of two separate bids i.e. technical and price bids. You are requested to

submit the technical bid with the following credentials for post-qualification

1. Contractor should produce evidence of having experience of executed a similar nature of

jobs along with the documentary evidence, preferably photo copy of orders secured from

GSECL / Central / State Government / Railway/ Semi- Government, and satisfactory

completion certificate from respective department thereof.

2. Latest bank solvency certificate from any nationalized bank or scheduled bank except co-

operative banks for a sum of Minimum 20% of estimated cost, of this work, not more

than 12 months old.

3. Separate provident fund code number towards registration of your firm with Regional

P.F. Commissioner.

4. Contractor should submit evidence as a register contractor in appropriate class or above

class With Govt. / Semi. Govt./GSECL/Railway.

5. To pay EMD as described in the Clause No. 4 of “General Instruction to the Tenderer”.

The above documents will be analyzed and after satisfaction, the price bid will be opened.

GSECL may verify the documents, experience certificates from authority who have issued such

certificates / details.

Sign. Of Contractor Chief Engineer

G.S.E.C.L., GBPS, Utran.

.

Page 17: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 17 of 62

Signature of Contractor

GUJARAT STATE ELECTRICITY CORPN. LTD.

GAS BASED POWER STATION, UTRAN, DISTSURAT-394 105.

SECTION – C

ADDITIONAL TERMS AND CONDITIONS REGARDING INDUSTRIAL LAW AND OTHER RELATED MATTERS FOR THE TENDER DOCUMENTS

General terms and conditions of contract

TERMS AND CONDITIONS REGARDING INDUSTRIAL LAWS AND OTHER RELATED

MATTERS:

1. WAGES TO BE PAID, TIME OF PAYMENT, ETC. BY THE CONTRACTOR : The Monthly payment of wages to the contract labourers will be compulsorily

made through bank. The Contractor shall supply copy of Bank Statement duly stamped by the concern Bank as a Token of Proof towards payment of wages to HR Dept. If any problem may arise for payment of wages through bank, same may inform to Chief Engineer (G) and after approval the payment shall be disbursed in presence of the GSECL representative i.e. HR officer during the working hours in the factory premises and the contractor shall get the entries certified in the register of wages by the representative of the GSECL. Any default will result in cancellation of contract forthwith or else the contractor shall be punishable to the extend of Rs. 100/- per day by way of fine. The contractor shall give his telephone number, address to the GSECL, so that in case of labour unrest etc. the contractor can be contracted.

02. Labour Laws:

The labour laws applicable and amended from time to time have to be followed scrupulously. A few of them for information are as under:

i). Person below the age of eighteen years shall not be employed for the works ii). No female worker shall be employed in the night shift between 19:00 hrs and

06:00 hrs. iii). Contractor shall maintain a valid labour license under the Contract Labour

(Regulation & Abolition) Act for employing necessary manpower to be required by him. In the absence of such license, the contract shall be liable to be terminated without assigning any reasons thereof.

iv). The contractor shall, at his own expense, comply with all labour laws and keep the GSECL indemnified in respect thereof. Some of the major liabilities under various labour and industrial laws, which the contractor shall comply with, are as under:

a. Payment of contribution of employees (contract labour) as well as employer’s

Page 18: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 18 of 62

Signature of Contractor

(contractor’s) contribution towards provident fund, family pension scheme, deposit linked insurance scheme, administration charges, inspection charges, etc., at the rates applicable from time to time by the Government of Gujarat/Government of India or other statutory authorities.

b. Payment of deposit and License fee in respect of each contract labour at the rate as revised by the Government from time to time with the Office of the Commissioner of Labour as per the Contract Labour (R&A) Act. License fee as prescribed under the Contract Labour (R&A) Act and rules framed therein, depending upon the number of workers employed by the contractor.

c. Paid leave facility and wages as per the provision of the Factories Act at the rate of one day for every 20 days of working.

d. No laboures are allowed to enter in power station premises that don’t Identity cards as prescribed under the Factories Act or by the Thermal power station with photograph affixed thereon, for identification of workers.

e. Payment of retrenchment compensation, notice pay and other liabilities as per Industrial Disputes Act, 1947. Any payment to the contractor’s employees arising out of any claim or disputes under the Industrial Disputes Act, 1947 or any other labour laws.

f. Payment of compensation in case of accidental injury, under Workmen’s Compensation Act.

g. Provision of crèche if the female labour employed is more than 30. h. Maternity leave as per the provision of the Maternity Benefits Act. i. If any workman engage by contractor / agency meet with fatal or non fatal

accident while on duty, then contractor / agency shall be liable to pay compensation to legal hair or to the workman as case may be as per workman compensation act. The above are some of the major liabilities of the contractor in addition to other liabilities prescribed under the various labour laws in force from time to time by the statutory authorities, like State Government/Government of India, which the contractor shall have to comply with.

2. PROVIDENT FUND AND FAMILY PENSION SCHEME: The contractor shall submit along with his bill ( month – wise ) a statement

regarding deductions against employees Provident Fund ( EPF ) and Family Pension Scheme ( FPS ) in respect of each concerned employee at the rate of 12% or at the rates made applicable by the government from to time of wages. The contractor’s contribution and the worker’s contribution towards PF and FPS shall be deposited by the contractor with the Regional Provident Fund Commissioner, Ahmedabad, or to the authority prescribed under the Act along with the other charges.

3. DEPOSIT LINKED INSURANCE SCHEME :

The contractor shall have to deposit 0.50% ( half percent ) or the rate applicable from time to time of the wages in respect of employees who are members of the PF , as the contribution to the Deposit Linked Insurance Scheme, with the Regional Provident Fund Commissioner.

4. MINIMUM WAGES ACT :

Page 19: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 19 of 62

Signature of Contractor

The contractor shall pay prevailing minimum wages as applicable from time to time to the laborers engaged by him as per the Minimum Wages Act, in presence of the GSECL’s officer or representative.

5. ADMINISTRATIVE CHARGES :

Administrative charges for maintaining Provident Fund account shall be deposited by the contractor with the Regional Provident Fund Commissioner, Ahmedabad, at the rates applicable.

6. PAID LEAVE FACILITY : Paid leave facility at the rate of one day for every twenty days of actual work by the contract labour shall be provided by the contractor to his workers. He shall maintain leave record / verified and approved / certified by the authorized officer of the GSECL.

7. E.S.I. Act: The contractors shall comply with the provisions of E.S.I. Act wherever applicable as per the prevailing provisions of the Act and as amended from time to time.

8. Safety: The contractor shall strictly observe all safety rules and provide safety equipment to the contract labourers as per the Factories Act, 1948, and whatever amendments made from time to time to avoid any chance of accident. The contractor shall strictly observe all instructions of Safety Officer and Factory Inspector to avoid any chance of accident.

9. LABOUR LICENSE FOR LABOUR CONTRACT : : The Contractor / Agency shall have to obtain the copy of Labour Contract License under contract Labour (Regulation & Abolition) Act from the

appropriate authorities before commencement of work. 10. WORKMEN’S COMPENSATION FUND AND EMPLOYER’S LIABILITY INSURACE : Insurance shall be affected for all the contract employees engaged in the

performance of this contract. If any of the work is sublet after due permission in writing from the GSECL, the contractor shall require the sub – contractor to provide workmen’s compensation and employer’s liability insurance for the later employees, unless such employees are covered under the contractor’s insurance. It shall be the liability of contractor for employees of his sub – contractor. The contractor must insure that all the laborers may cover before starting the works

11. SUBMISSION OF RETURNS & MAINTENANCE OF RECORDS :

The contractor shall submit the returns under the Contract Labour Act, payment of Bonus Act, Payment of Gratuity Act etc. and shall have to maintain all up to date records / registers in respect his employee as prescribed under various Labour Laws and produce the same as and when demanded by GSECL’s or Govt. appropriate authorities.

Page 20: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 20 of 62

Signature of Contractor

12. CONTRACTOR TO INDEMNIFY THE GSECL :

The contractor shall indemnify and keep indemnified the GSECL and every member, officer and employees of the GSECL, including Engineer – in – Charge and his staff, against all actions. Proceedings, claims, demands, costs and expenses whatever arising out of or in connection with the matters referred in above clauses and elsewhere and against all actions, claims, demands, Costa and expenses which may be made against the GSECK, by any workman / employee of the contractor or sub – contractor or any other person under any law, rules or regulations having the force of law, including, but not limited to, claims against the owner under Workmen’s Compensation Act, 1970. The force of law, including, but not be liable for or in respect of or in consequence of any accident or injury to any workman or other person in the employment of the contractor. The contractor shall indemnify and keep indemnified.

The GSECL against all such damages and compensation and against all

claims, demands, proceeding costs, charges and expenses whatever in respect thereof or in relation thereto.

The contractor shall also indemnify GSECL in all respect against any liability

due to breach of legal provisions contained in any of the Labour Laws. The Contractor shall also indemnify GSECL for injury or damage to third party

other than employees of the GSECL contractor or sub – contractor. 13. Contractor / Agency shall have to issue the contractual appointment letter for a

specific period to their Labour engaged during the contract period each and every instance & should narrated clear out terms & conditions for the liabilities of the concerned employees.

14. As a contractor, the contractor shall be responsible and liable to pay difference in wages, if any, and / or observe the revised service conditions that may be awarded by the Honorable Industrial Tribunal effective from the date directed in the award.

15. The contractor must be maintaining regular Labour record and should be

paying all acquired benefits to Labour force and contractor should obtain certificates to this effect from HR Officer of GSECL.

16. The contractor will make arrangements at his own cost to insure all men,

materials and equipment employed for this work. The GSECL will to be responsible for any loss or damage either to the contractor’s personnel or his equipment.

17. Dispute, if any, taking place between the contractor and laborers must be

intimated to IRO, GBPS, Utran, immediately.

Page 21: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 21 of 62

Signature of Contractor

18. Any casualty will also have to be borne by the contractor for the period the contract continues.

19. The Contractor shall deposit 15 days salary at the rate of last drawn salary for

every completed one year of services for each worker for the liabilities of Gratuity.

20. The Contractor / Agency shall have to produce / submit the copy of Wage Register, Muster Roll, PF Deposition Challan, PF Schedule, Copy of Bank Statement duly stamped by the concern Bank and relevant records under various Labour Laws for the contract work to HR Department to ensure compliance to provisions of various legislations.

21. Attendance of contract labourers will be through punching machines for which punching machines shall installed to facilitate the contractors by GSECL for which monthly charges of Rs. 10/- will be levied on contractor as administrative charges.

22. Arbitration

‘ALL QUESTIONS, DISPUTES OR DIFFERENCES, WHATSOEVER WHICH MAY AT AN TIME ARISE BETWEEN THE PARTIES TO THIS CONTRACT IN CONNECTION WITH THE CONTRACT OR ANY MATTER ARISING OUT OF OR IN RELATION THERE TO, SHALL BE REFERRED TO THE “GUJARAT PUBLIC WORKS CONTRACTS DISPUTES ARBITRATION TRIBUNAL” AS PER THE PROVISIONS OF THE GUJARAT PUBLIC WORKS CONTRACTS DISPUTES ARBITRATION TRIBUNAL ACT, 1992.

Chief Engineer

GSECL, UGBPS Utran

Page 22: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 22 of 62

Signature of Contractor

Annexure-I

“GENERAL SAFETY RULES / NORMS TO BE OBSERVED BY THE CONTRACTORS”

All the contractors working at Utran Gas Based Power Station shall have to strictly observe

the following Safety Rules. The Contractors shall be responsible for informing & observing

these rules by their supervisors / employees / labours as well as the supervisors /

employees/ labours of their sub-agencies / sub-Contractors engaged, if any. Prior to

commencement of the work, Contractor shall have to submit a written assurance on their

letterhead to the concerned Sectional Head / Engineer-in-charge that they have thoroughly

gone through these Rules, have educated their employees / employees of their sub

contractor and will strictly observe the said Rules while execution of work under work

contract awarded to them. They will have to indemnify the Corporation for any loss or

damage / accident / injury to the Corporation’s property / employee or employee of their

own in default of non - observing these rules.

01 Persons to be employed for carrying out the work shall possess required qualification,

be fully trained and conversant for works to be done. All persons should have gate

pass. Register consisting the full details (i.e. address, phone no, details of nearest

relative, etc.) of all persons is to be maintained. During the work execution, one

trained & competent supervisor should always remain present at site.

