w.t. no:- 3067 - gujarat urja vikas nigam office/ukai thermal power... · • general guidelines...

137
1 GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in CIN: U40100GJ1993SGC019988 W.T. NO:- 3067 E-TENDER DOCUMENT FOR PROVIDING AND LAYING OF PIPE LINE FROM UKAI SADDLE PROVIDING AND LAYING OF PIPE LINE FROM UKAI SADDLE PROVIDING AND LAYING OF PIPE LINE FROM UKAI SADDLE PROVIDING AND LAYING OF PIPE LINE FROM UKAI SADDLE DAM DAM DAM DAM TO INTAKE POINT OF UKAI TPS PARALLEL TO ULBMC TO INTAKE POINT OF UKAI TPS PARALLEL TO ULBMC TO INTAKE POINT OF UKAI TPS PARALLEL TO ULBMC TO INTAKE POINT OF UKAI TPS PARALLEL TO ULBMC FOR SUPPLYING 23 CUSEC WATER TO TPS UKAI AN FOR SUPPLYING 23 CUSEC WATER TO TPS UKAI AN FOR SUPPLYING 23 CUSEC WATER TO TPS UKAI AN FOR SUPPLYING 23 CUSEC WATER TO TPS UKAI AND 2 D 2 D 2 D 2 CUSEC CUSEC CUSEC CUSEC TO COLONY AT GSECL, UKAI. TO COLONY AT GSECL, UKAI. TO COLONY AT GSECL, UKAI. TO COLONY AT GSECL, UKAI.

Upload: lekhanh

Post on 25-Aug-2018

218 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

1

GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in

CIN: U40100GJ1993SGC019988

W.T. NO:- 3067

E-TENDER DOCUMENT

FOR

PROVIDING AND LAYING OF PIPE LINE FROM UKAI SADDLE PROVIDING AND LAYING OF PIPE LINE FROM UKAI SADDLE PROVIDING AND LAYING OF PIPE LINE FROM UKAI SADDLE PROVIDING AND LAYING OF PIPE LINE FROM UKAI SADDLE DAMDAMDAMDAM TO INTAKE POINT OF UKAI TPS PARALLEL TO ULBMC TO INTAKE POINT OF UKAI TPS PARALLEL TO ULBMC TO INTAKE POINT OF UKAI TPS PARALLEL TO ULBMC TO INTAKE POINT OF UKAI TPS PARALLEL TO ULBMC FOR SUPPLYING 23 CUSEC WATER TO TPS UKAI ANFOR SUPPLYING 23 CUSEC WATER TO TPS UKAI ANFOR SUPPLYING 23 CUSEC WATER TO TPS UKAI ANFOR SUPPLYING 23 CUSEC WATER TO TPS UKAI AND 2 D 2 D 2 D 2 CUSEC CUSEC CUSEC CUSEC TO COLONY AT GSECL, UKAI.TO COLONY AT GSECL, UKAI.TO COLONY AT GSECL, UKAI.TO COLONY AT GSECL, UKAI.

Page 2: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

2

INDEX NAME OF WORK: - PROVIDING AND LAYING OF PIPE LINE FROM UKAI SADDLE DAM TO INTAKE POINT OF UKAI TPS PARALLEL TO ULBMC FOR SUPPLYING 23 CUSEC WATER TO TPS UKAI AND 2 CUSEC TO COLONY AT GSECL, UKAI.

SR. NO. DESCRIPTION

PAGE NO.

1. SECTION-A:

• ACKNOWLEDGEMENT OF TENDER FEE /EMD. • TENDER NOTICE.

3 To 6

2.

SECTION-B:

• DECLARATION FORM CUM UNDER TAKING TO BE SIGNED BY BIDDER

• RTGS DETAILS OF BIDDER • PROJECT SYNOPSIS • SCOPE OF WORK AND SITE CONDITION • SPECIAL NOTE FOR PRE-QUALIFICATION • GENERAL INSTRUCTION TO THE TENDERER

7 To 28

3.

SECTION-C:

• GENERAL CONDITIONS OF CONTRACT 29 To 56

4.

SECTION-D:

• SPECIAL CONDITIONS FOR USE OF CEMENT • LIST OF APPROVED MAKES FOR CIVIL, MECHANICAL

AND ELECTRICAL ITEMS • GENERAL GUIDELINES RELEVANT TO I.S.

57 To 62

5.

SECTION-E:

• TENDER AND CONTRACT FOR WORKS • TERMS OF PAYMENT • GENERAL SAFETY RULES

& • LIST OF SAFETY TOOLS

63 To 70

6.

SECTION-F :

• PERFORMA FOR BANK GUARANTEE • INTEGRITY PACT • CERTIFICATE – A • ANNEXURE – I (DETAILS OF BANK FOR SOLVEANCY &

EMD)

71 To 77

7.

SECTION-G:

• GENERAL SPECIFICATIONS • TECHNICAL SPECIFICATION

78 To 125

8.

SECTION-H:

• SCHEDULE-B • DRAWINGS FOR TENDER PURPOSE

126 To 136 137 To ----

Page 3: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

3

SECTION-A

� ACKNOWLEDGEMENT OF TENDER FEE /EMD.

� TENDER NOTICE.

Page 4: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

4

GUJARAT STATE ELECTRICITY CORPORATION LIMITEGUJARAT STATE ELECTRICITY CORPORATION LIMITEGUJARAT STATE ELECTRICITY CORPORATION LIMITEGUJARAT STATE ELECTRICITY CORPORATION LIMITEDDDD

Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in

CIN: U40100GJ1993SGC019988

SECTION-A

ACKNOWLEDGMENT E- Tender for Providing and laying of pipe line from Ukai Saddle Dam to intake point of UKAI TPS parallel to ULBMC for supplying 23 cusec water to TPS UKAI and 2 cusec to Colony at GSECL, UKAI.

1. TENDER FEE PAID VIDE DEMAND DRAFT NO. ___________________________ DATED_______________________ RS. __________________________________

2. (A) EARNEST MONEY DEPOSIT PAID VIDE D.D. NO. _____________ DATED ____________________ RS. _____________________ (B) EARNEST MONEY DEPOSIT PAID VIDE B. G. NO. _________________

DATED ____________________ RS. _____________________ 3. The bank details of GSECL are as under.

Beneficiary Name : Gujarat State Electricity Corporation Ltd. Address : Urjanagar, GEB Colony, Ta. Songadh. Dist. Tapi,

Pin Code No. 394680 Bank Name : Bank of Baroda Ukai. NATURE OF A/C : Current Accounts Branch : Ukai Account No : 02640200000002 IFSC CODE NO : BARB0UKAIXX (" 0" =ZERO) MICR CODE NO : 394012529

EMD will also be accepted in a form of bank guarantee as per format attached with the tender.

4. The undersigned reserves the right to reject any or all tenders without assigning any reasons thereof.

The Tender fee will be accepted in form of Demand Draft and Earnest Money Deposit will be accepted in form of Demand Draft or Bank Guarantee of any bank as prescribe in ANNEXURE- I drawn in favour of “GUJARAT STATE ELECTRICITY CORPORATION LTD.” payabl e at Ukai TPS CHIEF ENGINEER (GEN) GSECL, UKAI, TPS.

Page 5: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

5

GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in

CIN: U40100GJ1993SGC019988

Tender Notice No: GSECL/___/ __/ For Civil works E-Tender

CHIEF ENGINEER (GEN) invites “On-line Tenders” (e-tendering) for the work of Providing and laying of pipe line from ukai saddle dam to intake point of UKAI TPS parallel to ULBMC for supplying 23 cusec water to TPS UKAI and 2 cusec to Colony at GSECL, UKAI. Tender Papers & Specifications may be down loaded(If required by bidder) from Web site http://www.nprocure.com (For view, down load and online submission) and GUVNL / GSECL web sites www.gseb.com & www.gsecl.in (For view & down load only).Tender fee & EMD shall be paid along with submission of tender in separate cover. “All the relevant document of tenders as stated here under to be submitted physically will be received only by Registered Post A.D or Speed Post addressed to CHIEF ENGINEER (GEN.), GUJARAT STATE ELECTRICITY CORPORATION LTD, UKAI, TPS. “NO COURIER SERVICES OR HAND DELIVERY” will be accepted.

Tender No. Name of Work

Net Estimated Cost Rs.

Time Limit Tender Fee Rs.

E.M.D. Rs.

WT-3067

Providing and laying of pipe line from Ukai saddle dam to intake point of Ukai TPS parallel to ULBMC for supplying 23 Cusec water to TPS UKAI and 2 cusecs to colony at GSECL UKAI.

Rs. 11,67,67,827

10.5 Months from the date of written order to commence the work.

Rs 15,000/- Rs Fifteen Thousand only

Rs 11,67,680/- Rs Elevan Lakh Sixty Seven Thousand Six Hundred Eighty only

1 Validity of Tender 180 Days [From the opening of Technical Bid].

2 Pre-Bid Meeting at Ukai TPS. 27/06/2016 @ 15.00 Hrs

3

Last date of submission of tender On line (e-tendering) Technical as well as Price bid along with soft copy of all other documents as stated here under up to 18.00 Hrs.(This is mandatory)

30/06/2016

4 Last date of Physical submission of all relevant documents as stated here under along with DD of EMD & Tender Fee by RPAD or speed post up to 14.00 Hrs.