02 The contractor shall take all the required safety measures prior to commencement of

work on dangerous substances, machineries or area at which cautionary notice is

displayed and obtain “Line Clear” or “Work Permit” through the concerned Department

/ Section.

03 Prior to carrying out welding, gas cutting, furnace heating or any other hot work job,

the contractor shall remove all the inflammable material lying at or nearby worksite or

cover it properly by suitable protective covering. Also, special care shall be taken

before carrying out such job & see that all possible contributing factors to set fire shall

be removed / vanished prior to commencement of the work. Advance intimation shall

be given to concerned section / fire section to commence the work in fire prone areas.

They should also keep ready all the First Aid Fire Extinguishers / equipments & fire

extinguishing media / material like sand / water buckets or other appropriate

equipment at such place.

04 While carrying out work in confined space or inside vessel, the contractor shall obtain

necessary “Confined Space / Vessel Entry Permit” from concerned department prior to

commencement of the work.

For lighting in such areas, only 24-volt (ISI certified & with proper guard) hand lamp

shall be used.

For taking care of the persons working inside the confined space / vessel, a supervisor

/ person capable to keep continuous watch on person(s) working inside, assist them

incase of emergency or arrange to get immediate outside help, shall remain present

at entry point and shall use full body safety belt without fail.

While working inside sewage, trench or in-depth, a person to warn outsiders /

entrants / passers etc shall remain available near entry point or the entry point shall

be cordoned by a barricaded tape with a cautionary notice. After completion of the

works, all the lids / covers / grills / grits opened, shall be re-fixed / re-placed in the

original position as it were prior to commencement of the work and leave the work

place in safe condition in all respect, so as to prevent accident to fellow workers.

05 The contractor shall see that he / his persons do not block (by stacking material,

spare parts, tools-tackles, equipments etc), any passages / walkways / gangways /

aisles / staircases / ladders / lifts or any other approaches / roads leading to plants or

Page 23: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 23 of 62

Signature of Contractor

its auxiliaries, on which there is a traffic movement or possible traffic movements in

case of emergency. Such passages are meant for safe escape in the event of

emergency. If it is utmost necessary to carry out work in such area with blocking of

passage, prior permission of Competent Authority or the Engineer-In-Charge shall be

obtained. To demarcate / declare the area as UNSAFE, cordon it using barricading

tape & display suitable caution notice or keep a person to restrict / divert the traffic

on this route through other safe passage.

06 Prior to use power / electrically operated hand tools / equipments / machines /

gadgets like welding machine, hand grinder, hand drill etc, ensure for its safe

operation & use it only if it is found safe to use. Do not use defective, unsafe or

improperly maintained equipments.

The electrical power supply required to run such equipments shall not be taken

directly at their own but shall be obtained through concerned Electrical Maintenance

Departments or their authorized persons or under their observations / guidance only.

The Electrical Section shall provide temporary electrical connection up to contractor’s

Mains Board on which it is compulsory to install mains switch, ELCB & fuses of

adequate capacity. All such equipments shall invariably be earthed adequately to

prevent electrical shock, sparking, short circuit etc. Power cord to be used shall be of

adequate capacity, without any joint & shall consist of earth wire also. Hence, it is

necessary to use adequate capacity 3-wire power cord for single & 5-wire power cord

for three phase power connections. The plugs, receptacles, pins, holders etc shall be

of adequate capacity & safe to use.

All electrical & mechanical equipments / tools-tackles viz. welding machine, cutting

machine, Grinder, Drill, Chain Pulley Blocks, Hook chooks etc required to be used

during work execution shall be of standard make & bear ISI certification mark on it.

The consumables like welding electrodes, grinding wheels / discs etc which has

specific prescribed life span shall not be used in any case if its expiry date is over.

07 It is compulsory to use standard make Personal Protective Equipments (P.P.Es.) as

per the job requirement. Do not work without use of required P.P.Es. Contractor is

responsible to provide standard make (ISI approved) Personal Protective Equipments

/ Safety Gadgets suitable to give sufficient protection against hazards involved in their

work / job to their staff, as per the job requirement and insist / enforce their staff to

put on the same while at works.

The ongoing work is liable to be stopped at any time if the contractors’ staff is found

working without P.P.Es. Following is the list of various P.P.Es. to be used for various

works / worksites.

List of safety equipments

01 Industrial Safety Helmet. For protection of head against falling objects or

during fall of person from height.

02 Safety Goggles (Grinding,

Welding, etc).

For protection of eyes against flying particles /

dust, chemical splash, spark, arc, flashover etc.

03 Face shield (Half or full). For protection of face against flying particles /

dust, chemical splash, spark, arc, flashover etc.

04 Earplug / Ear muffs. For ear / hearing system protection while working

in high noise level area.

05 Apron (Rubber / PVC /

Asbestos / Leather /

Cotton).

For body protection against chemicals, oils, sharp

edged objects, heat, hot objects etc.

Page 24: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 24 of 62

Signature of Contractor

06 Gloves (Rubber/PVC,

Asbestos, Leather, Electrical

shock proof).

For protection of hands against chemicals, oils,

sharp edged objects, heat, hot metals/objects,

electricity etc.

07 Safety / Leather / Asbestos

shoes, Gum Boots etc.

For protection of leg/feet against falling objects,

sharp edged objects, heat, hot metals/objects,

electricity etc..

08 Safety Belt(full body) / Rope

/ Life line / Fall prevention

system etc.

For fall prevention while working at heights or in

depth, working in vessel or in confined space.

09 Dust Respirator / Scarf. Protection of respiratory system against dust.

10 Chemical Cartridge

Respirator

Protection against chemical fume / vapor etc.

11 Canister Gas mask. Protection against toxic/poisonous fumes/gases.

12 Air supply respirators. Working in oxygen deficient zone.

08

Before using lifting machines / tackles (like C.P.Bs., Hook chooks, winch, forklift,

mobile crane, EOT crane etc) & its attachments (like D-shackles, slings, U-clamps, Eye

bolts or any fixtures), it shall be checked and used only if found safe to use. Also,

ensure that these are tested, examined & certified in form no 9 / 10 by Competent

Person as per the Factory act-1948 and its validity is not expired. Further, it shall be

fixed properly and firmly prior to lifting the weight.

09 Scaffoldings to be used for working at height shall be of adequate size & capacity.

Obtain the work permit when working at height. While climbing on such scaffolding or

working on any structure at height, use of full body safety belt & Helmet is

compulsory. It is also necessary to fasten chinstraps of the helmet.

10 Contractor or their employee shall not interfere in day-today routine plant activities /

works except the work assigned to them, shall not loiter in the areas other than their

work jurisdiction, as well as shall not temper / operate / touch the machineries /

equipments / auxiliaries with which they are not concerned. Also, the contractor shall

strictly instruct their staff not to sit or take rest at / near / below running plants,

auxiliaries, systems or any place which is risky, hazardous & prone to accident.

11 The cylinders containing poisonous / toxic or inflammable / explosive gas like Oxygen,

Acetylene, LPG, Hydrogen, Ammonia, Chlorine, CO2 or any type of material of

explosive nature etc. shall be handled safely taking due care. To handle / shift such

cylinders a special trolley / cage meant for it must be used but in no case it should be

rolled. Domestic LPG cylinder shall not be used / permitted.

12 On completion of the work, cotton waste, spilled oil / grease, pieces of welding rod &

other waste material shall be removed from work site and the area shall be left safe,

neat & clean.

13 In case of any injury / accident while working, it shall immediately be reported to

Safety Department through concerned Sectional Head / Engineer. The prescribed

Form No. 21 may be obtained from concerned section or Safety Officer.

For any incident occurred but have no injury to any persons should also be informed

to Safety Officer as “Near Miss Incident.”

14 In all risky jobs, before starting the work, contractor should obtain General Safety

Work Permit from concerned section well in advance.

15 In case of noticing smoke or fire during their work execution, they shall make

immediate efforts to extinguish / control it and simultaneously inform the Fire Brigade

Page 25: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 25 of 62

Signature of Contractor

on phone No. 3oo or 330 or 99252 12979, shall shift the casualty to nearby hospital

after rendering first aid in case of accident.

16 Over & above these, contractor shall have to follow all the safety requirements / rules

& regulations / norms and legal provisions laid down in various statutes, particularly

the provisions of The Factories Act-1948 & The Gujarat State Factories Rules-1963

(Amended up to date) shall be followed strictly. The contractor shall also obey the

rules / regulations / instructions of the local Competent Authority for safety

requirements.

17 No women or young person shall be allowed to clean, lubricate or adjust any part of a

prime mover or of any transmission machinery while the prime mover or transmission

machinery is in motion. Examination or operation of motion machinery shall be made

or carried out only by a specially trained adult male worker wearing tight fitting

clothing as per section 22 of factories act 1948.

18 No women or young person shall be employed or permitted to work in Lead-

compound area like battery room etc. as per schedule VI of GFR 1963.

19 All the relevant labour and industrial laws shall also be followed compulsorily.

20 It is felt necessary to deploy safety officers / Safety supervisors by contractors /

Agencies involved in carrying out hazardous activities / operations inside TPS to have

better and constant supervision in terms of Health Safety and Environment activities.

21 In case, it comes to the notice of GSECL UGBPS management that the safety

guidelines / safety rules / safety norms are not being followed then a minimum sum

of Rupees One Thousand shall be penalized on the contractor / Agency and for

subsequent such violation, a severe penalty / action as deemed fit shall be imposed,

which may please be noted.

22 The above rules shall be scrupulously followed and where required, they may contact

the Safety Officer for any ambiguity / further guidance in this regard.

23 For performance evaluation of contractor, safety factors of work accident, fire incident

& near miss accident will be considered. Steps can be taken to review the job

assignment up to cancellation for negligence.

The contractor should take care of his persons for prevention of any type of accident and

must follow the safety rules.

GSECL will not be responsible for any fetal-non fetal accident to contractor’s persons

and any legal complication there after during work.

In case of any accident, during execution of work the compensation payable is to be

made by contractor. Corporation will not be held responsible for any accident during

work.

Chief Engineer (GEN)

GSECL, UGBPS UTRAN.

Page 26: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 26 of 62

Signature of Contractor

SPECIAL CONDITIONS

Following are the GSECL’s special conditions for this project and wherever these special

conditions contradict with similar conditions in this tender document, the following special

conditions shall prevail:

1.0 The successful Bidder, on receipt of Wok Order will submit within a week’s time his

planning/programme of works, for scrutiny of Gujarat State Electricity Corporation Ltd.

in a Pert/Bar Chart format, clearly indicating GSECL’s inputs also.

2.0 Contractor will plan his works such that on all the fronts released by GSECL,

simultaneous work should progress in such a way that entire job is completed in

scheduled time limit.

3.0 The work commencement date will start from the date of issue of letter to commence the

work.

4.0 Security Deposit (5% of contract value) shall be payable by the contractor. Out of total 5

%, 2½ % of contract value shall be submitted by contractor within 10 days of receipt of

LOI and balance will be recovered from first two R.A. bills in equal installments.

Alternatively entire 5% of contract value may be paid in form of Bank Guarantee within

ten (10) days of receipt of LOI. The Security Deposit in approved form of Bank

Guarantee valid during the contractual period shall be acceptable and Bank Guarantee

shall be of Nationalized / A-class Scheduled Bank only. However, such Bank Guarantee

should not be reduced on the basis of the work actually done and the Bank Guarantee

should be kept valid till the guarantee (maintenance) period is over.

5.0 The contractor will be responsible for complying with all rules and regulations and

labour laws applicable to him and the GSECL will not be responsible for any lapses

committed by them. If there is any claim from any Government Authority pertaining to

the contractor, the same amount will be deducted from the contractor’s bill.

6.0 Normally one measured R.A. Bill payment shall be made every month on submission of

bill by the contractor in GSECL’S prescribed format.

7.0 The Engineer may without prejudice to any other method of recovery, deduct the amount

of such damages from any money due or which may become due to the Contractor. In

the event of extension of time being granted by the Engineer, in writing, for completion

of work, this penalty clause will be applicable after the expiry of such extension period.

9.0 All sums payable by way of liquidated damages shall be considered as reasonable

compensation to be applied to the use of the Engineer without reference to the actual loss

or damage sustained and whether or not any damage has been sustained.

10.0 Earnest money deposit shall be paid in D.D. on any Nationalized / A-class Scheduled Bank

except Co-Operative banks payable at Utran in favour of Gujarat State Electricity

Corporation Ltd.

Page 27: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 27 of 62

Signature of Contractor

11.0 THE TIME LIMIT FOR COMPLETION OF WORK STIPULATED AS 04 (FOUR)

CALENDER MONTHS, WILL BE ADHERED TO.