05/07/2016

5 Date of opening of Technical bid, on line as well as physical at 16.00 hrs. (if possible)

05/07/2016 at 16.00 hrs. (if possible)

6 Tentative date of on line opening of price bid at 15.00 hrs. (if possible) 09/07/2016

Note: Net Estimate cost of Rs.11,67,67,827.00 is arrived at as under Total Est. cost of Rs.14,60,13,681.00 - Rs.2,92,45,854.00 (Buy Back)= Total Net Rs.11,67,67,827.00 CHIEF ENGINEER (GEN) SIGNATURE OF CONTRACTOR GSECL, UKAI, TPS

Page 6: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

6

IMPORTANT

1) Only following listed documents must be submitted on line as well as physically (Excluding price bid) along with the D.D. of Tender Fee, EMD in sealed cover on OR before due date and time. Price Bid shall not be submitted in Hard copy.

1. Demand Draft for Tender Fee and EMD (Original ) 2. The bidder shall have a separate Provident Fund Code of RPFC in the name of company. The

bidder, who does not possess such separate P.F. code, shall not be considered for acceptance of tender. The contractor has to submit attested copy of such certificate showing P.F. code along with the tender.

3. Attested copy of PAN No. 4. Attested copy of work experience certificate for the similar works executed. 5. List of work in progress. 6. Attested copy of partnership deed. [Applicable only to the partnership firms.] 7. Attested copy of power of attorney, if any, for signing the bid document. 8. Attested copy of balance sheet of profit & Loss account duly audited by Chartered Accountant

of at least 3 financial years 9. Attested copy of latest solvency certificate not older than 12 months issued by any nationalized

bank OR Banks as per Annexure – I. 10. Details of equipment, tools and plants immediately available with the tenderer for use of this

work. 11. Details of technical personnel. 12. Undertaking duly Notarized as per attached Declaration Form 13. Any other documents required to verify technical, financial capability of the bidders & other

Credentials

All such documents should be strictly submitted by RPAD / Speed Post only. Otherwise the offer will not be considered and no any further communication in the matter will be entertained.

2) In case any deviation is found in Data / Details / Documents between on line offer (e-tendering) and physically submitted documents then such tender will not be considered and no any further communication in the matter will be entertained. Tenders must be un-conditional. Conditional Tenders will be rejected.

3) Further bidders are requested to submit price – bid i.e. Schedule-B on line only and not to submit the price bid in physical form. This is mandatory. If price bid is submitted in physical form, same will not be opened and only on-line submitted price will be considered for evaluation. The bidder is requested not to submit the hard copy of downloaded tender document, condition of the contract, specification & other relevant documents, except documents as stated here above. Instead of the same, the bidder shall submit the duly Notarized Undertaking as stated below declaration form on the stamp paper of Rs.100/-. However, bidder may download tender document & preserve with them in Hard Copy for their future reference.

4) It is mandatory for all the bidders to submit their tender documents viz. on-line (e-tendering) and physically in scheduled time. Tender documents submitted in physical form only will be accepted and considered for technical qualification. Also, all bidders shall submit required Physical documents as stated in Tender Notice.

5) GSECL reserves the rights to reject any OR all tenders without assigning any reasons thereof. 6) Tender Notice Number & name of the work shall be clearly written on the covers containing the

Bid documents. 7) Technical / Price Bids will be opened on the day and time indicated in the tender notice by an Officer nominated by the GSECL in the presence of such of the bidders who wish to be present.

Any technical questions, information and clarifications that may be required pertaining to this tender should be referred to the CHIEF ENGINEER (GEN.), UKAI, TPS. Also during pre-bid meeting (if arranged) the same may please be discussed.

CHIEF ENGINEER (GEN) GSECL, UKAI, TPS

SIGNATURE OF CONTRACTOR

Page 7: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

7

SECTION-B

� DECLARATION FORM CUM UNDER TAKING TO BE SIGNED BY B IDDER

� RTGS DETAILS OF BIDDER

� PROJECT SYNOPSIS

� SCOPE OF WORK AND SITE CONDITION

� SPECIAL NOTE FOR PRE-QUALIFICATION

� GENERAL INSTRUCTION TO THE BIDDER

Page 8: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

8

(To be submitted duly notarized on Rs. 100/- Non – Judicial Stamp Paper)

DECLARATION FORM Name of work: Providing and laying of pipe line from ukai saddle dam to intake point of UKAI TPS parallel to ULBMC for supplying 23 cusec water to TPS UKAI and 2 cusec to Colony at GSECL, UKAI.

I/We hereby declare that I/We have carefully studied the entire tender placed on the WEB site and conditions of contract, specifications and other documents of this work mentioned in the tender and abide by the same. Also, I/We hereby agree to execute the same accordingly.

1. I/We hereby abide to execute the contract agreement by downloading the copies of the conditions of contract, specifications and other documents of this work or otherwise I/we will get copy of the same from the office of the tender inviting authority and the same will be acceptable to me/us.

2. I/We hereby accept and confirm that any dispute on this regard shall not be entertained by the tender inviting authority.

3. I/We hereby declare that I/We have visited the work site and fully acquainted myself/ourselves with the local situations regarding materials, labour and other factors pertaining to the work before submitting the tender.

4. I/We hereby confirm that our offer is Un-conditional and without any technical & commercial

deviations. 5. Should this tender be accepted, I /We hereby agree to abide by to fulfill all the terms-conditions and

provision of the Tender and Contract for Works as applicable and default thereof, to forfeit and to pay to the Gujarat State Electricity Corporation Limited the sums of money due.

6. The full value of the “Earnest Money Deposit” paid herewith should be absolutely forfeited to the

Corporation, should I/ we do not deposit the specified amount of specified Security Deposit within 10 Days from receipt of the Letter of Intent.

7. If, I fail to submit all required documents with application or tender copy ( in each tender ) then my

tender will be cancelled, which is binding to me.

8. If, full or part work will be given to me, it will be accepted to me with same terms, rate & conditions.

9. I, ______ proprietor / owner / partner / Authorized Agent of M/s. ______ do hereby also declare and undertake as under:

a) That I have covered all the eligible employee/s under the Employees’ Provident Funds and

Miscellaneous Provisions Act, 1952 and deposited the contributions under my PF Code No. ______, place: ______ for the month/s of my contractual period and as such no amount towards contribution whatever is payable.

b) I further declare and undertake that in case any liability pertaining to any of my worker, labour, employee/s is/are to be discharged by the principle employer i.e. Gujarat State Electricity corporation Limited, ___________Thermal Power Station due to my lapse, I undertake to reimburse the same or the principle employer is authorized to deduct the same from my dues as payable.

c) I further declare and undertake the legal consequences which may arise in future under the said work order awarded, and I bond myself to resolve the same at the risk and cost of M/s. ______.

11. I/We ________________________________________________________________ authorized signatory of M/s ______________________________________________ here by certify that M/s _________________________________________________ and their proprietor / any partner / any directors of the firm is not stop deal and / or banned for business dealing and / or black listed

Page 9: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

9

by GUVNL and / or their any subsidiary company viz. GSECL / GETCO / DGVCL / MGVCL / UGVCL / PGVCL as well as Government and / or Semi Government company / department.

Seal & Signature of the Bidder Address: Phone / Mobile/ Fax. No. & Company’s Seal

Page 10: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

10

E- Tender for the Providing and laying of pipe line from Ukai Saddle Dam to intake point of UKAI TPS parallel to ULBMC for supplying 23 cusec water to TPS UKAI and 2 cusec to Colony at GSECL, UKAI.

RTGS DETAIL OF BIDDER

Following RTGS details shall be submitted by agency along with the tender for direct deposit of payment to the beneficiary account. Bidder has to submit the details as under:

1 Name of Bidder

:-

2 Address for correspondence

:-

3 E-Mail ID

:-

4 Phone / Mobile No.

:-

5 Name of Beneficiary

:-

6 Bank Account Number of beneficiary

:-

7 Name of Bank of beneficiary

:-

8 Name of Bank, branch & address

:-

9 Type of account

:-

10 Bank Code

:-

11 RTGS Code

:-

12 IFSC Code

:-

Page 11: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

11

Project Synopsis and Data

1) Location :- Ukai TPS/ Urjanagar colony, GSECL Ukai -

394680 2) Purchaser :- CE (Gen.), UKAI.

3) Engineer :- SE (Civil)

4) Site of Project :- Ukai TPS/ Urjanagar colony, GSECL Ukai - 394680

5) Nearest town :- Songadh

6) Nearest Railway Station :- Songadh/ Vyara / Surat.

7) Nearest Port :- Bombay

8) Nearest Air Port :- Surat

9) Access Road :- Surat-Bardoli-Vyara-Songadh-Ukai.

10) Site Elevation from MSL :-

11) Meteorological Data

� Ambient Air temperature 1] Highest monthly mean of daily

Max. Temperature ( In 0C)

:- 410C

2] Maximum dry bulb Temperature ( In 0C)

:- 410C

3] Minimum dry bulb Temperature ( In 0C)

:- 240C

� Rainfall 1] Average annual rainfall

(In mm) :- 1280.00 mm

2] For 01 hour ( In mm) :- 0.43 mm 3] For 24 hour ( In mm) :- 10.34 mm � Wind velocity 1] Maximum wind velocity

(In m/sec) :- 7.9 Km/hr.

2] Wind direction – N,NE & SW :- NW to SE

3] For 24 hour ( In mm) :-

� Relative Humidity

1] Annual mean humidity ( In %) :- 2] Maximum humidity (In %) :- 80% 3] Minimum humidity (In %) :- 41% 4] Type of Atmosphere :- Fair

12) DESIGN DATA � Seismic Data :-

� Zone :- III

� Intensity :- < 4.0

� Ambient temperature :-

� Other Data :-

Page 12: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

12

SCOPE OF WORK AND SITE CONDITIONS

The main scope of the work is Providing and laying of pipe line from Ukai Saddle Dam to intake point of UKAI TPS parallel to ULBMC for supplying 23 cusec water to TPS UKAI and 2 cusec to Colony at GSECL, UKAI.

Under the scope of this tender the agency has to carry out the subject work, various works as per all items of Schedule B1/1, B1/2, B1/3, and B1/4 and as per detail technical specifications items. The quantities taken under individual items are very tentative. However the agency has to carry out the works as per the Company’s requirements.

The agency has to carry out the works as per item & specifications of the tender by providing all materials of best quality and of standard manufactures as the samples approved by EIC and providing best workmanship through expert manpower.

The agency has to carry out the works as per the priority & schedule given by EIC time to time even in on or off working hours of the office. The agency will take complete care and will not damage any other structure in premises of GSECL/ IRRIGATION/ Any Other .

The agency has to carry out all the works by taking all due cares of safety, security norms, with all risks including scaffolding, strutting, shoring, etc up to any height irrespective of quantum of the work. Contractor has to make arrangement for workable site condition with the cooperation of departments of company and agencies, all necessary arrangement to get work permit is to be made by contractor. Day to day cleaning is required after completion of job. The removed materials and any other unwanted materials are to be transported and taken away as instructed by E.I.C. All safety measures shall be taken by the contractor with his own cost. The scope of work to be carried out by the Contractor shall also include Clearance of the site, Disposal of debris, excavated material etc. The major works involvement generally mentioned as here under---

Broad Scope of Work under this contract has been provided in this section. The Tenderer should take note of following before submitting the offer.

EXECUTION PHASE:

1. The Drawings, L-sections, etc. provided along with this document are preliminary. The Tenderers are requested to verify the same on site.

2. The Capacities, Dimensions, Sizes and Design Criteria and other details, wherever mentioned in the Scope of Work and in the Technical Specifications are provided as guidelines to the Tenderer. Tenderers are requested to verify the same and improve upon them, if required, based on their design, and site conditions.

3. The Tenderer is required to collect, on his own, following Data before submitting his proposal.

a) Ground Profile and site conditions

b) Safe Bearing Capacity of Soil, soil strata, or any other data that is required for the designing, estimating and executing this contract.

4. Clearing the site for laying of pipeline including Removal/reinstalling of electrical poles, Diversion of water way if required, etc. for which the contractor shall not be paid extra.

5. The Contractor shall have to dismantle the existing structure, cable, and pipeline, pipeline work/cutting of trees, plants, roots etc. Obstructing during the progress of work, for which the contractor shall not be paid extra.

6. Submission of all detailed drawings required during execution, for the approval of the client. All

Page 13: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

13

the letters and submissions shall be forwarded to the Chief engineer (Gen.). The contractor shall submit L-sections, civil, mechanical, electrical, and all related vendor and drawings/ design calculation for approval of GSECL/consultants.

7. Carting of surplus excavated stuff, earth within GSECL limits as per the instruction of the EIC.

8. Manufacture, supply, delivery, Lowering, laying and jointing of submerged Arc Welded MS pipe, having beveled ends plate or coil confirming to IS -3589-2001 or its latest revision/amendment for the diameter at site including all taxes, duties, insurance, transportation, freight charges, octroi, inspection charges, loading, unloading conveyance to department stores, stacking, jointing material, labour, etc. complete. The pipe should not be lined but should be painted with two coat of red oxide. The work should be completed as per the scope of tender and to the satisfaction of engineer.

9. Supply, installation with testing and commissioning on location, size and related details of air valve

and scour valve as per requirement.

10. Design of support structure, casing and crossing details as required at site.

11. Road crossing by pushing method as per the rules of the Sanctioning authority. Statutory charges to be paid to the sanctioning authorities shall be borne by contractor which includes permanent charges, fixed charges only. Liasoning to be done by the contractor. Also the contractor shall pay all the charges related to execution of work (supervision of all types, estimation, etc.)

12. Taking all the permissions/approval, liasoning, paying fees for the approval, from Government authorities for all the issues related to the tender work shall be done by the contractor.

13. Designing and installation of pump capacity, number, head for uninterrupted flow and Electric

power supply 24 X 7.

14. Designing and installation of pontoon structure for installing pumps, floating access and flexible

pipe from pumps to main metallic pipe.

15. Breaking of road and reinstatement of road as per GSECL standards.

16. All the necessary arrangements for the completion and testing of Electrical, Mechanical, Instrumentation and Interconnecting Piping works along with the Civil works shall be carried out by the contractor.

17. Supply of various tools as mentioned in the BOQ. Erection, Testing and commissioning of all equipments supplied by the contractor.

18. Hydro-testing, performance testing and commissioning of the System.

19. The contractor shall be required to give satisfactory hydraulic test wherever required and shall rectify the defects, if any free of cost. Water for Hydro test shall be supplied by GSECL free of cost at the Transmission main entry.

20. The contractor shall make provision for measuring the quantity of flow delivered to the Thermal power station and GEB colony; by means of flow measuring device/method acceptable to the Engineer in charge. No extra payment shall be made for such device/method/equipment.”

All workmanship shall be of the best kind described in the contract documents and in accordance with the instructions of Engineer-in-charge and shall be subjected from time to time to such tests at contractor cost as the Engineer-in-charge may direct at the place of manufacture or fabrication or on the site or at any such place. Contractor shall provide assistance, instruments, labour and materials as are normally required for examining, measuring and testing of any work or workmanship as may be selected and required by Engineer-in-charge. All tests necessary in connection with the execution of work as decided by Engineer-in-charge shall be carried out at an approval laboratory at contractor’s cost.

OPERATION AND MAINTENANCE PHASE:

Operation and maintenance of the whole system for 2(Two) months which can be extendable for further 2 months after successful trial run of the system. The period of the operation can be extended by GSECL as per requirement and the contractor should extend its services for the extended period at the same rate quoted per month for the O&M period. No escalation shall be paid for the extended period.

Page 14: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

14

Power: Power during execution phase shall be arranged by the contractor. However during O and M phase, power required for operation shall be provided by GSECL to the contractor, free of cost. In spite of this, in case of interruption in power supply, the water supply shall not be affected. Thus the contractor shall arrange for a Diesel Generator to run the system. No extra cost shall be paid on account of DG HIRING charges including diesel used for operating Diesel Generator set and for operator.

OPERATION AND MAINTENANCE OF SYSTEM

� Operation and maintenance of the pumping machinery, motors, piping, entire electrical, mechanical, instrumentation works for a period up to 2 months ( Can be extended for another two month) and extension thereafter including the contractor’s operators, supervisors, spares, tools, etc. During this period the contractor shall run the system and maintain the same at his cost. GSECL shall provide power and water, free of cost. Rest of the things shall be arranged by the contractor.

� Minimum number of O&M staff required shall be as detailed in the table below.

� The contractor shall submit O and M schedule and all the equipments/units shall be maintained as per the schedule submitted.

� The contractor shall be responsible for operating all electrical, mechanical, piping and instrumentation works. Maintain all equipment’s in good working conditions as per the O and M manual. Maintain log / record books. Submission of Monthly O and M report.

� The contractor shall arrange for necessary tools and tackles required for day to day routine maintenance, preventive maintenance and breakdown maintenance. Also all repairs involved in running the system shall be carried out by the contractor in the O and M period. Contractor shall submit report on the repairs required to be carried out and how these repairs will be undertaken to the Engineer in charge and obtain written approval from the engineer in charge before carrying out the major repairs.

� If department finds that O and M work is not as per the department requirement then the Engineer in charge shall give a notice in writing for employment of manpower as per requirement and recover penalty as specified in the tender. Even after issue of this notice contract fails in to provide staff as per departmental requirement, then department can terminate the O and M and amount of SD shall be forfeited.

� Contractors prime responsibility is to supply uninterrupted water to the Thermal Power Station at

required rate i.e. 23 cusec(max) failure to do so will lead to penalty at the rate of Rs 50,000.00 (rupees fifty thousand) per hour or part thereof for the period of non-supply of water to plant subject to cap of Rs 5,00,000/- (five lakh) per each occasion of non-supply of water to plant.

CONTRACTOR’S ORGANISATION AND ADMINISTRATION OF THE CONTRACT . 1. The contractor shall provide following minimum experienced technical, supervisory, administrative

and non technical personnel and labor to operate and maintain the system properly, safely for the full term of the O & M contract period.

Sr. No. Category No. Of persons to be Employed 1 Plant Manager/Engineer In charge 1 2 Engineer /Shift In charge 3 (01 no per shift ) 3 Operators 3 (01 Nos. per shift) 4 Helpers/Non Skilled Labours 3 (01 No. per shift) 5 Security Guards 12 (04 No. per shift)

2. Providing the above minimum required staff does not relieve the contractor from his responsibility

of supplying uninterrupted water to the Thermal Power Station at required rate. For this the contractor has to maintain all the required manpower, tools, tackles, machineries to ensure the uninterrupted supply.

3. The qualification and capability of the contractor’s personnel shall be appropriate for the task they are assigned to perform. The staff provided shall be fully trained in the operation of the mechanical

Page 15: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

15

and electrical machinery before being given responsibility for operation any part of the System. If in the opinion of the engineer in charge any member of the contractor’s staff is considered to be

4. insufficiently skilled or otherwise inappropriate for the task he required to perform, he shall be replaced by the contractor with a person with the appropriate skills and experience for the task, to the satisfaction of the engineer in charge. The contractor will be requiring submitting to the client, the schedule of manpower and “organization chart “.