12.0 The contractor’s rates should be firm and no variation clause is to be quoted by the

contractors and GSECL will not accept the same, during contractual period including

extended time limit if any.

13.0 THE GSECL WILL NOT PAY ANY TYPE OF ADVANCES INCLUDING

MOBILISATION ADVANCE.

14.0 General specifications of the latest edition of the P.W.D. Hand Book Volume I & II &

15.0 GSECL’s booklet for tender & contract for works shall also apply wherever required.

16.0 The contractor shall have to submit daily report for workers employed and work done

during particular day daily.

Chief Engineer

GSECL, UGBPS Utran

Page 28: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 28 of 62

Signature of Contractor

SECTION-D

TECHNICAL SPECIFICATION

GUJARAT STATE ELECTRICITY CORPN LTD

GAS BASED POWER STATION, UTRAN

UTRAN (DIST-SURAT)-394 105

Name of Work: “Construction of Shed for Mulsifire system and dyke bund wall around

acid tanks in 370 MW CCPP-II PROJECT AREA AT GBPS UTRAN.”

-// SPECIAL CONDITIONS //-

1) Contractor shall be held responsible for any accident or damage to any materials at

working place, any part of machineries etc. or inconvenience is caused for the work

by the contractor the necessary compensation shall be paid by the contractor or

recovered from the Bill / payment as deemed fit by the GSECL.

2) For incomplete work or left-out work, the same will be carried-out through other

agency at the risk & cost of the contactor and recovery will be made as actual

payment made to other agency + 15% supervision charges., This will be recovered

from the bill / payment.

3) Quantities shown in the tender are approximate and no claim shall be entertained for

quantities of work executed being more or less than those entered in the tender or

estimate.

4) The contractor or his authorized representative / supervisor shall remain present and

available during working hrs. and follow-up the instructions of the EIC. as per the

requirement of work.

5) The contractor shall engage all the labours or persons at his own risk and cost and

shall completely binding with all the Labour laws, Licenses, acts, securities, all types

of insurance, regulations of compensation for accident, all records etc. from his end.

6) The GSECL shall not supply any materials for this work and Schedule-"A" is to be

treated as NIL. However, One point of electricity will be issue on chargeable by

GSECL

7) If any dispute arises, the booklet of "Tender and contract works" may be referred.

I AGREE WITH THE ALL ABOVE.

Signature of Contractor. Chief Engineer

GSECL, GBPS, UTRAN.

Page 29: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 29 of 62

Signature of Contractor

TECHNICAL SPECIFICATIONS FOR THE CIVIL WORK

Page 30: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 30 of 62

Signature of Contractor

NAME OF WORK: “Construction of Shed for Mulsifire system and dyke bund wall

around acid tanks in 370 MW CCPP-II PROJECT AREA AT GBPS UTRAN.”

SPECIFICATIONS OF MATERIALS

M-1 Water: 1.1 Water shall not be salty or brackish and shall be clean, reasonably clear and free

from objectionable quantities of silt and traces of oil and injurious alkalies, salts, organic matter and other deleterious material which will either weaken the mortar or concrete or cause efflorescence or attack the steel in R.C.C Container for transport, storage and handling of water shall be clean. Water shall conform to the standards specified I.S 456-1978.

1.2 If required by Engineer-in-charge it shall be tested by comparison with distilled water. Comparison shall be made by means of standard cement tests for soundness, time of setting and mortar strength as specified in I.S.269-1976. Any indication of unsoundness, change in time of setting by 30 minutes or more or decrease of more than 10 per cent in strength of mortar prepared with water sample when compared with the results obtained with mortar prepared with distilled water shall be sufficient cause for rejection of water under test.

1.3 Water for curing mortar, concrete or masonry should not be too acidic or too alkaline. It shall be free of elements which significantly affect the hydration reaction or otherwise interfere with the hardening of concrete during curing or those which produce objectionable stains or other unsightly deposits on concrete or mortar surfaces.

1.4 Hard and bitter water shall not be used for curing. Potable water will be generally found suitable for curing mortar or concrete.

M-3. Cement: 3.1 Cement shall be ordinary Portland slag cement as per I.S. 269-1976 or Portland

slag cement as per I.S. 455-1976.

M-6 Sand: 6.1 Sand shall be natural sand, clean, well graded, hard strong durable and gritty

particle free from injurious amounts of dust clay, kankar nodules, soft or flaky particles shale, alkali, salts organic matter, loam, mica or other deleterious substance and shall be got approved from the Engineer-in-charge. The sand shall not contain more that 8 percent of silt as determined by field test. If necessary the sand shall be washed to make it clean.

6.2 Coarse Sand: The fineness modulus of coarse sand shall not be less than 2.5 and shall not exceed 3.0.

The sieve analysis or coarse shall be as under: I.S. Sieve Designation

Percentage by weight Passing sieve

I.S. Sieve Designation

Percentage by weight Passing sieve

Page 31: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 31 of 62

Signature of Contractor

4.75 mm. 100 600 Micron 30-100 2.36 mm. 90 to 100 300 Micron 5-70 1.18 mm. 70-100 150 Micron 0-50

6.3 Fine Sand: The fineness modulus shall not exceed 1.0. The sieve analysis of fine sand shall be as under:

I.S. Sieve Designation

Percentage by weight Passing through

I.S. Sieve Designation

Percentage by weight Passing through

4.75 mm. 100 600 Micron 40-85 2.36 mm. 100 300 Micron 5-50

1.18 mm. 70-100 150 Micron 0-10 M-11 Cement Mortar: 11.1 Water shall conform to specification M-1. Cement: Cement shall conform

to specification M-3. Sand: Sand shall conform to M-6. 11.2 Proportion of Mix: 11.2.1 Cement and sand shall be mixed to specified

proportion, sand being measured by measuring boxes. The proportion of cement will be by volume on the basis of 50 Kg. /Bag of cement being equal to 0.0342 Cu. M. The mortar may be hand mixed or machine mixed as directed.

11.3 Preparation of Mortar: 11.3.1 In hand mixed mortar cement and sand in the specified proportions shall be thoroughly mixed dry on a clean impervious platform by turning over at least 3 times or more till a homogenous mixture of uniform color is obtained. Mixing platform shall be so arranged that no deleterious extraneous material shall get mixed with mortar or mortar shall flow out. While mixing, the water shall be gradually added and thoroughly mixed to form a stiff plastic mass of uniform color so that each particle of sand shall be completely covered with a film of wet cement. The water cement ratio shall be adopted as directed.

11.3.1 The mortar so prepared shall be used within 30 minutes of adding water. Only such quantity of mortar shall be prepared as can be used within 30 minutes.

M-12 Stone Coarse Aggregate for Nominal Mix Concrete: 12.1 Coarse aggregate shall be machine crushed stone of black trap or

equivalent and be hard, strong, dense, durable, clean and free from skin and coating likely to prevent proper adhesion of mortar.

12.2 The aggregate shall generally be cubical in shape. Unless special stones of particular quarries are mentioned aggregates shall be machine crushed from the best black trap or equivalent hard stone as approved. Aggregate shall have no deleterious reaction with cement. The size of the coarse aggregate for plain cement concrete and ordinary reinforced cement concrete shall generally be as per the table given below, However in case of reinforced cement concrete the maximum limit may be restricted to 6 mm. Less than the minimum lateral clear distance between bars or 6 mm. Less than the cover, whichever is smaller.

Page 32: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 32 of 62

Signature of Contractor

TABLE I.S. Sieve Designation

Percentage passing for single sized aggregates of nominal size

I.S. Sieve Designation

Percentage passing for single sized aggregates of Nominal size

40 mm.

20 mm.

16 mm.

40 mm.

20 mm.

16 mm.

80 mm. -- -- -- 12.5 mm. -- -- -- 63 mm. 100 -- -- 10 mm. 0.5 0.02 0.30 40 mm. 85-100 100 -- 4.75 mm. -- 0.5 0.5 20 mm. 0-20 85-100 100

mm. 2.35 mm. -- --

16 mm. -- -- 85-100

Note: This percentage may be varied some what by Engineer-in-charge when considered necessary for obtaining better density and strength of concrete. 12.3 The grading test shall be taken in the beginning and at the change of

source of materials. The necessary test indicated in I. S. 383-1970 and I.S. 456-1978 shall have to be carried out to be carried out to ensure the acceptability. The aggregates shall be stored separately and handled in such a manner as to prevent the intermixing of different aggregates. If the aggregates are covered with dust, they shall be washed with water to make them clean.

M-13 Black Trap or Equivalent Hard Stone Course: 13.1 Aggregate for Design mix Concrete: Course aggregate shall be of

machine crushed stone of black trap or equivalent hard stone and be hard strong dense, durable clean and free from skin and coating likely to prevent proper adhesion of mortar.

13.2 The aggregates shall generally be cubical in shape. Unless special stones of particular quarries are mentioned, aggregates shall be machine crushed from the best, black trap or equivalent hard stones as approved. Aggregate shall have no deleterious reaction with cement.

13.3 The necessary tests indicated in I.S. 383-1970 and I.S. 456-1978 shall have to be carried out to ensure the acceptability of the material.

13.4 If aggregate is covered with dust it shall be washed with water to make it clean.

M-15 Bricks: 15.1 The bricks shall be hand or machine molded and made from suitable soils

and klin-burnt. They shall be free from crack and nodules of free lime. They shall have smooth rectangular faces with sharp corners and shall be of uniform color.

The bricks shall be molded with a frog of 100 mm. X 40 mm. And 10 mm. To 20 mm. deep on one of its flat sides. The bricks shall not break when thrown on the ground from a height of 600 mm.

15.2 The size of the conventional bricks shall be as under : (9” x 4 ⅜ “ x 2 ¾ “) 225 x 110 x 75 mm. 15.3 Only bricks of one standard size shall be used on one work. The following

tolerances shall be permitted in the conventional size adopted in a particular work.

Page 33: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 33 of 62

Signature of Contractor

Length: 1.8(3.0 mm.) Width: 1/6” (1.51 mm.) Height: 1/6” (1.50 mm.) 15.4 The crushing strength of the bricks shall not be less than 70 Kg./Sq. Cm.

The average water absorption shall not be more than 20 percent by weight. Necessary tests for crushing strength and water absorption etc. Shall be carried out as per I. S. 3495 (Part-I to IV) 1976.

M-22 Structural Steel: 22.1

All structural steel shall conform to I. S. 226-1965. The steel shall be free from the defects mentioned in I. S. 226-1975 and shall have a smooth finish. The materials shall be free from loose mill scale, rust pits or other defects affecting the strength and durability. Rivet bars shall conform to I. S. 1148-1973.

22.2 When the steel is supplied by the Contractor test certificates of the manufactures shall be obtained according to I. S. 226-1975 and other relevant Indian Standards.

ITEM No.1.

Excavation for foundation up to 1.5 M Depth including sorting out and stacking

of useful materials and disposing of the excavated stuff up to 50 meter lead ( B )

Dense or hard soil.

1.0 General: 1.1 Any soil which generally yields to the application of pickaxes and shovels, phawadas, rakes or any such ordinary Excavating implement or organic soil, gravel, silt, sand turf loam, clay, peat etc. Fall under this category. 2.0 Clearing the site: 2.1 The site on which the structure is to be built shall be cleared and all obstructions,

loose stone, materials and rubbish of all kind, bush, wood and trees shall be removed as directed. The materials so obtained shall be properly of the Government and be conveyed and stacked as directed within 50 M. Lead. The roots of the trees coming in the sides shall be cut and Coated with a hot asphalt.

2.2 The rate of site clearance is deemed to be included in the rate of earth work for which no extra will be paid.

3.0 Setting out: After clearing the site, the centerlines will be given by the Engineer-in-charge. The contractor shall assume full Responsibility for alignment, elevation

and dimension of each and all parts of the tractor shall assume full responsibility for alignment elevation and dimension of each and all parts of the work. Contractor shall supply laborers, materials, etc. Required for setting out the

Reference marks and bench marks and shall maintain them as long as required and directed.

4.0 Excavation: The excavation in foundation shall be carried out in true line and level

Page 34: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 34 of 62

Signature of Contractor

and shall have the width and depth as shown In the drawings or as directed. The contractor shall do the necessary shoring and shutting or providing necessary slopes to a safe angle, at his own cost. The payment for such precautionary measures shall be paid separately if not specified. The bottom of the excavated

Area shall be 1evelled both longitudinally and transversely as directed by removing and watering as required. No earth filling will be allowed for bringing it to level, if by mistake or any other reason excavation is made deeper or wider that shown on the plan or directed. The extra depth or width shall be made up with concrete of same proportion as specified for the foundation concrete at the cost of the contractor. The excavation up to 1.5 m. Depth shall be measured under this item.