5. Contractor shall have to provide minimum diploma (DME/DEE) engineer for over all supervision

and maintenance job. 6. All the operators should have passed wire man examination with proper experience. 7. The engineer will always remain in contact with engineer in charge of GSECL and follow his

instructions. The contractor shall have to issue identify cards with photograph to all staff employed for operation and maintenance, otherwise they will not be allowed to operate the System.

8. The contractor shall employ all the required staff from the day one of commencement of the O and M period. Failure to do so will lead to penalty.

MAINTENANCE:

1. The maintenance service provided by the contractor for the period specified in the contract shall

ensure the continuous operation of the System as per GSECL schedule and that the break down or deterioration in performance, under normal operation conditions, of any items of equipment, component, parts thereof will not be tolerated.

2. The contractor shall carry out the maintenance of the System installations in accordance with

requirements of the O & M manual and also to the approved maintenance plan as mutually agreed. 3. The contractor shall adhere to the manufacturer’s recommendation with respect to equipment

maintenance the types and grades of lubricants to be used, frequency of lubrication; adjustment to be made regularly and recommended spares to be held in store.

4. The contractors to operate and maintain all equipment as recommended in the O & M manual and

maintain log books and records of the work carried out keep them in good working condition. The engineer in charge shall approve the format of logbooks and records.

5. The contractor shall prepare and implement an effective System well maintenance program in

consultation with the engineer in charge .It is absolutely the contractor’s responsibilities to look after all sorts, of maintenance whether routine, preventive or breakdown or any other type of maintenance. The contractor will be responsible to carry out day to day as periodic maintenance necessary to ensure smooth and efficient performance/ running of all equipment.

6. Contractor shall have all the time available motor boat/barge of suitable capacity and facility to access, lift and repair the pumps in any emergency. No extra cost shall be paid for such facility DOCUMENTATION / REPORTS:

1. The contractor will be responsible for keeping and updating records of document including history card for equipment and maintaining everyday logbook. The contractor shall maintain in and update logbook and details of operational parameters are recorded in every shift at regular intervals (e.g. hourly or as agreed mutually by the engineer).

2. Printing of log sheets, register and all necessary stationary required maintaining records of operation and maintenance has to be arranged by the contractor at his cost.

3. The contractor shall submit to the engineer within first seven days of every month, copy of the

monthly O & M report. This report must include the following.

Page 16: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

16

(a) The duration of each pump set operation per day. (b) Power consumed by each pump set per day. (c) Preventive maintenance work carried out the previous week (d) Preventive maintenance work that will be carried out the next week (e) Maintenance carried out due to fault/ break of equipment. (f) The details of each pump set that was not available for operation due to preventive

maintenance of equipment related to that pump set. The details shall include numbers of hours the pump set could not be operated and whether stand by capacity was available to put it in to operation.

(g) The numbers of hours each operation and maintenance present per day and for the present week.

(h) Details of repairs carried out. (i) Details of parts and consumable replaced. (j) Water supplied to TPS in CUSEC per day shall be measured by mutually acceptable

measuring method/equipments/devices and cost of the same shall be borne by agency.

SAFETY, GENERAL CLEANLINESS & ENVIROMENT PROTECTION

1. The area within the premises of system shall be kept dust free including all electrical & accessories.

Sufficient care should be taken to clean the equipments after disconnecting the equipment’s main supply line. This is a must for safety of equipments & persons.

2. First aid box should be kept in the pump house. 3. Contractor is advised to keep a steel cupboard with lock & key for keeping records, instruments,

hand gloves tools etc. in the pump house. 4. The contractor shall be responsible for any accident/ injury to the staff Employed by him. TOOLS AND TEST EQUIPMENT:

A complete set of necessary tools and equipment required for operation and maintenance of the system shall be available with the contractor. This shall enable erection, dismantling and testing to be carried out of any part of the plant whether of an electrical, mechanical or other nature during the contract period. All tools & test equipment shall be provided by the contractor at his expense.

TOOLS, TACKLES AND INSTRUMENTS TO BE KEPT BY CONTRA CTOR FOR

MAINTENANCE:

The contractor is required to keep enough tools & tackles for maintenance of System.

MAINTENANCE AND / OR REPAIRS:

1. The contractor shall maintain replacement parts like power contacts, auxiliary relays, fuses for all types of starters.

2. Repairs & maintenance of HT panel, LT panel, GOD switch, with lugs, glands, repairs of VCBS &

ACBS including all protective devices including indicating lamps, Voltmeter, Ammeter Switch, SFUS incorporating in HT/LT/ATS panels. Indoor, outdoor H.T. cable jointing using complete kit for H.T. cable or GOD switches H.T. panel and transformer. Termination of L.T. cable using gland, lugs with crimping tool at L.T. Panel. A.T.S panel, motor, capacitor etc binding of D.O fuse of G.O.D switch. After GSECL metering point, the contractor has to maintain and repair entire electrical installation.

3. Repairs of valves with gland packing, rubber packing, gaskets, hardware items replacement of

spindle nut of valves 4. Repair & maintenance of tube lights inside as well as porta cabin

Page 17: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

17

5. For operation of valves, keys with handle shall be kept by contractor. These will be of regular use

for opening & closing of valves at pipeline junctions. 6. Manuals for various equipments will be provided by the contractor. 7. Necessary parts of coupling pumps like coupling bolts, rubber bush bur, pressure gauge, and wheel

valve lamps for illumination shall be kept by contractor and replacement shall be done whenever required. Grease & oil required for lubrication & cooling will be provided by contractor.

8. All leakages from equipment and pipelines should be attended immediately without delay. 9. Winding of all motor, auto transformers and all types of maintenance of pumps shall be done by

contractor in case of failure. 10. Contractor is advised to keep fast moving items in stock like indicating lamps, control fuses,

spindle & nut of valve, chindi waste, grease, etc. so that the plant can be maintained.

11. The contractor will have to make his own arrangement for welding machines, gas cutting machine torches, welding rods when required for repairs. However these need not be kept at the pump house.

12. If required replacement bush, bearing of all type of pumps and motors shall be done by the

contractor. 13. Recording of readings of level, flow, total head power ampere & voltages, p.f. shall be done by the

contractor. PREVENTIVE MAINTENANCE CHECKS:

1. The contractor shall adopt a preventive maintenance check’s schedule as agreed mutually between

the contractor & the engineer in charge. 2. The following checks to be performed daily contractor’s personnel. (a) Whether there is a change in the sound of running pump motor abrupt changes in bearing

temperature & seal leakage (b) The pump capacity power consumption & vibration level to check outage is required to address

deterioration of specific performance values. 3. The following checks to be performed weekly by the contractor’s personnel (a) Pipeline & valve leakage. (b) Functioning of non-return valve (c) Tightness of all electrical connection. (d) Tightness all cable connection (e) Temperature rise due to lose connections. (f) Watering of earthling pits (g) Operation of valves (h) Current & voltages in all electrical equipment. 4. The following checks to be performed monthly by the contractor’s personnel (a) Gland packing (b) Wear & tear of moving parts (c) Adopting of electrical energy conservation methods & energy consumption (d) Electrical contacts (e) Motors 5. The following checks to be performed quarterly by the contractor’s personnel

Page 18: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

18

(a) Cleaning checking / tightening of panel. (b) D B capacitor bank 6. The following checks to be performed annually by the contractor’s personnel (a) Vibration trends should be reviewed If the pump is trending towards unacceptable vibration levels (b) Overhauling requirement of all equipment (c) Improvement required if any in operation of plant 7. The replacement of all electrical & mechanical equipment, if required, will be done by contractor.

List of major electrical & mechanical equipments: a) All type of Pumps b) All type of Motors c) H T Panel d) L T Panel e) Transformers f) Capacitors g) HT / LT Cable h) Pipe fittings i) Pipes j) GOD switch with DP structure k) All types of Valves

8. The replacement of PARTS & COMPONENTS of all the equipment i.e. electrical & mechanical machineries shall be done by contractor. The level and quality of oil in all types of transformer shall be checked regularly by the contractor and if filtration or replacement or addition of oil is require that shall be contractor’s responsibility.

SCHEDULE OF SALARIED PERSONNEL Break – Up The contractor shall employ the minimum staff as below under various categories for Comprehensive Operation, Maintenance & Repairs of electrical & mechanical works shall indicate their Salary as applicable. Sr. No. Category No. Of persons to be Employed 1 Plant Manager/Engineer In charge 1 2 Engineer /Shift In charge 3 (01 no per shift ) 3 Operators 3 (01 Nos. per shift) 4 Helpers/Non Skilled Labours 3 (01 No. per shift) 5 Security Guards 12 (04 No. per shift)

Note: 1) The payment to be made to all employees should not be less than the minimum wages finalized time to time under Labor Law. 2) During the absence of any personnel substitute shall be arranged by contractor and Arrangement of reliever for weekly off / all holidays etc. shall be made by the contractors. Under no circumstances any work shall be left unattended just because of lack of manpower. 3) Due to strike by the contractor’s employee the O&M must not be affected & the property of GSECL should not be damaged in such case any dispute / discrepancy occur the decision of EIC of work in charge will be final & will be binding to the contractor. Also if any expense will be made by GSECL, it will be deducted from contractor’s bill / S.D. 4) Require number of labors shall be arrange by contractor for every type of operation & Maintenance. In case of non-compliance of the any of the above mentioned manpower due to any reason, the recovery / deduction, at the rate as mentioned below. Sr. No. Category Penalty in Rupees per day/per person 1 Plant Manager/Engineer In charge 10000 2 Engineer /Shift In charge 5000 3 Operators 3000 4 Helpers/Non Skilled Labours 2000 5 Security Guards 1500

Page 19: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

19

The contractor has to complete / execute within the quoted cost, any such item of work – the execution of which is considered necessary for satisfactory completion of work by incorporating such items / equipment even if it is not specifically mentioned in the tender document.

DISMANTLING AND BUY BACK PHASE:

After completion of O and M phase, the contractor shall dismantle all the items executed by him. All the items shall be dismantled by the contractor and the rate for such item shall be paid as per the rate quoted in the tender. The dismantled items shall be carried away from site and disposed by the contractor. The contractor shall make good, all items of GSECL damaged during dismantling. SIGNATURE OF CONTRACTOR CHIEF ENGINEER (GEN) GSECL, UKAI, TPS

Page 20: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

20

SPECIAL NOTE FOR PRE-QUALIFICATION Name of work: Providing and laying of pipe line from Ukai Saddle Dam to intake point of UKAI TPS parallel to ULBMC for supplying 23 cusec water to TPS UKAI and 2 cusec to Colony at GSECL, UKAI.

The tender documents are of two separate bids i.e. technical and price bids. Bidder is requested to submit the technical bid with the following credentials for post-qualification.

1. Bidder should produce evidence of having experience of successfully completed OR ongoing works having satisfactory progress of similar works as defined hereunder, carried out in Central & State Government / Semi-Government / GSECL / GETCO / DGVCL / MGVCL / UGVCL / PGVCL, during the last seven years ending last day of the month previous to the one in which tender is invited. Bidder should submit self-attested copies of documentary evidence, preferably photo copies of work completion certificate, certificate regarding works on hand progressing satisfactorily along with certificate of amount of work done, work order with Schedule-B, etc. from the respective department. The amount of work completed OR ongoing works should be either of the following:-

a. Three similar completed works each costing not less than the amount equal to 40% of the estimated cost.

OR b.Two similar completed works each costing not less than the amount equal to 50% of the

estimated cost OR c. One similar completed works each costing not less than the amount equal to 80% of the

estimated cost

Similar nature of work i.e. Supplying, Laying, Jointing, Testing And Commissioning Of Raw water Metallic pipeline of above 600 mm diameter for 10 km in 6 months period; including supply, installation and commissioning of related pumping station on Pontoon structure. (attach Completion certificate issued by The Engineer In-charge of the respective organization giving the details like capacity, type of work etc., along with mention of successful testing of the system). The above experience shall be within last seven financial years for which Form -3A/11 must be required. The experience of works executed in Government (State/Central), Board, Corporation, and Government Undertaking /Organizations of state & central government shall only be considered for evaluation for pipeline jobs. However, experience certificate of private firm is acceptable for pontoon jobs.. The experience of sublet works in case of pipelines shall not be considered. For the bidders not having experience of designing, supplying and construction of Pontoon structures should have MOU with agencies/suppliers of Pontoon structures with experience of designing, supplying and construction of such structures.

Experience certificate of work executed with private firm shall not be accepted. Experience as a joint venture or sub-contractor is not allowed and price bid of such bidders will be rejected. Also joint venture bid will not be allowed.

2. EMD: To pay EMD in form of DD OR in form of B.G. given by bank as described in the Annexure – I.

3. Tender Fee: The tender fee shall be accompanied in the form of DD.

4. Separate employee’s provident fund code number towards registration of firm with

Regional P.F. Commissioner.

5. Latest bank Solvency Certificate of any Bank as listed in Annexure- I for a sum of minimum 20% of estimated cost of this work, i.e. Rs. 2,33,53,565.00/- not more than 12 months old.

6. Attested copy of relevant document duly signed and sealed on each and every page shall be Submitted

Page 21: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

21

7. Declaration form in original duly notarized on stamp paper of Rs. 100/- (As referred in Tender Notice)

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. On opening of Technical Bid, if any required attested documents are missing in technical bid submitted by the bidder, and tender inviting authority is in the opinion that in absence of these documents sufficient competition is not possible, in that case to have fair competition, the tender inviting authority may inform only once by Registered post/Mail to bidder/bidders to submit the missing required documents within stipulated time limit and failing which bidder/bidders will be declared technically disqualified for not submitting the required documents along with technical bids without any further notice. However, document will be considered valid only if it is for the period of last day of month previous to the one in which tenders are invited.

Sign of contractor CHIEF ENGINEER (GEN) GSECL, UKAI, TPS

Page 22: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

22

GENERAL INSTRUCTIONS TO THE BIDDERS 1. SUBMISSION OF TENDER

The tender should be submitted in one sealed main envelope marked MAIN COVER. Tender number & name of work should be written on the cover.

Technical bid cover:-

This cover shall contain all relevant attested qualifying documents as prescribed in tender notice along with tender fee & EMD.

Note: -If attested copies of qualifying documents stated as prescribed in tender notice are not

found in on-line Technical bid, but documents received in physical form (i.e. in the Technical Bid Cover) will be treated as final to consider the bid for pre-qualification. Any missing documents, if required will be asked from the bidder as mentioned in this tender elsewhere.

Price bid:- The price bid shall have to be submitted online only. The percentage rates and price shall be written in figures. Offered rate shall include cost of all Materials, wastage of material, Labours for all leads and lifts, supervision, setting out works, Machinery and equipment with its mobilization / demobilization, transportation charges, Clearing of the site both prior to commencement and after completion of work. Consumables such as, but not limited to petrol, oil, diesel, lubricants, drill bits, pipes, ropes etc. Construction facilities such as scaffolding, tarpaulins, wind break, etc., Overheads / profits of Contractor for due performance of the work under this contract. 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. Contractor has to ascertain that whether he is availing abatement for Service Tax purpose or not. If no clarification is received, it shall be assumed that the contractor is availing benefit of abatement. Further information required, if any, can be had from the office of the Chief Engineer, GSECL, Ukai, TPS. But it must be clearly noted that the tenders must be received complete in every respect by the due date and time.

i. The bidder must clearly quote rates in figure as well as in words. In case of any discrepancy,

whatever written in words shall prevail. ii. No deviation in terms & conditions, Schedule-B and technical specifications will be

entertained. Any ignorance for this shall not relieve the contractor from his contractual liability arising as per tender documents and conditions contained in it.

iii. The bidders are required to quote only firm prices. No variation will be accepted on price/ raw materials/ finished products or on any other cause.

iv. The bidders should note that the completion of above mentioned works in all respect in accordance with the time limit given is very important and should be strictly adhered to. The work is to be completed in time limit from the date of issue of written order to commence the work by the Chief Engineer (Gen.), GSECL, Ukai, TPS.

v. The bids should be valid for a minimum period of 180 Days from the date of opening of technical bid. During this period tenderer shall not be allowed to withdraw their tender and if withdrawn, the Earnest Money Deposit submitted with the tender will be forfeited.

vi. The works covered under these specification shall be carried-out and governed by “Tender

Page 23: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

23

and contract for Works” booklet appended herewith except where conditions specified in this specifications.

vii. The successful bidder shall have to enter in to an agreement for contract as per G.S.E.C.L rules on a stamp paper of Rs.100/- and necessary stamp duty charge shall be borne by the contractor/consultant.

viii. The complete specification comprises of the following. Bill of Quantities (Schedule-B), instructions to the bidders, Tender specifications and scope

of work, Tender and contract for Works booklet, General Conditions, Instructions to bidder & Technical specifications. All these sections are complimentary to each other. The particulars and requirements contained herein shall cover the execution of the works covered under these specifications.

ix. The tenderer must visit the site of works and see for himself the site conditions regarding availability of approach road during all seasons and other matters affecting the above works before submitting the tender.

x. The submission of tender by a contractor implies that he has read these instructions the conditions of contract etc. and has himself aware of the scope and specifications of the work to be done and of conditions and local conditions and other factors bearings on the execution of the works. GSECL will not therefore after acceptance of contractor's rate pay any extra charge for any other reason; in case the contractor is found later on to have misjudged the site condition.

xi. GSECL’s authorized officers who accepts tender, shall have the right of rejecting all or any of the tenders and will not be bound to accept the lowest offer nor to assign any reason whatsoever for the rejection of any tender or all tenders.

xii. Bidders shall provide evidence of their continued eligibility to the satisfaction of the owner. xiii. Bidders shall not be listed under a declaration of ineligibility for corrupt or fraudulent

Practices issued by the Govt., the list of black listed Contractors announced by GSECL (erstwhile GEB) Govt. of Gujarat or its Public Sector undertakings or the contractors who are under stop dealing in GUVNL and /or their any subsidiary company viz. GETCO/MGVCL/UGVCL/PGVCL/DGVCL.

xiv. The bid, and in case of a successful bid, the Form of Contract Agreement, shall be signed with the name of Firm / company which will be legally binding on all partners / parties.

xv. If the application is made by an individual, it shall be signed by the individual above his full typed written name and current address.

xvi. If the application is made by a proprietary firm. It shall be signed by the proprietor above his full typed written name and the full name of his firm with its current address.

xvii. If the application is made by a partnership firm, it shall be signed by all the partners of the firm above their full type written names and current addresses or alternatively by partner holding power of attorney for the firm in which case a certified copy of the power of attorney shall accompany the application. A certified copy of the partnership deed, full names and current addresses of all the partners of the firm shall also accompany the application.

xviii. If the application is made by a limited company or a Corporation, it shall be signed by the authorized person holding power of attorney for signing application in which case a certified copy of the power of attorney shall accompany the application. Such Limited company or Corporation may be required to furnish satisfactory evidence of its existence before the pre-qualification evaluation. They should also furnish Articles of Memorandum of Association. If the application is made by group of companies, it shall be signed by the authorized person. The authority letter shall be accompanied with the application.