5.0 Disposal of the excavated stuff: 5.1 The excavated stuff of the selected type shall be used in filling the trenches and

plinth or Leveling the ground in layers including ramming and watering etc. 5.2 The balance of the excavated quantity shall be removed by the contractor from the

site of work to a place as directed with lead up to 50 M. And all lift. 6.0 Mode of measurement and payment: 6.1 The measurement of excavation in trenches for foundation shall be made

according to the sections of trenches shown on the drawing or as per sections given by the Engineer-in-charge. No payment shall be made for surplus excavation made in excess of above requirements or due to slopping back as found necessary on account of conditions of soil and requirements of safety.

The rate shall be for a unit of one cubic meter

ITEM No.2

Disposing off the excavated stuff of 500 mtr .to 1 Km.

---- do ----- As per Item No:-1 but with a lead of disposing off excavated stuff of 500 mtr. To 1 km.

ITEM No.3

Providing and laying brick bat cement concrete 1:4:8 (1 Cement : 3 coarse sand : 8 brick bats) and curing complete excluding cost of form work in (A) Foundation and plinth

1.0 Materials: 1.1 Water shall conform to M-1. Cement shall conform to M-3. Sand shall conform to M-6. Stone aggregate 40 mm. Nominal size shall conform to M-12.

2.0 Workmanship: 2.1 the workmanship shall be of best quality for cement concrete shall be mixed tin the proportion of 1:4:8

Page 35: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 35 of 62

Signature of Contractor

Proportion of Mix: 2.2.1 The Proportion of cement, sand and coarse aggregate shall be one part of cement, 4 parts of sand, 8 parts of stone aggregates and shall so measured by volume.

2.1 Mixing: 2.3.1 The concrete shall be mixed in a mechanical mixer at the site of work. Hand mixing may however be allowed for smaller quantity of work if approved by the Engineer-in-charge. When hand mixing is permitted by the Engineer-in-charge in case of break-down of machineries and in the interest of the work, it shall be carried out on a water tight platform and care shall be taken to ensure that mixing is continued until the mass in uniform in color and consistency. However in such cases 10% more cement than otherwise required shall have to be used without any extra cost. The mixing in mechanical mixer shall be done for a period 1 to 2 minutes. The quantity of water shall be sufficient to produce a dense concrete of required workability for the purpose.

2.2 Transporting & Placing the concrete : 2.4.1 The concrete shall be handled from the place of mixing to the final position in not

more than 15 minutes by the method as directed and shall be placed into its final position, compacted and finished within 30 minutes of mixing with water i.e. Before the setting commences.

2.4.2 The concrete shall be laid in layers of 15 cms. To 20 cms. 2.5 Compacting: 2.5.1 The concrete shall be rammed with heavy iron rammers and rapidly to get the

required compaction and to Allow all the interstices to be filled with mortar.

2.6 Curing: 2.6.1 After the final set, the concrete shall be kept continusoly wet, if required by

pounding for a period of not less than 7 days from the date of placement. 3.0 Mode of measurement and payment: 3.1 The concrete shall be measured for its length, breadth and depth, limiting

dimensions to those specified on plans or directed. The rate shall be for a unit of one cubic meter

ITEM No.4

Brick work using fly ash bricks having crushing strength less than 70 kg/sq.cm in foundation & plinth in cement mortar 1: 6(1 cement:6fine sand) ( B ) Conventional.

1.0 Materials & Workmanship: The relevant specifications of item No. 6.19 (A) shall be followed except that brick masonry work shall be carried out with conventional brick.

1.0. Materials Water shall conform to M-1. Cement shall conform to M-3. Sand shall conform

to M-6. Brick shall conform to M-15. Cement mortar shall conform to M-11. 2.0. Workmanship 2.1. Proportion:

Page 36: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 36 of 62

Signature of Contractor

2.1.1. The proportion of the cement mortar shall be 1:6 (1 cement: 6 fine sand) by volume.

2.2. Wetting of bricks: 2.2.1. The bricks required for masonry shall be thoroughly wetted with clean water for

about two hours before use or as directed. The cessation of bubbles, when the bricks are wetted with water is as indication of through wetting of bricks.

2.3. Laying: 2.3.1. Bricks shall be laid in English bond unless directed otherwise. Half or cut bricks shall

not be used except when necessary to complete to bond; closures in such case shall be cut to required size and used near the ends of walls.

2.3.2. A layer of mortar shall be spread on full width for suitable length of the lower course. Each brick shall first be property bedded and set home by gently tapping with handle of trowel or wooden mallet. Its inside face shall be flushed with mortar before the next brick is laid and pressed against it. On completion of course, the vertical joints shall be fully filled from the top with mortar.

2.3.3. The walls shall be taken up truly in plumb. All courses shall be laid truly horizontal and all vertical joint shall be truly vertical. Vertical joints in alternate course shall generally be directly one over the other. The thickness of brick course shall be kept uniform.

2.3.4. The brick shall be laid with frog up wards. A set of tools comprising of wooden straight edges, man son's spirit level, square half meter rub, and pins, string and plumb shall be kept on the site of work for frequent checking during the progress of work.

2.3.5. Both the faces of walls of thickness greater than 23 cms. shall be kept in proper place. All the connected brick work shall be kept not more than one meter over the rest of the work. Where this is not possible, the work shall be raked back according to bond (and not left toothed) at an angle not steeper than 45 degrees.

2.3.6. All futures, pipes, outlets of water, hold fasts of doors and windows etc. which are required to be built in wall shall be embedded in cement mortar

2.4. Joints: 2.4.1. Bricks shall be so laid that all joints are quite flush with mortar. Thickness of

joints shall not exposed 12 mm.The face joints shall be raked out as directed by raking tools daily during the progress of work, when the mortar is still green so as to provide key for plaster or pointing to done.

2.4.2. The face of brick shall be cleaned the very day on which the work is laid and all mortar dropping removed.

2.5. Curing: 2.5.1. Green work shall be protected from rain suitably. Masonry work shall be kept moist on all

the faces for a period of seven days. The top of masonry work shall be kept well wetted at the close of the day.

2.6. Preparation of foundation bed: 2.6.1. If the foundation is to be laid directly on the excavated bed, the shall be leveled,

cleared of all loose materials, cleaned and wetted before stating masonry, If masonry is to be laid on concrete footing, the top of concrete shall be cleaned and moistened. The contractor shall obtain the engineer's approval for the foundation bed before foundation masonry is started. When pucca flooring is to be provided flush with the top to plinth, the inside plinth offset shall be kept

Page 37: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 37 of 62

Signature of Contractor

lower than the outside plinth top by the thickness of the flooring. 1.0 Materials: Brick shall conform to M-15. Cement mortar shall conform M-11. 2.0 Workmanship: 2.1 The relevant specifications of item No.6.12 (A) shall be followed except that the

masonry work shall be carried out above plinth level to floor two level i.e. For ground floor.

2.2 The frames of doors, windows, cupboards etc. Shall be housed into the brick work at the correct location and level as directed. The heavy steel doors, window frames etc. Shall be built in with work, but for ordinary steel doors and windows required opening for frames, hold-fasts etc. Shall be left in the wall and frames embedded latter on in order to avoid damage to the frames.

2.3 Necessary scaffolding shall be provided. The supports of the scaffolding shall be sound and strong tied together with horizontal coarse only. Minimum number of holes shall be left in brick work for supporting horizontal scaffolding holes. The contractor is responsible for providing and maintaining sufficiently strong scaffolding so as to withstand all loads likely to come upon it.

2.4 For the face of brick work, where plastering is to be done, joints shall be racked out to a depth not less than thickness of joints. The face of brick work shall be cleansed and mortar dropping removed on very same day that brick work is laid.

3.0 Mode of measurements and payment : . 3.1 The rate shall be for a unit of one cubic meter.

ITEM No.5

Brick work using fly ash bricks having crushing strength less than 70 kg/sq.cm in foundation & plinth in cement mortar 1: 6(1 cement:6fine sand) ( B ) Conventional.For brick in super structure above plinth level up to floor two level

Bricks work using building conventional FLY ASH bricks having crushing strength not less than 70 Kg./Sq. Cm. For super structure Above plinth upto floor two level in cement mortar 1:6 (1 Cement: 6 fine sand) conventional bricks. For Detailed specification for this Item shall be as per Item No-4.

3.0 Mode of measurement: 3.1 The masonry work of G.F. i.e. above plinth level to floor two levels shall be

measured and paid under this item. 3.2 Brick work in parapet shall be included in the corresponding masonry item of

story immediately below the floor above which the parapet is built. 3.3 No deductions shall be made from quantity of brick work. No extra payment shall

be made for embedding in masonry Or making holes in respect of following items:

(1) Ends of joints, beams, posts, girders, rafters, purlins trusses corbel steps etc. Where cross sectional area does not exceed 500 Sq. Cm.

(2) Opening not exceeding 1000 Sq. Cm.

Page 38: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 38 of 62

Signature of Contractor

(3) Wall plate, sand bed plates, bearing of slab, chhajjas and like whose thickness does not exceed 10 Cms. And the bearing does not extend the full thickness of wall.

(4) Drainage holes and recesses for cement concrete blocks to embed hold fasts for doors, windows etc.

(5) Iron fixtures, pipes upto 300 mm. Dia. Hold fasts of doors, and windows built into masonry and pipes etc. For concealed wiring.

(6) Forming charges of section not exceeding 350 Sq. Cm. In masonry.

(7) Apertures for fire places shall not be deducted nor shall extra labor required to make spaying of Jambs, threading and making trenches over the aperture be paid for separately.

3.0. Mode measurements & payment 3.1.. The limiting dimensions not exceeding those shown on the plinths or as directed

shall be final. Battered tapered and curved portions shall be measured net. 3.2.No deduction shall be made from the quantity of brick work, for any extra payment

made for embedding in masonry or making holes in respect of following items: (1) Ends of joists, beams, posts, girders, purlins, trusses, corbel, steps etc. where

cross sectional area does not exceed 500 Sq.Cm. (2) Openings not exceeding 1000 Sq.Cm. (3) Wall plates and bed plates, bearing of slabs, chajjas and the like whose

thickness does not exceed 10 Cms. and the bearing does not extend to the full thickness of wall.

(4) Drainage holes, and recesses for cement concrete blocks to embed hold fasts for doors, windows etc.

(5) Iron fixtures, pipes up to 300 mm. dia hold fasts, and doors and windows built into masonry and pipes etc. for concealed wiring

(6) Forming chases of section not exceeding 350 -Sq. Cm. in masonry. 3.3. Apertures for fire places shall not be deducted nor shall be paid for separately. 3.4. The rate shall be for a unit of one cubic meter. The relevant specification as described shall be followed except that the bricks

to be used shall be fly ash bricks of approved quality & having crushing strength of 70 kg/sq.cm and proportion of cement mortar shall in C.M. 1:6

The measurements shall be made for Providing Brick work using

conventional FLY ASH WORK ----- shall be paid in Cubic Meter basis

ITEM No.6

20 mm thick sand faced cement plaster on wall upto hight 10 metres above ground level consisting of 12mm thick backing coat of c.m. 1 : 3 (1 cement : 3 sand) and 8 mm thick finishing coat of c.m. 1 : 1 (1 cement : 1 sand) etc. complete ( I ) Cement mortar 1: 3 ( 1 cement: 3 sand ) For finishing with a floating coat of neat cement slurry.

1.0. Materials 1.1. Water shall conform to M-1. Cement mortar shall conform to M-11.

Page 39: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 39 of 62

Signature of Contractor

2.0. Workmanship 2.1. The work shall be carried out in the coats. The backing coat (base coat) shall

be 12 mm. thick in C.M. 1:3. The relevant specifications of item No. 17.58(I) shall be followed except that the thickness of back coat shall be 12 mm. average. Before the first coat hardens its surface shall be beaten up by edges of wooden tapers and close dents shall be made on the surface. The subsequent coat shall be applied after this coat has been allowed to set for 3 to 5 days, depending upon the weather conditions. The surface shall not be allowed to dry during this period.

2.2. The second coat shall be completed to 8 mm. thickness in C.M. 1:1 as described above, including raising sand facing by bushing. The sample of sand face shall be got approved before the work is started. The whole work shall be carried out uniformly as per sample approved.

2.3. Curing: The curing shall be started overnight after finishing of plaster. The plaster

shall be kept wet for a period of 7 days. During this period, it shall be protected from all damages.

3.0. Mode of measurement & payment 3.1. The relevant specifications of item No. 17.58 shall be followed except that the

sand face plaster on outside up to 10 m. above ground level shall be measured under this item.

3.2. The rate shall be for a unit of one sq. meter. Mode of Measurement: The payment will be made for this item on Square meter basis.

ITEM No: 7

Providing 15 mm thick cement plaster in single coat on brick/concrete wall for interior plastering upto floor two level finished even and smooth in ( I ) Cement mortar 1:3 ( 1cement: 3 sand )

1.0. Materials 1.1. Water shall conform to M-1. The cement mortar of proportion 1:3 shall conform

to M- 13. 2.0. Workmanship 2.1. Scaffolding:

Wooden bullies, bamboos, planks, trestles and other scaffolding shall be sound. These shall be properly examined before erection and use. Stage scaffolding shall be provided for ceiling plaster which shall be independent of the walls.

2.2. Preparation of back-ground: 2.2.1. The surface shall be cleaned of all dust, loose mortar droppings, traces of algae, efflorescence and other foreign matter by water or by brushing. Smooth surface shall be toughened by wire brushing if it is not hard and by hacking In case of concrete surface, if a chemical retarded has been applied to the form work, the surface shall be roughened by wire

Page 40: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 40 of 62

Signature of Contractor

brushing and all the resulting dust and loose particles cleaned off and care shall be taken that none of the readers if left on the surface. Trimming on brick/concrete surfaces where necessary shall be carried out to get an even surface.

2.2.2. Raking of joints in case of masonry where necessary shall be allowed to dry out for sufficient period before carrying out the plaster work.

2.2.3. The work shall not be soaked but only damped evenly before applying the plaster. If the surface becomes dry, such area shall be moistened again.

2.2.4. For external plaster, the pestering operation shall be started from top floor and carried downwards. For internal plaster, the plastering operations may be-started wherever the building frame and cladding work are ready and the temporary supports of the ceiling resting on the wall of the floor have been removed. Ceiling plaster shall be completed before starting plaster to walls.

2:3. Application of plaster: 2.3.1. The plaster about 15x15 cms. Shall be first applied horizontally and vertically

at not more than 2 meters intervals over the entire surface to serve as gauge The surfaces of these gauges shall be truly in plane of the finished plastered surface. The mortar shall then be applied in uniform surface slightly more than the specified thickness, then brought to a true surface by working a wooden straight edge reaching across the gauges with small upward and sideways movements at a time. Finally, the surface shall be finished off true with a trowel or wooden float according as a smooth or a smooth or a sandy granular texture is required Excessive troweling or overworking the float shall be avoided. All corners, arises, angles and junctions shall be truly vertical or horizontal as the case may be and shall be carefully finished. Hounding or chamfering, corners, arises junctions etc. shall be carried out with proper templates to be size required.

2.3.2. Cement plaster shall be used within half an hour after addition of water. And mortar or plaster which is partially set shall be rejected and removed forthwith from the site.

2.3.3. In suspending the work at the end of the day, the plaster shall be left out clean to the line both horizontally and vertically, when recommencing the plaster, the edges of the old work shall be scraped clean and wetted with cement putty before plaster is applied to the adjacent areas to enable the two to properly join together. Plastering work shall be closed at the end of the day on the body of the wall and nearer than 15 cm. to any corners or arises

. It shall not be closed on the body of features such as plaster bands and cornices not at the corners or arises. Horizontal joints in plaster work shall not also occur on parapet tops and copings as these invariably lead to leakage. No portion of the surface shall be left out initially to be packed up later on.

2.3.4. Each coat shall be kept damp continuously till the next coat is applied or for a minimum period of 7 days. Moistening shall commence as soon as plaster is hardened sufficiently. Soaking of walls shall be avoided and only as much water as can be readily absorbed shall be used, excessive evaporation on the sunny or windward side of building in hot air or dry weather shall be prevented by hanging matting or gunny bags oh the outside of the plaster

Page 41: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 41 of 62

Signature of Contractor

and keeping them wet. 3.0. Mode of measurements & payment 3.1. The rate shall include the cost of all materials, labour and scaffolding etc.

involved in the operations described under workmanship. 3.2. All plastering shall be measured in square meters unless otherwise specified.

Length breadth or height shall be measured correct to a centimeter. 3.3. Thickness of the plaster shall be exclusive of the thickness of the key i.e.

grooves or open joints in brick work, stone work etc. or space between laths. Thickness of plaster shall be average thickness with minimum 15 mm. at any point on this surface.

3.4. This item includes plastering up to floor two levels. 3.5. The measurement of wall plastering shall be taken between the walls or

partition (dimensions before plastering being taken) for length and from the top of floor or skirting to ceiling for height. Depth of cover of cornices if any shall be deducted.

3.6. Soffits of stairs shall be measured as plastering on ceilings, following soffits shall be measured separately.

3.7. For jambs, soffits, sills etc. for openings not exceeding 0.5 sq. met each in area for ends of joints beams, posts, girders, steps etc. not exceeding 0.5 sq. mt each in area and for openings exceeding 0.5. sq. mt and not exceeding 3.00 sq. mt. in each area deductions and additions shall be made in the following manners.

(a) No deductions shall be made for ends of joints, beams, posts etc. and openings not exceeding 0.5 sq. mt each and no addition shall be made for reveals, jambs, soffits, sils etc. of these openings, for finish to plaster around ends of joints, beams posts etc.

(b) Deduction for openings exceeding 0.5 sq. mt but not exceeding 3 sq.mt. each shall be made as follows and no addition shall be made for ravels, jambs, soffits, sills etc. of these openings, (i) When both faces of all wall are plastered with same plaster, deduction shall be made for one face only, (ii) When two faces of wall are plastered with different types of plasters or if one face is plastered and the other pointed, deductions shall be made from the plaster or pointing on the side of frame for door, window etc. on which width of reveals is less than that on the other side but no deductions shall be made on the other side. Where width of reveals on both faces of all are equal, deductions of 50% of area of opening on each face shall be made from areas of plaster and / or pointing as the case may be.

3.8. For openings having door frames equal to or projecting beyond the thickness of wall, full deduction for opening shall be made from each plastered face of the wall.

3.9. In case of openings of area above 3 sq. mt. each, deduction shall be made for openings but jambs, soffits sand sills shall be measured.

Mode of Measurement: The payment will be made for this item on Square meter basis

Page 42: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 42 of 62

Signature of Contractor

ITEM No.8

Providing & applying 3 coats(1 primer + 2 Apex) of APEX or its equivalent ACRYLIC EXTERIOR paint on new plastered surface or approved makes & shade with one coat of primer including finishing & thinning as per manufacturer’s instruction. A gap of 6 hrs. should be given between 2 subsequent coats. The work should be carried out strictly as per manufacturer’s specifications and requirement, including scaffolding, jula etc., complete as directed by E.I.C.

1) Specification for procurement of paint materials. Under this part the paint material shall be procured by contractor of approved make & shade of “Apex” or equivalent of first quality suitable to cover concrete surface as per given specification and within the stipulated delivery period, inclusive of getting the same tested in the approved laboratory, as directed by Engineer In Charge, and to keep the same inside P.H. premises in agencies store at UTRAN ,GBPS site in safe condition.

(2) Acceptance of paint materials All or any stock and material to be procured shall be subject to their acceptance by the consignee or any other officer deputed by GSECL for this purpose. The Corporation shall be at liberty to reject any or whole lot, if materials are not found as per specifications, requirement of the tender.GSECL intends to test the paint materials so that the materials supplies satisfy the specifications. However required testing charges will be born by the party. The Corporation will take random samples from the materials manufactured and send them to tests according to specification in approved laboratory. The materials shall stand these tests and if the materials do not stand these tests, the same shall be rejected and contractor shall make immediately arrangements to replace them with standard materials. Care shall be taken to see that paint material shall be used before its expiry date. In no circumstances the paint material after expiry date will be allowed to use.

(3) APPLICATION OF PAINT: Surface to be applied with acrylic paint shall be cleaned by using wire brush

sand paper or any other means to remove all types of deposits such as scales deterioration layers ash grease mortar or any other loose materials. The surface shall be cleaned & dried to make suitable for application of acrylic paint up to the height appx 120mtr. Care shall be taken to see that scratches are not observed on the surface. After the thorough surface preparation the first coat of Acrylic exterior paint such as Apex or equivalent as approved by EIC to be applied on exterior concrete/ gunnited surface of cooling tower shell up to appx 120m height. The paint shall be applied in two coats keeping a gap of minimum 6 hours between two subsequent coats, OR as per the manufacturer’s instructions & specifications.

The consistency of paint will be so as to give the painted surface glossy finish & shall be homogenous smooth in nature. The dry film thickness ( DFT ) should be maintained as specified in the manufacturer’s specifications, required to protect the concrete against atmospheric weathering effects. The paint shall be applied by brush only. The external surface of the stack shall be painted alternate

Page 43: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 43 of 62

Signature of Contractor

horizontal/ vertical strips of specified width as per guidelines by “ Civil Aviation Regulations as per defense requirement in different Colour sheds as directed by competent authority Necessary test certificates manufacturer’s specifications & samples shall be submitted for approval. The agency shall if required carryout watering curing through the height with sufficient capacity of pumps etc. All tools tackles platforms jhulas machineries & equipment manpower required to carry out the painting work at height appx 120m are inclusive in the rate of this item. The painting work shall be measured as per relevant I.S 1200 in smt of actual area painted. The work shall be carried out at all heights & shall be completed at the end of the day & it shall not be kept uncompleted for another day.

(4) Measurement & Payment: Joint measurement will be taken for the actual area covered in square meter. The dried paint thickness of painted surface should not be less than as specified in manufacturer’s specification. The DFT will be measured after each coat by Alco meter which is to be provided by contractor at no extra cost. The contractor shall be paid for the value of works completed through.

(5) Safety measures The contractor has to take highest safety measures to avoid any accidents at

site. The machineries like winch machine, various ropes, other construction equipments etc shall be got checked by concerned authorities & safety certificate may be obtained before start of work. During execution of work all the working manpower must wear helmets, safety belts (In case of working at heights), proper shoes to avoid any accident during execution of work.

Mode of Measurement: The payment will be made for this item on Square meter basis.

ITEM No.9

Distempering (Two coats) with oil bound distemper of approved brand and manufacture and of required shade on wall surface to give an even shade over and including a priming coat with distemper primer of approved brand and manufacture after thoroughly brushing the surface free from mortar dropping and other foreign matter and also including preparing the surface even and sand papered smooth.

1.0. Materials : 1.1. Oil bound washable distemper and primer shall be of approved brand and manufacture. The distemper shall be of required colour and the same shall conform to I.S. 428-1969. 2.0. Workmanship : 2.1. Scaffolding : Where scaffolding is required, it shall be erected in such a way that as far as possible no part of scaffolding shall rest against the surface to be distempered. A properly secured strong and well tied suspended platform (Joola) may be used for distempering. Where ladders are used, pieces of old gunny bags shall be tied at top and bottom to prevent scratches to the walls and floors. For distempering to ceilings, proper stage scaffolding shall be erected where necessary.