2. SECURITY DEPOSIT

As per the prevailing rules of the GSECL, successful bidder have to pay Security Deposit (S.D.) equivalent to 5 % of the contract value. The same shall be paid in DD or in the form of Bank Guarantee on any of the banks describe in Annexure-I as per the GoG notification issued from time to time will be applicable. Total S.D. equivalent 5% of contract value shall be paid to GSECL within 10 days along with acceptance of LOI. After lapse of 10 days, if successful bidder not paying SD then, RPAD notice will be issued to the successful bidder mentioning that on failing to pay security deposit within next 07 days from the date of issue of RPAD Notice the EMD will be forfeited. However, Tender inviting authority at his discretion may decide and prolong the time period for paying of the Security Deposit as per the

Page 24: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

24

urgency of the work. In case successful bidder is not at all responding within notice period or withdraws his offer then his EMD shall be forfeited and he will not be allowed to participate in the tenders invited from Ukai, TPS office for the period of One year and further action shall be taken as per the norms of GSECL. The security deposit amounting to 5% of the contract value shall be released on finalization of final bill OR after 06 (six) months of successful completion of the work, whichever is later.

Additionally, a Bank guarantee amounting to the value of BUY BACK value quoted in the Price bid shall be submitted by the contractor along with SD and prior to the commencement of work. No payments shall be made without submission of BGs. This BG shall be released after the contractor has submitted the amount of BUY BACK quoted in the Price bid.

3. MAINTENANCE: i] The contractor shall be responsible to make good and remedy at his own expense any defect

which may develop or may be noticed before the O and M period mentioned hereunder from the certified date of completion. In the case of failure on the part of the contractor, the Engineer-in-charge may rectify or remove or re-execute the work at the risk & cost of the contractor. The defects liability period shall be up to the completion of O and M from date of commissioning of system.

� PENALTY DURING THE O AND M PHASE: Contractors prime responsibility is to supply uninterrupted water to the Thermal Power Station at required rate i.e. 23 cusec(max) failure to do so will lead to penalty at the rate of Rs 50,000.00 (rupees fifty thousand) per hour or part thereof for the period of non-supply of water to plant subject to cap of Rs 5,00,000/- (five lakh) per each occasion of non-supply of water to plant.

4. TIME LIMIT FOR WORK: The scheduled time limit for the completion of execution phase work shall be 4 calendar months from the date of issue of letter to commence the work. However extension in time limit will be granted by GSECL for the genuine reasons only as per terms of the contracts. Contractor should note that since work is to be completed during the monsoon season the events like heavy rain, hurricane, etc cannot be account for in force majeure and no extension shall be granted for such events. Time Schedule of the work: Execution phase: 4 Months from the date of written order to commence the work. Additionally 15 days for trial run of system. O and M phase: About 2 Months (can be extended for another two months) from the date of finish of Trial run. The period of the operation can be extended further and reduced by GSECL as per requirement Dismantling/Buy back phase: 2 months from the date of finish of O and M phase

5. TERMS OF PAYMENTS:

Contractor shall be paid RA bill after observing GSECL’s general procedure and submission of bill by the agency. Also, 75% payment shall be made immediately within a week period on receipt of recorded bill by Account Section after observing statutory compliances related to taxes. However, remaining balance 25% amount shall be released only after through checking of detail bill and verification of all other required complainces within 30 days of receipt of bill in accounts section. The above payment term is applicable to all the bills of general civil works & ARC/BRC works, provided the bills are recorded regularly and submitted to Account Section within Sixty [60] days. If the contractor fails to submit the bills regularly in such a way so that the same cannot be recorded and submitted to account section within Sixty [60] days, ad-hoc payment

Page 25: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

25

as stated above, may not be released and payment will be released as per GSECL’s general procedure. The period of Sixty [60] days shall be considered from the date of receipt of last R.A. Bill by Account Section.

6. ASSIGNMENT: The rights and liabilities of the contractor shall not be assigned or transferred by them without the consent in writing of the GSECL to any other person, firm or organization.

7. The successful Bidder, on receipt of letter of intent will submit within a week's time his planning / programme of works, for scrutiny of the GSECL in a Bar Chart format, clearly indicating GSECL's inputs also. Contractor will plan his works such that simultaneous work should progress in such a way that entire job is completed in scheduled time limit on all the fronts released by GSECL.

8. The successful bidder will have to depute his authorized representative to attend progress review

meetings to be held at GSECL, Ukai, TPS without any extra cost.

9. 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 contract, the same amount will be deducted from the Contractor's bill.

10. The time limit for completion of work is stipulated as in the tender will be adhered to.

11. The Contractor's rates should be firm and no variation clause is to be quoted by the Contractor and

GSECL will not accept the same, during contractual period including extended time limit if any.

12. BIDDER TO STUDY, ANALYSE & CONSIDER: a) The information given in this specification is in good faith and meant to serve as a guide to the

Bidder. It is, therefore, imperative that Bidder shall obtain and examine for himself all the drawings, data, information and particulars required for the satisfactory execution of the work under this tender. The submission of a bid by Bidder implies that he has fully read the specifications, bid drawings, instruction to the bidder along with Contract Document and Conditions of Contract, applicable labour laws, safety norms etc., and has made himself aware of the scope and the specifications for the work to be performed and local conditions and other features which have a bearing on the cost and execution of the work. 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 Purchaser. Special techniques approved by the Purchaser shall be used if and where found necessary. This specification shall have precedence if anything contrary to this is stated elsewhere in the contract documents. The Purchaser’s decision shall be final and binding on the contractor on any issue arising out of such discrepancies.

b) Inspection of site by bidder: Before submission of his bid, Bidder shall inspect the site, examine and obtain all information required and satisfy himself regarding matters such as:

• weather characteristics, • Location of site and access, right of way, means of communication & mode of Transport to site, • The type and number of equipment and facilities required • The quantity of various items of the work. • The availability and rates of material. • Labours condition. • Local working conditions, obstructions and hindrances that may arise etc. • Power house, which is under running conditions. • Required GSECL’s security checks. • All materials brought to site only after making entries in security register at Control gate

c) These factors are likely to affect the satisfactory completion of work and or cost thereof. The

submission of a bid by the Bidder will be construed as evidence that such an examination was made and any later claims/ disputes in regard to rates quoted shall not be entertained or

Page 26: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

26

considered by the GSECL. d) The site visit shall be done by the bidder on his own responsibility and all liabilities including

cash, arising out of the site visit shall be at the bidder’s account. e) Contractor’s scope of work shall also include making all necessary arrangements for access to

work sites, stores and site offices etc. from the nearest approach road to facilitate transportation of man power, machinery and equipment duly considering the existing site conditions. No extra claims / costs will be entertained by GSECL.

f) The bidder shall carefully study the work to be carried out & consider all the factors & shall take into account &consider all the factors such as lead, lift haulage of materials, sequence of construction, etc. & shall allow for all such information / data in the rates quoted.

g) The GSECL will not pay any extra charges or rate for any reason in case the contractor claims, after acceptance of contract to have misjudged the site condition. Ignorance of the intents and contents of the specification document and site conditions shall not be accepted by the Owner as basis for any claims for compensation.

h) BIDDER shall inspect the site, examine and obtain all information required and satisfy himself regarding matters such as sub-surface conditions, water records, access to site, communication, transport, right of way, the type and number of equipment and facilities required for the satisfactory completion of work, the quantity of various items of the work, the availability and rates of material, local working conditions, uncertainties of weather, obstructions and hindrances that may arise etc. which may affect the work or cost thereof, before submission of his bid. Ignorance of site conditions shall not be accepted by the ENGINEER IN CHARGE as basis for any claim for compensation.

i) The rates quoted by BIDDER shall be based on his own knowledge and judgment of the conditions and hazards involved and shall not be based on any representations of the Engineer in Charge. No claim on this account shall be admitted by the GSECL.

j) The bidders shall submit their offer without any deviations in general terms and conditions of the contract or in technical specifications.

k) Tenders received after the time and date specified in the tender notice will not be accepted. Once the offer is submitted by bidder before due date of submission, the bidder shall not be allowed to submit revised/ additional/ modified offer even before due date and time of submission of tender. However, if the date of issue and/or submission of tender are extended by the Corporation due to any reason, the bidder may submit if their wishes the revised/additional/modified offer before extended due date and time of submission.

l) 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 deferring from the technical specifications or the method of bidding in a radical manner may also be rejected.

m) The bidder shall be presumed to have carefully examined the drawings, conditions & specifications of work & to have fully acquainted themselves with all details of the site conditions, locations, materials, geological & weather characteristics, labour conditions & in general all the necessary information and data etc. pertaining to and need for the work.

n) 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 Purchaser. Special techniques approved by the Purchaser shall be used if and where found necessary. This specification shall have precedence if anything contrary to this is stated elsewhere in the contract documents. The Purchaser’s decision shall be final and binding on the contractor on any issue arising out of such discrepancies.

o) Each bidder shall also submit a 'Declaration' to the effect that the tenderer is an engineering construction firm or an association of firm or firm which has successfully carried out large works of this nature and has adequate organization and experienced personnel to handle this type and magnitude of work. Information should also be given regarding the constitution of the firm; it’s authorized, subscribed & paid up capital, the date & place of registration, the place of business, the names of the directors and other relevant information.

p) It is the intent of the ENGINEER IN CHARGE 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.

q) Each page of the bid document including the bid drawings shall be signed, stamped and dated in ink by the BIDDER as a token of having examined the same. Any correction in price and the rates entered in the Schedule of Price shall also be signed and dated by the BIDDER in ink, before submitting the bid. Non-compliance with this condition will make the bid liable for rejection.