Page 44: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 44 of 62

Signature of Contractor

2.2. Preparation of surface :

2.2.1. The undecorated surface to be distempered shall be thoroughly brushed off from dust, dirt, grease, mortar dropping and other foreign matter and sand papered smooth. New plaster surface shall be allowed to dry for atleast 2 months before applications of distemper. 2.2.2. All unnecessary nails shall be removed. Pitting in plaster shall be made good with plaster of Paris mixed with dry distemper of colour to be used. The surface shall then be rubbed down again with a fine grade sand paper and made smooth. A coat of distemper shall be applied over the patches. The surface shall be allowed to dry thoroughly before the regular coat of distemper is allowed. The surface affected by moulds, moss, fungi algae lichens, efflorescence etc. Shall be treated in accordance with I.S. 2395 (Part-I) 1966. Before applying distempering, any unevenness shall be made good by applying putty made of plaster of Paris mixed with water on entire surface including filling up the undulation and then sand papering the same after it is dry. 2.3. Priming coat :

2.3.1. A priming coat or distemper prime of approved manufacture and shade shall be applied over the papered surface in case of new work on decorated surface. If the distemper premiering is done after the wall surface dries completely, the distemper primer shall be applied. 2.3.2. Application of primer shall be done as under : The primer shall be applied with a brush on the clean dry and smooth surface. Horizontal strokes shall be given first and vertical strokes shall be applied immediately afterwards. This entire operation will constitute one coat. The surface shall be finished as uniformly as possible leaving no brush marks. It shall be allowed to dry for atleast 48 hours before oil bound distemper or paint is applied. 2.3.2. Oil bound distemper is not recommended to be applied within six months of the completion of wall plaster. 2.4. Preparation of oil bound distemper : 2.4.1. The distemper shall be diluted with water or any other prescribed thinner in a manner recommended by the manufacture only. Sufficient quantity of distemper required for a day’s work shall be prepared. 2.5. Application of Distemper coat :

2.5.1. For undecorated surfaces, after the primer coat is dried for atleast 48 hours, the surface shall be lightly sand papered to make it smooth for receiving the distemper, taking care not to rub out the priming coat. All loose particles shall be dusted off after rubbing. Minimum two coats of distemper shall be applied with brushes in horizontal strokes followed immediately by vertical strokes which together shall constitute one coat. The subsequent coats shall be applied after a time interval of atleast 24 hours between consecutive coats to permit proper drying of the proceeding coat. The finished surface shall be even and uniform without patches, brush marks, distemper drops etc. 2.5.2. Sufficient quantity of distemper shall be mixed to finish one room at a time. The application of a coat in each room shall be finished in one operation and no work shall be started in any room which cannot be completed on the same day. 2.5.3. 15 cm. Double bristled distemper brush shall be used. After day’s work brushes shall be thoroughly washed in hot water soap solution and hung down to dry. Old brushes which are dirty and caked with distemper shall not be used on the work.

Page 45: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 45 of 62

Signature of Contractor

2.6. Protective measurements : The surfaces of doors, windows, floors, articles of furniture etc. And such other parts of the buildings as are not to be distempered shall be protected from being splashed upon. Such surfaces shall be cleaned off distemper splashes if any. 3.0. Mode of measurements & payment :

3.1. Priming coat of distemper primer, scraping of surface spoiled by stunk soots removal of oil & grease spots, treatment for infection of effloresces mould moss, fungi, algae and litchen and patch repairs to plaster shall be included in this item for which nothing extra shall be paid. 3.2. All the work shall be measured net in the decimal system as in place subject to the following limits unless otherwise stated hereinafter : (a) Dimensions shall be measured to the nearest 0.01 m. (b) Area in individual items shall be worked out to the nearest 0.01 sq.m. All work shall be measured in sq.mt. No deductions shall be made for ends of joints, beams, posts etc. And openings, not exceeding 0.5 sq.mt. Each and no addition shall be made for reveals, jambs, soffits, sills etc. Of these openings nor for finish alround ends of joints, beams, posts etc. 3.3. Deductions of opening exceeding 0.5 sq.mt. But not exceeding 3 m. In each shall be made as follows and net addition shall be made for reveals, jambs, soffits, sills etc. Of these openings (a) When both the faces of walls are provided with same finish : deductions shall be made or one face only. (b) When each face of wall is provided with different finish, deduction shall be made for that side of frame for doors, windows etc. On which width of reveal is less than that of the other side but no deduction shall be made on the other side. Where the width of reveals on the both the faces of wall are equal, deduction of 50% of area of opening of each face shall be made from are of finish. (c) When only one face of wall is treated and the other is not treated, full deduction shall be made if the width of the reveal on treated side is less than that on untreated sides but if the width of the reveal is equal or more than that on untreated side neither deductions not addition to be made for reveals, jambs, soffits, sills etc. 3.4. In case opening of area exceeding 3 sq.m. Each, deduction shall be made for openings but jambs, soffits and sills shall be measured. 3.5. No deductions shall be made for attachments such as casings, conduits, pipes, electric wiring and the like. 3.6. Item includes removing nails, making good holes, cracks, patches with material similar in composition of distemper. 3.7. The rate includes cost of all materials, lobours, scaffolding, protective measures etc. Involved in all the operations described above. This shall also include conveyance, delivery, handling, unloading, storing work etc. 3.8. The rate shall be for a unit of one sq. Metre. 18.45. Distempering (two coats) with oil bound washable distemper of approved brand and manufacture and of shade required on undecorated wall surfaces to give an even shade, over and including a priming coat with alkali resistance primer of approved brand and manufacture after thoroughly brushing the surface free from mortar droppings, and other foreign matter and also including preparing the surface even and sand-papered smooth.

Page 46: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 46 of 62

Signature of Contractor

1.0. Materials & workmanship : 1.1. The relevant specifications of item No.18.44 shall be followed except that the primer of alkali resistance primer of approved brand manufacture shall be sued instead of distemper primer. 2.0. Mode of measurements & payment : 2.1. The Mode of measurements & payment shall be same as for item No.18.44 above. 2.2. The rate shall be for a unit of one sq. Metre.

ITEM No.10

Providing and applying Paint with mixing of Thinner no 853 in suitable proportion maximum upto 5% and Providing and Applying two coats of BERGERLINOSOL HB FIN PAINT ( Greys) finish paint & one coat of BERGER LINOSOL HB ZN PHOS Primer including mixing thinner no 853 in suitable proportion maximum upto 5% , so as to give DFT of 230 micron ( 150 micron for primer + 80 micron of paint ) including cleaning the existing surface & removing of deposited scale,oil,foreign material,dust etc complete as per the instruction of E.I.C.

3.1 Surface Preparation 3.1.1 Procedure of Surface Preparation Adhesion of the paint film to surface depends largely on the surface preparation of the metal surface prior to painting. In order to achieve the maximum durability, one or more of following methods of surface preparation shall be followed, depending on condition of steel surface and as specified in the enclosed technical data sheets: a. Manual or hand tool cleaning 3.1.1.1Manual or hand tool cleaning Manual or hand tool cleaning shall be used only where safety problems limit the application of other surface preparation procedures. Hand tool cleaning shall normally consist of following : a. Hand descaling and/or hammering b. Hand scraping c. Hand wire brushing 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 these methods. On completion of cleaning, loose material shall be removed from the surface by clean rags and the surface shall be brushed, swept, dust removed and blown off with compressed air to remove all loose matter. Finally the surface may be washed with water and dried for effective cleaning. 3.1.2 Surface Preparation Grades 3.1.2.1 Following grades for preparation of steel substrates conforming to SIS-05 5900 and ISO -8501 shall be followed: a. Surface preparation grade St 2 Thorough hand and power tool cleaning (scrapping and brushing with wire

Page 47: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 47 of 62

Signature of Contractor

brush,machine brush, grinding tool or similar) shall be carried out until loose mill scale, rust andforeign matters are removed. Then, the surface shall be cleaned with a vacuum cleanerand/or with clean and dry compressed air or a clean brush. After this treatment, the surface should have a faint etallic luster. The appearance of the surface shall correspond to the illustrations for St 2. 3.1.3 Rub down and touch up of primer The existing coated surfaces shall be rubbed down thoroughly with emery paper to remove all dust,rust and other foreign matters, washed with degreasing solvent (white spirit) to completely remove grease etc. then cleaned with warm fresh water and air dried. In case degreasing with white spirit is not effective, the surface should be finally wiped clean with aromatic solvent like xylol or light naphtha. 3.2 Paint Materials The paints shall be of class-I quality and shall conform to the specifications of manufacturing company 3.3 Mixing and thinning of paint 3.3.1 All ingredients in a paint container shall be thoroughly mixed to break-up lumps and disperse pigments before use and during application, to maintain homogeneity. Mixing shall be mechanical except when the container size is 20 litres or less. Mixing by air bubbling is not permitted. All pigmented paints shall be strained after mixing. 3.3.2 Additives that are received separately, such as curing agents, catalysts, hardeners etc., shall be added to the paint as per manufacturer’s instructions. These shall be promptly used within the pot life specified by the manufacturers and unused paint shall be discarded. 3.3.3 Thinners shall not be used unless essential for proper application of the paint. Where thinners are used, they shall be added during the mixing process and the type, quality and quantity of thinner shall be in accordance with the instructions of the paint manufacturer. 3.3.4 Dry pigments, pastes, tinting and colours shall be mixed and/or made into plant so that all dry powders get wetted by vehicles, and lumps and particles are uniformly dispersed. 3.4 Storage of Paint 3.4.1 All paints shall be stored strictly in accordance with requirements laid down by the paint manufacturer. The storage area shall be well ventilated and protected from sparks, flame, direct exposure to sun or excessive heat and shall be preferably located in an isolated room or in a separate building. 3.4.2 All paint containers shall be clearly labelled to show at the time of use the paint identification,date of manufacture, batch number, order number and special instructions in legible form.Paints for which the shelf life specified by the manufacturer has expired, shall not be used without inspection and approval by the purchaser. 3.5 Paint Application

Page 48: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 48 of 62

Signature of Contractor

Paint shall be applied in accordance with paint manufacturer’s recommendations as supplemented by this specification. Paint shall not be applied when the ambient temperature is 5 °C and below. For paints, which dry by chemical reaction, the temperature requirements specified by the manufacturer shall be met. Also, paint shall not be applied during rain, wind, and fog or at relative humidity of 85 % and above or when the surface temperature is below the dew point of air resulting in condensation of moisture. Any wet painted area exposed to damaging weather conditions shall be inspected after drying and the damaged area repainted after removal of the paint. Each coat of paint shall be continuous, free of pores and of uniform film thickness. Each coat of paint shall be allowed to dry sufficiently before application of the next coat to avoid damage such as lifting or loss of adhesion. The over coating interval shall be as recommended by the paint manufacturer. The application of paint could be by brush only, as per the Manufacturer’s recommendation / paint suitability. Primer, intermediate and finish paint for any particular painting system shall be from same Manufacturer in order to ensure compatibility. 3.9 Inspection All painting materials including primers and thinners shall be preferably procured directly from manufactures as per specifications and shall be accompanied by manufacturer’s test certificates (clearly indicating their expiry dates). The painting work shall be subjected to inspection at different stages and records of inspection shall be maintained. Stages of inspection are as follows: - Surface preparation - Primer application - Each coat of paint Final inspection shall include measurement of paint dry film thickness (DFT), tape adhesion test,check of shade, finish and workmanship. The DFT should be measured at as many points/locations as agreed and shall not be lower than the minimum specified DFT or more than 30%over the maximum specified DFT.Any defect noticed during the various stages of inspection shall be rectified before proceeding further. Irrespective of the inspection, repair and approval at intermediate stages of work,supplier shall be responsible for making good any defects found during final inspection. Dry film thickness shall be checked and recorded after application of each coat by contractor with standard calibrated dry film thickness measurement i.e. elcometer to be arrange by contractor. Following defects are not acceptable after painting: • Pinholes • Lack of adhesion • Scaling • Caulking • Blistering • Chalking • Cracking • Cratering • Blushing • Foreign material entrapment

Page 49: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 49 of 62

Signature of Contractor

• Mud cracking • Orange peel • Pinpoint rusting Respective contractor shall be fully responsible for the quality of their supply and services and the quality assurance process applied in this context. The application or non-application of any verification measure by GSECL shall not relieve the supplier in any way of such responsibility 3.10 Colour Shades 3.10.1 Colour Shades for Piping The colour code scheme is intended for identification of the individual group of the pipeline. The system of colour coding consists of a ground colour and colour bands superimposed on it. Color shades for piping shall be as given by GSECL 3.10.2 Colour Shades for Equipment Colour shades for equipment/systems shall be as given by GSECL In the case of pumps, valves & tanks, if not specifically covered, same colour as that for the corresponding pipeline shall be chosen. Notes : i) Value of DFT (Dry Film Thickness) given above are indicative only ii) All primers and finish coats should be cold cured and air drying type unless otherwise specified. iii) All paints shall be applied in accordance with manufacturer’s instructions for surface preparation,over coating interval, curing and application. Good surface preparation, quality and workmanship shall be ensured. iv) The paints shall conform to the specifications given above and shall be of Class-I quality in the product range of any of the following manufacturers: a. Asian Paints (India) Ltd. b. Berger Paints (India) Ltd. c. Goodlass Nerolac Paints Ltd. d. Garware Paints e. Jenson & Nicholson f. Shalimar Paints

ITEM No.11

Providing and laying cement concrete flooring 1 : 2 : 4 (1 Cement : 2 course sand : 4 graded stone aggregate 20 mm nominal size) laid in one layer finished with a floating coat of neat cement.(B) 50 mm thick.