Page 27: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

27

r) All safety measures as required to be adopted as per the Statutory Regulations and the Safety Rules of the Plant shall be strictly followed by the Contractor during the execution of the Contract. The Contractor shall set up a suitable safety organization of his own in this regard.

s) In connection with the execution of the Contract, the Contractor shall comply with all applicable statutory Rules & Regulations including employment of labours at site.

t) The Contractor shall carry out any and all such works, as may be required, for civil work to be completed in all respect as per the Contract Specification.

u) If the GSECL Engineer-in-Charge is not satisfied with the progress of work at site, he shall direct the Contractor to depute more numbers of supervisory personnel/workers to meet the completion schedules as per the Contract. Upon receiving such direction, Contractor shall deploy additional personnel within 7 days without any extra cost.

v) The GSECL may during the progress of work, order the removal of part or whole of the work executed, found not in accordance with the specifications/ instructions. No extra claims shall be entertained for re-executing or altering of such work.

13. SAFETY MEASURES The contractor shall ensure the safety of workers, material and structure including existing

structures during execution of the contract. Safety measures shall be followed during operations of equipments/machinery being used. No separate payment shall be made for the safety measures and the quoted rates shall include the cost for all safety measures.

14. COMPLETENESS: Any technical services as set forth here in above and which might not have been specifically mentioned in this Contract relating to the work or in the specifications and which are not expressly excluded therefore but which are necessary for the performance in accordance with the specifications as an integral part of the painting and misc. Civil works shall be rendered by the Contractor without any extra cost.

15. TOTAL RESPONSIBILITY The Contractor shall be solely responsible for the entire technical works / services irrespective of works / services have been made /rendered by him.

16. PAYMENT TO THE LABOURES :

(a) Contractor has to pay the CPF as well as salary to his skilled/unskilled manpower by cheque

A/c payee only, as per minimum wages & prevailing applicable rules on or before 7th day of next month.

(b) Contractor has to produce challan of PF with list of employees. (c) Contractor shall have to make payment to his labours in presence of Personal Officer (Estt.)

GSECL, Ukai, TPS.

17. CONTRACT AGGREMENT ON ACCEPTANCE: • 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.

• 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 Engineers of the GSECL shall be communicated to Chief Engineer (Gen.), Ukai Power Station, Gujarat State Electricity Corporation Limited.

18. UNSATISFACTORY PROGRESS OF THE WORK:

If the work is found not progressing as per the requirement or found not satisfactory then GSECL

will take such action to get the work done through the other agency at agency’s risk and cost with 15% supervision charges and same will be recovered from agency.

19. The EMD will be returned promptly to the unsuccessful bidder except that of L1, L2 & L3 till the

successful contractor pays the Security Deposit as mentioned in tender document or after the expiry of the validity of the offer, whichever is earlier.

Page 28: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

28

The EMD will be returned to the successful tenderer after he furnishes the Security Deposit for the

tender work. If he fails to furnish the SD, his EMD shall be forfeited and the tenderer will not be allowed to participate in the tenders invited by this office for a period of ONE Year in respective Power Station. The EMD in form of Bank Guarantee shall be valid for Twelve Months from the date of submission of the tender.

20. Effect and validity of Bid: The submission of bid with these documents and specification shall

constitute an agreement that bidder shall have no cause of action or claim against the GSECL for rejection of his bid. The GSECL shall always be at liberty to reject or accept, split any bid or bids at its sole discretion and any action will not be called into question and the bidder shall have no claim in that regards against the GSECL.

21. Stop Deal / Banned for business dealing / Blacklisting :- • Has submitted fake, false or forged documents/certificates • Has revised/ withdrawn price bid after opening of Techno-commercial bid, until and unless

it is sought for, • Has tempered with the stipulated tendering procedure. • Has refused to accept Letter of Acceptance / Purchase order / Work Order after the same is

issued by the company within the validity period and as per agreed terms and conditions, • Has committed breach of contract or has failed to perform a contract or has abandoned the

contract, • Has failed to provide suitable expertise for the work as per pre-scheduled program. • Has failed to submit all the necessary tests reports / documents within time scheduled / as

per company’s time limit, as mentioned in the LOA, if the Letter of Acceptance (LOA) is placed subject to submission of type reports / documents to the firm.

• Has indulged in construction and erection of defective works. • Has supplied inferior quality / defective materials and refused to replace with stipulated time

frame, as specified by the company, • Has substituted materials in lieu of materials supplied by the company or has not returned or

has short returned or has unauthorisely disposed of materials / documents / drawings / tools or plants or equipment supplied by the Company,

• Has involved in malpractices such as bribery, corruption, fraud, canvassing and pilferage, • Has unauthorisely obtained official company information or copies of documents, in

relation to the Tender / Contract. • Has failed to follow the stipulated mode of communication, if specified by the tendering

authority / Purchaser. • Has parted with, leaked or provided confidential / proprietary information of the company

given to the firm only for its use (in discharge of its obligations against an order) to any third party without prior consent of the Company,

• Any other ground for which in the opinion of the Company makes it undesirable to deal with the Firm

• In case the state Government directs the Company to place a firm in stop dealing / banned for business dealing / blacklisting.

Sign and seal of Contractor CHIEF ENGINEER (GEN) GSECL, UKAI, TPS

Page 29: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

29

SECTION-C: � GENERAL CONDITIONS OF CONTRACT

Page 30: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

30

GENERAL CONDITIONS OF CONTRACT

1. DEFINITIONS :

(a) The Contract means the documents forming the tender and acceptance thereof, together with the documents referred to therein or individual work order in the case of term contract, including these conditions, schedules and/or additional conditions attached to the form of tender or individual works, order, rate schedule, the specifications and the drawings and all these documents, as applicable, taken together shall be deemed to form the contract.

(b) The “Tender Document” means the form of tender, the applicable schedules and/or additional conditions and the specifications and/or drawing as issued to the contractors for the purpose of preparing tender.

(c) The expression “Works” or “Work” when used in the condition of contract shall, unless there be something in the subject or context repugnant to such construction means, the works or the work contracted to be executed under or in virtue of the contract whether original or altered.

(d) The “Contractor” means the individual or firm or Corporation, whether incorporated or not, undertaking the words and shall include his or its legal personal representatives, successors and permitted assignees.

(e) “Corporation” means The Gujarat State Electricity Corporation Ltd. and the “Accepting Officer” means the Officer who is authorized to sign and signs the contract on behalf of the “Corporation”.

(f) The letter “EE” means Executive Engineer who in the case of measurement and lump sum contract, direct the contract and the letters “SE” means Superintending Engineer and “GM” means General Manager who administers and in the case of the term contracts, directs the contract.

(g) The “Engineer-in-charge” means all officers of the Corporation appointed by the General Manager to supervise the works or part of the works.

(h) “Approved” and “Directed” means the approval or direction of the Chief Engineer (Gen), Ukai, TPS to Superintending Engineer or the person deputed by him for the particular purpose.

(i) “BS.” means “British Standards” as issued by the British Standards Institution. “A.S.” means the “American Standards” as issued by the American Standards Institution, and “I.S.” means the “Indian Standards” as issued by the Indian Standards Institution. Wherever the above-mentioned abbreviations are referred to, in the specifications and/or work orders, they mean the addition with all amendments current at the date of issue of tender document of work orders.

(j) In the case of measurement and terms of contract “Specifications” mean those contained in Gujarat State Electricity Corporation Ltd. scheduled together with any amendments etc. embodied in the tender documents. “Drawing” refers to those incorporating the tender documents and/or any work orders referred therein.

(k) The “Contract Sum” means the sum accepted or the sum calculated in accordance with the prices accepted in the tender and/or the contract rate as payable to the contractor for the full and entire executing and completion of works.

(l) “The date for completion” is the date or dates of completion of the work or any part of the works set out or ascertained in accordance with the individual work orders and the tender documents or any subsequent agreed amendments thereto.

2. CONTRACTOR TO INFORM HIMSELF FULLY: A. Notwithstanding anything contained to the contrary in the specifications or tenders in

subsequent exchange of correspondence, the conditions of contract shall be binding on the Contractor and any change or variation expressed or implied, however made in the said conditions, shall not be valid or operative unless expressly sanctioned by the Corporation. The Contractor shall be deemed to have fully informed himself and to have special knowledge of the provisions of the conditions of the Contract herein contained.

B. The contractor shall be deemed to have carefully examined the work and site conditions, the general conditions, the special conditions, specifications, schedules and drawing and shall be

Page 31: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

31

deemed to have visited the site of the works and to have fully informed himself regarding the local conditions.

C. If there shall have any doubt as to the meaning of any portion of these general conditions or special conditions of the scope of work of the specifications or any other matter concerning the contract, he shall in good time before submitting his tender, send for the particulars thereof and submit them to the Engineer-in-charge in writing in order that such doubt may be removed.

3. CONTRACT DRAWING AND SPECIFICATIONS: � The contractor will be entitled to receive one set of agreement along with one certified copy of

accepted tender.

� The drawings which form part of these specifications show the work to be done in as much detail as is possible at the present stage. They will be supplemented by such additional detailed drawings as may be necessary as the work progresses. The contractor shall perform the work on these features and in accordance with these additional or revised drawings as the case may be and at the applicable rates as per the contract.