1.0 Materials : Water shall conform to M-1 cement shall conform to M-3. Sand shall conform to M-6. Stone aggregate 20 mm. Normal size shall conform to M-12.

Cement concrete 1 : 2 : 4 proportion measured by volume shall conform to relevant specification or ordinary grade 1 : 2 : 4 concrete.

2.0 Workmanship :

2.1 The relevant concrete flooring of 40 mm thick (Average) is to be laid as per the site condition. The concrete shall be mixed in a mechanical mixer at the work. Hand mixed may however be allowed for smaller quantities of work and in case of failure

Page 50: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 50 of 62

Signature of Contractor

of machines or as permitted by the Engineer-in-charge. It shall carried out on a water platform and care shall be taken to ensure that mixing is continued until the mass is uniform in color and consistency. However, in such cases 10 % more cement than otherwise required shall have to be used without any extra cost. The mechanical mixing shall be done for period of ½ to 2 minutes. The quantity of water shall be just sufficient of produce a dense concrete of required workability for the purpose. Flooring of specified thickness shall be laid in accordance with approved pattern or as directed. Finishing operation shall start shortly after the cessation of beating and shall be spread over a period one to six hours depending upon the temperature and atmosphere conditions. The surface shall be left for some time till moisture disappears from it. Fresh quantity of cement shall be mixed with water to form a thick slurry and spread over the surface while the concrete is still green. Use of dry cement or cement and mixture sprinkled on this surface to stiffen the concrete or absorb excessive moisture shall not be permitted. The cement slurry shall then be properly pressed twice by means of iron floats, once, when the slurry is applied and the second time when cement starts setting and finished smooth. The surface shall be marked with string or B.R.C. fabric jail to make the surface non-slippery as and when directed. The junction of floors with wall plaster, dado or skirting shall be rounded off where so required upto 25 mm. Radium, flooring in lavatories and bath rooms shall be laid after fixing of water closet and squatting pans and floor traps which shall be plugged while laying the floors and opened after the floors are completed. Any damage, done to water supply or sanitary fittings during execution of work shall be made good.

2.2 After the final set, the concrete shall be kept continuously wet, if required by pounding for a period of not less than 7 days from the date of placement.

2.3 The formwork shall be provided if necessary as directed by the Engineer-in-charge. Concreting shall be done as per alternate bay method with necessary centering either by mastic or cement mortar as directed.

3.0 Mode of measurements & payment :

3.1 The rate shall include the cost of all materials and labor involved in all the operations described above. No deduction Shall be made or extra paid for any opening upto 0.1 sq. Mt. Ir. Area in the floor, nothing extra shall be paid for laying the floor at different levels in the same room or the courtyard.

The rate shall be for unit of one sq. Meter.

ITEM No.12

Labour Charge for fixing corrugated G.I.sheets roofing fixed with galvanised iron "J" or "L" hooks bolts and nuts 8 mm diameter with bitumen and G.I.limpet washers [Excluding cost of purlins,rafters and trusses] (1) 0.80 mm thick sheet

2.0 Workmanship:

Page 51: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 51 of 62

Signature of Contractor

2.1 Spacing of purlines: One purlin shall be provided at the ridge and one at the caves. The spacing of other purlines for 0.8 mm. Thick G. I. Sheet shall not exceed 1.80 meter. The purlin shall coincide with the center line of the end lap. The ridge purlins shall be placed in such a way that the ridges can be fixed properly.

The portion over handing the wall support shall not be more than one fourth of the spacing of purlins.

2.2 The top surface of the purlins shall be painted before the sheets are fixed over them. Embedded portions of purlins shall be finished with two coats of coal-tar.

2.3 Laying of sheets : 2.3.1 The sheets shall be laid in purlins to a true plane with the line of corrugations

truly parallel or normal to the sides of area to be covered. The sheets shall not generally be built into gables and parapets. They shall be bent up along their side edges clost to the wall and the junction shall be protected by suitable flushing or by projecting drip course.

2.3.2 The laps at end shall be provided 150 mm. Minimum for roof slopes 1 in 2 (1 vertical : 2 horizontal) and steeper but 200 mm. Shall be provided for flatter slopes than those above. The side lap shall be provided two ridges of corrugations at each side.

2.3.3 The sheets shall be but to the dimensions of the shape of the roof either along their lengths or their width or in slant across the line of corrugations at hips and valleys. The sheets shall be cut carefully with a straight edge and chisel to give straight finish. The sheets shall be laid such that the laps are turned away from the usual direction of local heavy rain.

2.3.4 Fixing of Sheets : 2.3.4.1Sheets shall be fixed to the purlins or other roof members such as hips of valley

rafter etc. With ‘J’ or ‘L’ galvanized hook bolts and galvanised nuts 8 mm. Dia with bitumen impact washers and G. I. Washers. Limpet washers with white lead shall be used. Length of hook bolt shall be varied to suit the site requirement. Bolts shall be sufficiently long so that after fixing the project above the top of their nuts by not less than 12 mm. The grip of ‘J’ or ‘L’ hook bolts on the side of purlins shall not be less than 25 mm. There shall be minimum of three hooks bolts placed at the ridge of corrugations in each sheets in every purlin and their spacing shall not exceed 300 mm. Coach screw shall not be used for fixing the sheets to purlins.

Where the slopes of roof are not less than 2½ horizontal). (1 vertical: 2½ horizontal). Sheets shall be jointed together at the side laps by galvanished iron bolts and nuts 25 mm. X 6 mm. Size each bolt with a bitumen and G. I. Limper washer filled with white lead. Where the overlaps at the sides extend to two corrugations these bolts shall be placed zigzag over the two over lapping corrugations so that the ends of the overlapping sheets are drawn tightly towards each other. The spacing of same bolts shall not exceed 600 mm. Along each of the staggered rows.

2.3.5 Holes for all bolts shall be drilled and not punched in the ridges of the corrugations from the under side while the sheets are on the ground. The holes in the sheets shall be at least 50 mm. From the edge. Sheets drilled wrongly

Page 52: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 52 of 62

Signature of Contractor

shall be rejected. The holes in the washers shall be of the exact diameter of hook, bolts or the seam bolts. The nuts shall be tightened from above to give a leak-proof roof.

2.3.6 The roof when complete shall be true to lines and slopes and shall be lead-proof.

3.0 Mode of measurements & payment :

3.1 The measurements of the C.G.I. sheet roof shall be taken for finished work in superficial area in general plane (not girthed on the roof). The lapse between the C.G.I. sheets both at their ends and along the side edges shall not be measured. The overlaps of C.G.I. sheets over the valley piece and their under lap under the ridge, hip and flashing piece shall be included in the measurements.

3.2 No deductions in measurements shall be made for openings for chimney stacks, sky light etc. Of area upto 0.40 sq. Mt.nor extra be paid for extra labor in cutting and for extra labor in cutting and for wastage etc. In forming such openings.

3.3 The rate of roof shall include the cost of all materials and labor involved in all operations described above. The rate also includes the cost of provision, erection and removal of the scaffolding, benching, ladders, templates and tools required for the proper erection and completion of the work. The rate includes the cost of purloins, rafters and trusses.

3.4 The rate shall be for a unit of one sq. Meter. Mode of Measurement: Measurement shall be made in sq. meter of plain area.

ITEM No.13

Labour charge for Steel work welded in built up section framed work and 15m overall height including cutting hoisting fixing in position an applying a priming coat of red lead paint.

1.0. Materials The structured steel work shall be supplied by Deptt.. Red lead paint shall conform to I.S: 102-1962. 2.0. Workmanship

2.1. The steel sections as specified or required, shall be cut, square and to correct lengths, as per drawings and design. The .cut ends exposed to view shall be finished smooth. No two pieces shall be welded or otherwise jointed to make up the required length of member, except as indicated in the drawing or as directed. All straightening and shaping to form shall be done by application of pressure and not by hammering. Any bending or cutting shall be carried out in such a manner as not to impair the strength of the metal. All operations shall be done in cold state unless otherwise directed/permitted.

2.2.1. The steel structure as shown in the drawings or as per direction of the Engineer-in-charge shall be laid out on a level platform to full scale and to full size in parts. A steel tape shall be used for measurements to ensure maximum

Page 53: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 53 of 62

Signature of Contractor

accuracy. 2.2.2. Wooden templates 12 mm. to 19 mm. thick or metal sheet template shall be

made to correspond to each connecting gussets plate and rivet holes shall be accurately marked on them and drilled. The templates shall be laid on the steel members and holes of the steel members shall also be marked for curing. The base of steel column and the .position of Anchor bolts shall be carefully set out

2.2.3. Ail stiffeners shall be formed by pressure and where practicable the metal shall not to be cut and welded in making these. In major work', or whore so specified, shop drawings giving complete details and information for the fabrication of the component parts of the structure including location, type, size, (origin and details or rivets, bolts or weld shall be prepared in advance of the actual fabrication and as distinctly marked or stenciled with paint with the Identification mark as given in the shop drawings. The bars shall be thickened at the ends, so as to provide for screwed threads and gradually tapered off to meet their normal section. Great accuracy shall be observed in fabrication of various member, so that these can be assembled without being unduly packed, stained, or forced into position and when build up, shall be true and tree from twists, brinks, buckles or open joints. Before making holes in individual members for fabrication the steel work intended to be riveted or belted together shall be as ambled or clamped properly and tightly so as to ensure close abutting or lapping or the surfaces of the different members. All softeners shall bear tightly both at top and bottom without being drawn or caulked. The abutting joints shall be cut or crossed true and straight and fitted close together. Web splice plates and tillers under stiffened shall be cut to fit within 3 mm. or flange Angles Web plates of Girders shall have no cover. Plates shall have their ends flush with the top of angles forming the flanges unless otherwise required. The web plates when spiced .̂hall have clearance of not more than 6 mm. The erection, clearance for created ends of members connecting steel shall preferably be not greater than i.5 mm. The erection clearance at the ends o' beams without web cleats shall not be more than 3 mm. at each end but where for a practical reason greater clearance is necessary, suitably designed seating shall be provided.

3.0 Mode of measurements & payment 3.1. The steel work shall be measured in general as under: (a) All work shall be measured on the basis of finished dimensions as fixed at site

and measured net unless specified otherwise. (b) The weight of steel sections, steel rods, and steel strips in finished work shall be

calculated Hum standard weight on the same basis on which steel is supplied to Contractor by department or those given in relevant I S: if steel is arranged by the contractor.

(c) The weight of steel plates and strips shall be taken from relevant I.S. based on 7.35 kg./ sq meter fur every millimeter sheet thickness if steel is supplied to the contractor by department.

(d) Unless otherwise specified, weight of cleats, brackets, packing pieces, bolts, nuts, washer, distance pieces, separators, diaphragm gusset (taking overall square dimensions) fish plates etc. shall lie added to the weight of respective items.

(e) In riveted work allowance is to be made for weight of rivet hands. No deductions

Page 54: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 54 of 62

Signature of Contractor

shall be made for rivet or bolts holes excluding holes for anchor or holding down bolts.

(I) For forged steel and steel castings, weight shall be calculated on the basis of 7850 kg./cum.

(y) Unless otherwise specified, no allowance shall be made for the weld metal in case of welded steel structure.

(i) Dimensions other than cross sections and thickness of plates shall be measured to nearest 0.001m.

(j) Mill tolerance shall be ignored when weight is determined by calculation. 3.2. The rate includes cost of all material, labour, erection, hoisting scaffolding,

protective measure, required for proper completion of the item of work. This shall also include conveyance and delivery handling, loading, unloading and storing etc. required for completing the item described above including necessary wastage involved.

3.3. The rate shall be for a unit of one quintal. + 1.0 Materials & Workmanship 1.1. Welding shall generally be done by electric process. Gas welding shall be

resorted to, using oxyacetylene flame with specific prior approval. Gas welding shall not be permitted for

structural steel work. 1.2. The work shall be done as shown in the shop drawings which should clearly

indicate various details of the joints to he welded, shop and site welded as well as type of electrodes to be used, symbol for welding on plans and shop drawings shall be according to I.S. 813-1961. As far as possible every effort shall be made to limit the welding that must be done after improper welding that is likely to be done due to heights and difficult positions on scaffoldings etc. The welding work shall conform to I.S. 816-1969.

1.3. Preparation of surfaces: Surfaces which are to be welled together shall be free from loose mill scale, rust, paint, grease or other foreign matter. A coating of boiled linseed oil shall be permitted.

1.4. Assembly for welding: Before welding is commenced, the plates shall first be brought together and firmly clamped or spot welded at specified distance. This temporary connection has to be strong enough to hold the plates accurately in place without displacement.

1.5 Precautions : All operations connected with welding and cutting equipment shall conform to safety requirement given in I.S. 818-1968. The following paints shall be borne in mind during the process of welding:

(b)Arc length voltage and amperage shall be suited to the thickness of material type of groove and other circumstances of the work.

(c) The segments of welding shall be such that where possible the members which offer the greatest resistances to compression are welded first.

1.6. The defective welds which shall be considered harmful to the structural strength shall cut out and rewarded.

1.7. Finished welds and adjacent parts shall be protected with clean boiled linseed oil and after all stag has been removed. Welds and adjacent parts shall l*o painted after the same are approved.

1.8. All the members shall be thoroughly cleaned of rust-scales, dust etc. and given

Page 55: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 55 of 62

Signature of Contractor

a priming coat of red lead paint before fixing them in position.Testing of welding to be added in the specification I.N. 12.2.2.12-(i) to (viii)

The measurement of item shall be made Quintal basis. CHIEF ENGINEER GSECL, GBPS, UTRAN.

Page 56: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 56 of 62

Signature of Contractor

PRICE BID

SECTION –E

• SCHEDULE-A

• SCHEDULE-B

Page 57: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 57 of 62

Signature of Contractor

370 MW GAS BASED POWER STATION, UTRAN.

SCHEDULE ‘A’

Name of work: - : “Contruction of Shed for Mulsifire system and dyke bund wall

around acid tanks in 370 MW CCPP-II PROJECT AREA AT GBPS UTRAN.”

Sr. No.

Particulars of Materials.

Approx Qty. Rate at which the Materials

will be charged to the Contractor

Place of Delivery

1 Cement Required Quantity

Brought by the contractor at his own

cost

2 Structural steel

0.10 MT Free of cost GSECL Main store

3 G.I.Sheet 30.00 SMT Free of cost GSECL Main store

CONDITIONS FOR MATERIALS TO BE BROUGHT BY THE CONTRACTOR. 1. The above material at Sr.No.1 shall be brought by the contractor to meet with the

requirement of the work. 2. Cement and steel will be allowed to use in the contractor and for allied connected

works with the prior approval of the Engineer-in-charge. 3. The measurement for the work done will be on Linear measurement basis by

calculating weight as per the sectional measurement as per IS. 4. Cement shall be counted 20 bags to one M.T. 5. Empty cement bags are not being returned to the GSECL and contractor will be

allowed to take away with permission in writing from Engineer-in-charge. 6. Necessary Electrical power supply shall be given free of cost by GSECL. At One

point. The contractor shall procure Cement / Steel of any approved brand by E.I.C. GSECL from the following manufacturers.

Sr. No.

Name Of Manufacturer of Cement

Validity for Licence upto

Name of Manufacturer / Supplier of Structural steel/ Coils/ Bars/ etc. for the Structures/ Pipes / Reinforcement etc.

Validity for Licence upto

1 Narmada Cement Co. Ltd.

Steel Authority of India

2 Gujarat Ambuja Cement Co. Ltd.

Tata Iron & Steel Co.Ltd.

3 Saurashtra Jindal

Page 58: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 58 of 62

Signature of Contractor

Cement & Chemicals

4 Siddhi Cement Lloyds 5 J.K.Cement Essar Steel Ltd. 6 L&T Cement

(Ultra tech) Ispat

7 Shri Dig Vijay Cement Co.Ltd.

Shah Alloys Ltd. Ahmedabad.

8 Binani Cement Mahavir Rolling Mills Ltd. Ahmedabad.

9 Vikram Cement Bhawalka Steel Industries, Mumbai.

10 Sanghi Cement 11/5/2011 – 53 grade OPS

Sun Vijay Rolling & Engineering Ltd. Nagpur.

11 Laxmi Cement Shri Bajarang Alloys Ltd. Raipur.

12 Jaypee Cement 21/6/2011 – 53 grade OPS 14/3/2011 – 53 grade PPC

Unique Structures & Towers Ltd. Raipur.

13 Kishan cement Electrotherm TMT Bars—8mm to 32 mm (excluding-18 mm) ---29/03/2011.

14 Major Cement Kamdhenu Ispat steel

15 GOD Steel 16 SHYAM Steel TMT Re bars/CRS,

HSD Steel bars, Reinforcement bars---8mm to 36 mm valid up to 15-1-2011. Round Bars—6mm to 140 mm-15/01/2011.

17 Varsana Ispat 18 Hansa Ispat 19 Sanghi TMT 20 Balbir Rolling 11/8/2013 – for MS

Angle: 75x75x6mm-11/08/2013. And Beam: 200x100 mm also.

Note:- (a) All the Cement (53 / 43 grade) should be as per relevant IS. (Latest

Page 59: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 59 of 62

Signature of Contractor

Revision) (b) Steel with necessary certificate.

(c) All materials shall be got tested in Govt. approved Laboratory by Contractor at their Cost & after acceptance only material will be allowed to be utilized.

CONDITION FOR USE OF CEMENT IN WORK : 1) The rate in schedule-B is inclusive of cement cost. Contractor has to purchase fresh

43/53 Grade cement, confirming to as per IS-8112 and of Approved BRAND by GSECL.

2) Contractor has to construct or engaged Pucca Godown at site or work, so that cement bags can be properly preserved, to avoid damage due to any kind of water.

3) Contractor has to bring sufficient quantities of cement bags and at no time less then 200 (Two Hundred) bags to maintain progress of work. The work should not suffer for want of cement.

4) Cement should give the required strength of cement concrete. 5) To bring sufficient and timely cement at site is full responsibility of contractor.

Nothing extra will be paid on account of any reason to maintain progress of work and to complete the work in schedule time.

6) Contractor has to submit Account for consumption of cement used with every bill. In case of not submitting the same, bill will not be passed. Party has to submit the copy of cement purchase bill along with each R.A. Bill/Final Bill.

7) No negative variation will be allowed for consumption in cement then prescribed as specified in R& B SOR / MIX design and nothing will be paid EXTRA for over consumption.

8) Contractor is fully responsible for safety of cement at site; nothing will be paid extra on account of safety.

9) If GSECL's Authorized Representative wants to check cement stock at site, contractor has to allow for the same at any time.

10) Contractor has to maintain day to day cement consumption/balance account at site. 11) As far as possible, contractor has to maintain supply of cement of only one brand

and grade, through-out the work and on account of closer/ shortage of approved Brand, cement of other brand in accordance of condition no. (1) will be allowed by Engineer-in-charge.

12) Minimum cement consumption considered for all cement consuming items shall be as per PWD standard specifications OR Mix Design approved by GSECL. Contractor as to use minimum cement as above.

13) Contractor will be carry out work after physical verification of cement brought at site.

Signature of the Contractor.

CHIEF ENGINEER, GSECL, GBPS,UTRAN.

Page 60: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 60 of 62

Signature of Contractor

370MW GAS BASED POWER STATION, UTRAN.

SCHEDULE: B

Name of work : Construction of shed for Malsi fire system in 370 MW CCPP-II Project Area at GBPS,UTRAN. (Web.44/2011/C)

SR.NO DESCRIPTION QTY. UNIT RATE TOTAL

1 Excavation for foundation up to 1.5 M Depth including sorting out and stacking of useful materials and disposing of the excavated stuff up to 50 meter lead ( B ) Dense or hard soil.

70.00 CMT 77.40 5418.00

2 Disposing off the excavated stuff of 500 mtr.to 1 Km.

70.00 CMT 107.73 7541.10

3 Providing and laying brick bat cement concrete 1:4:8 (1 Cement : 3 coarse sand : 8 brick bats) and curing complete excluding cost of form work in (A) Foundation and plinth

31.00 CMT 2116.00 65596.00

4 Brick work using fly ash bricks having crushing strength less than 70 kg/sq.cm in foundation & plinth in cement mortar 1: 6(1 cement:6fine sand) ( B ) Conventional.

6.00 CMT 2709.00 16254.00

5 Brick work using fly ash bricks having crushing strength less than 70 kg/sq.cm in foundation & plinth in cement mortar 1: 6(1 cement:6fine sand) ( B ) Conventional.For brick in super structure above plinth level up to floor two level.

22.00 CMT 2797.00 61534.00

6 20 mm thick sand faced cement plaster on wall upto hight 10 metres above ground level consisting of 12mm thick backing coat of c.m. 1 : 3 (1 cement : 3 sand) and 8 mm thick finishing coat of c.m. 1 : 1 (1 cement : 1 sand) etc. complete ( I ) Cement mortar 1: 3 ( 1 cement: 3 sand ) For finishing with a floating coat of neat cement slurry.

110.00 SMT 199.00 21890.00

Page 61: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 61 of 62

Signature of Contractor

7 Providing 15 mm thick cement plaster in single coat on brick/concrete wall for interior plastering upto floor two level finished even and smooth in ( I ) Cement mortar 1:3 ( 1cement: 3 sand )

95.00 SMT 144.90 13765.50

8 Finishing wall with water proofing cement paint on wall surface (two coats) to give an approved brand and manufactures and of required shape even shade after thoroughly brushing the surface to remove all darts, and remains of loose powdered material

80.00 SMT 55.00 4400.00

9 Distempering (Two coats) with oil bound distemper of approved brand and manufacture and of required shade on wall surface to give an even shade over and including a priming coat with distemper primer of approved brand and manufacture after thoroughly brushing the surface free from mortar dropping and other foreign matter and also including preparing the surface even and sand papered smooth.

35.00 SMT 47.50 1662.50

10 Providing and applying Paint with mixing of Thinner no 853 in suitable proportion maximum upto 5% and Providing and Applying two coats of BERGERLINOSOL HB FIN PAINT ( Greys) finish paint & one coat of BERGER LINOSOL HB ZN PHOS Primer including mixing thinner no 853 in suitable proportion maximum upto 5% , so as to give DFT of 230 micron ( 150 micron for primer + 80 micron of paint ) including cleaning the existing surface & removing of deposited scale,oil,foreign material, dust etc complete as per the instruction of E.I.C.

65.00 SMT 97.00 6305.00

11 Providing and laying cement concrete flooring 1 : 2 : 4 (1 Cement : 2 course sand : 4 graded stone aggregate 20 mm nominal size) laid in one layer finished with a floating coat of neat cement.(B) 50 mm thick.

283.00 SMT 246.00 69618.00

12 Labour Charge for fixing corrugated G.I.sheets roofing fixed with galvanised iron "J" or "L" hooks bolts and nuts 8 mm diameter with bitumen and G.I.limpet washers [Excluding cost of purlins,rafters and trusses] (1) 0.80 mm thick sheet

30.00 SMT 195.00 5850.00

Page 62: WEB Tender Notice No.10 Tender No.Web.44/2011/C · C “Constructio n of Shed for Mulsifire system and dyke bund wall around acid tanks in 370 MW CCPP-II PROJECT ... / job which facilitate

Page 62 of 62

Signature of Contractor

13 Labour charge for Steel work welded in built up section framed work and 15m overall height including cutting hoisting fixing in position an applying a priming coat of red lead paint.

1.00 Quintle 1439.00 1439.00

TOTAL 281273.10 TOTAL Rs: Two Lacs Eighty One Thousand Two Hundred Seventy Three and

Ten Paise only. Chief Engineer GSECL, GBPS: Utran NOTE:- All royalties, sales tax, toll tax, local tax, development charges, VAT tax and any other taxes including works contract tax etc., in respect of this contract and also any statutory variation in future towards above mentioned taxes & any other taxes if levied in future by statutory authority applicable to the this contract shall be payable by the contractor and GSECL will not entertain any claim whatsoever in this respect. The rates will be "Excluding the service tax'. The reimbursement against “Service tax" will be paid to the contractor as per Govt., rules & regulations. The contractor has to pay the 1 % labour welfare cess of estimated cost to the concern Government Department. The contractor shall also produce the receipt of payment of 1% welfare cess from the respective Government Department before submission of final bill, otherwise final bill for the works will not be finalized The proof of payment made by the contractor to the appropriate department shall be submitted to GSECL, failing which appropriate amount shall be withheld on getting information/instruction from the concerned department TOTAL ESTIMATED COST Rs.

281273.10

I / We agreed to carry out the above work at Estimated Rate Rs.

Add (+) ______% above Rs.

Less (-) ______% below Rs.

Total cost of work Rs.

Signature of Tenderer. Seal of company