� The contractor shall check all drawings carefully and shall bring to the notice to the Engineer-in-

charge immediately of any errors or omissions discovered. The contractor shall not take advantages of errors or omissions of any kind in the drawings supplied.

4. INPUTS BY GSECL: 1. The electric power supply connection and power supply for construction / maintenance work

purpose shall be given at one mutually agreed point at work site free of cost by the GSECL. Further extension for construction/maintenance site as well as bore well site for using water will have to be carried out by the contractor as per requirement at their cost.

2. If there are any surplus quarters available after meeting the requirement of GSECL's staff, then GSECL will consider allotment of quarters on rent as per GSECL's rule.

3. The contractor will have to make their own arrangement of water for construction work as well as for their labourers at his own cost. If possible, water for construction purpose only at one point may be given as decided by EIC and recovery for water charges shall be affected at the rate of 2 % of the item in which water is used or quantity of water measured by meter system installed by contractor, rate of water supply will be charged at prevailing purchase rates of GSECL, for water supplied by GSECL is used as certified by EIC. In case of agency is installing bore well and pumps at his cost, after completion of work agency will hand over the bore well in good condition with pumps to the GSECL.

5. DATA TO BE FURNISHED BY CONTRACTOR: � The contractor shall submit to the Executive Engineer for approval within one week of the date

of contract, a layout plan of construction plant and equipment for the execution of work which the contractor proposes to adopt at site.

� Prior to commencement of work, the contractor shall submit to the Executive Engineer for approval, plans in triplicate showing the location of Major plant shop and storage buildings, storage yards, offices, contractor's power house including its services and housing facilities which he proposes to put up at site and also indicate the programme of the work.

� The successful bidder on receipt of letter of intent will submit within a week's time his planning/programme of works for scrutiny of GSECL in a PERT/Bar chart format, clearly indicating GSECL inputs also.

� 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.

� No change in the approved layout shall be carried out without specific written approval of the Executive Engineer.

6. ERRORS, OMISSIONS AND DISCREPANCIES: In all cases of errors, omissions, doubts or discrepancies in the dimensions, or discrepancies in the drawings and items of work in specification, reference shall be made to the Executive Engineer whose elucidation and elaboration shall be considered as authoritative. The contractor

Page 32: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

32

shall be held responsible for any error that may occur in the work thorough lack of such reference and precautions.

7. SECURITY DEPOSIT:

The contractor shall, within 10 days of the issue of letter of intent, pay 5% of the contract value in the form of the unconditional bank guarantee from schedule bank in lieu of cash or Government securities towards Security Deposit which will be accepted provided amount of security deposit payable exceeds Rs. 10,000/-. Security Deposit can also be paid as fixed deposit receipt as prescribed in Section F. After lapse of 10 days, if successful bidder not paying SD then, RPAD notice will be issued to the successful bidder mentioning that on failing to pay security deposit within next 07 days from the date of issue of RPAD Notice the EMD will be forfeited. However, Tender inviting authority at his discretion may decide and prolong the time period for paying of the Security Deposit as per the urgency of the work.

In case successful bidder not at all responding within notice period or withdraws his offer then his EMD shall be forfeited and he will not be allowed to participate in the tenders invited from Ukai, TPS office for the period of One year. All damages, costs, charges, expenses and other sums which may be or may become due or payable by the contractor to the Corporation under the terms of the contract, may be deducted from the cash in the proceeds of sale of the securities/bank guarantee so deposited (which the officer or person to whom the same may be endorsed as aforesaid is hereby authorized to sell/to encash for that purpose) or from the interest of any such securities or from any sums due or which may become due to the contractor by the Corporation or from the whole or the balance unpaid as aforesaid of the encashed securities so deposited being repaid or transferred and returned as the case may be, to the contractor on finalization of final bill OR after 06 (six) months of successful completion of the work, whichever later OR on furnishing of the Performance Bond amounting to 5% of contract value against the defect liability period as mentioned in this document elsewhere. Entire Security Deposit paid in approved form of Bank Guarantee should remain valid during the contractual period and such bank Guarantee should not be reduced on the basis of the work actually done.

8. USE OF LAND: The land required for office, godowns and for labour camp if not available with GSECL, then the contractor has to arrange the same at his cost. GSECL will give the land only if the spare land is available with the following conditions. The contractor shall be permitted to use for the bonafide purpose of execution of this contract free of cost. The contractor shall be permitted to use for the bonafide purpose of execution of this contract free of cost.

1. Site required for the construction of the work. 2. Required approach road. The contractor shall make their own arrangements for the necessary

approach road, for transport of their materials and be responsible for the compensation on account of damage to crop etc. and shall till completion of work.

3. He will be charged the rent at the annual rate of rupees one hundred per every acre or part

thereof, for the construction of temporary hutments and his store yard. However area required for such purpose may be clearly indicated in this offer.

• All areas of operation, including those for his staff and labour colonies handed over to the contractor shall be cleared and handed over back in good condition to the Engineer except areas under works as per this contract or those for which specific approval has been obtained from the Engineer. The contractor shall make good to the satisfaction of the Engineer any damage or alternation made to areas which he has to hand over back or to

Page 33: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

33

other property land handed over to him for purpose of this work. • Temporary structures may be erected by the contractor for storage sheds, offices, residence etc. for noncommercial use on the land, handed over to him at his own expense and with the permission of the Engineer. These structures shall comply with the regulation that may be in force and/or specified by the Engineer with regard, thereto. In any circumstances for constructing temporary structures for contractor's use, GSECL's free supply materials shall not be used. If it is found that GSECL's free supply materials are used for other than approved project drawings work, same will be recovered at penalized rate. • The contractor shall preserve all existing vegetation such as trees on or adjacent to the

sites which do not interfere with the construction as determined by the Engineer. • The contractors shall take all possible precautions in felling trees authorized for

removal to avoid any unnecessary damage to vegetation and trees not to be felled and to structures under construction, or to workmen, and shall be responsible for any damage if it occurs in such operations

• All produce from cutting of trees; grass etc. shall be the property of GSECL and shall be stocked at the place specified by the Engineer. No claim shall be made for such cutting and stacking of trees or grass etc. by the contractor

• The contractors shall not unnecessarily or for use as fuel, cut any trees brush wood, grass or other vegetation nor shall set fire there to without the written permission of the Engineer. When such permission is given, the contractor shall take necessary measures to prevent damage or to prevent fire spreading to surrounding property, and shall be responsible for any such damage, if cause.

• The land shall as herein before mentioned be handed back to Engineer in Charge immediately after the completion of the work under this contract. Also no land shall be held by the contractor longer than the Engineer shall deem necessary and the contractor shall, on due notice by the Engineer, vacate and return the land which the Engineer may certify as no longer required by the contractor for purpose of the work.

9. START OF WORK:

The contractor shall not enter upon or commence any portion of work except with the written authority or instructions of the Executive Engineer or his subordinate in charge of the work, failing such the contractor shall have no claim to ask for measurement or payment for work and shall be responsible for any claims or damages that may arise due to such unauthorized commencement or entry.

10. COMPENSATION FOR THE DELAY: The time allowed for carrying out the work as entered in the tender shall be strictly observed by the contractor and shall be reckoned from the date on which the order to commence work is given to the contractor. The work shall throughout the stipulated period of contract be proceeded with all due diligence (time being deemed to be the essence of contract) and for delay, the contractor shall pay compensation, an amount equal to ½ (half) percent per one week of the contract amount or part thereof, including taxes & duties ( i.e. End cost of contract amount including taxes & duties) and maximum up to 10 % of the order value, including taxes & duties ( i.e. End cost of contract amount including taxes & duties) or such smaller amount as per the decision of the Competent Authority of the GSECL. Additional penalty of 0.1% of the contract amount or part thereof, including taxes & duties (i.e. End cost of contract amount including taxes & duties) per day will be charged after completion of 15 Days from the date of completion of execution phase as per work order. The penalty will be invariably deducted from the bills of the contractor and no refund will be given unless the competent authority approves the reduction. The reasons for delay, attributable to GSECL as well as to party will be brought out clearly while putting the proposal for waiver/reduction in penalty.

11. ACTION WHEN WHOLE OF SECURITY DEPOSIT IS FORFEITED: In any case in which under any clause or clauses of this contract the contractor shall have tendered himself to pay compensation amounting to the whole of his security deposit (whether paid one sum) or in the case of abandonment for the work owing to serious illness or death of the contractor or any other cause, the Executive Engineer on behalf of the Corporation, shall have powers to adopt (a) below and any of the following courses under (b) and (c) as he may deem best suited to the interest of the Corporation.

Page 34: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

34

(a) To rescind the contract (for which rescission notice of 10 days) in writing to the contractor under the hand of the Executive Engineer shall be conclusive evidence and in that case the security deposit of the contractor shall stand forfeited and absolutely at the disposal of the Corporation. To employ labour paid by the Corporation, to supply materials, to carry out the works or any part of the work debiting the contractor with the cost of the labour and the price of the materials (as to the correctness of which cost and price, the certificate of the Executive Engineer shall be final and conclusive against the contractor) and crediting him with value of the work done in all respects in the same manner and at the same rates as if it had been carried out by the Contractor under the terms of this contract and in that case the certificate of the Executive Engineer as to the value of the work shall be final and conclusive against the contractor.

(b) To order that the work of the contractor be measured up and to take such part thereof, as shall be unexecuted, out of his hands and to give it to another contractor to complete, in which case, any expenses, which may be incurred in excess of the sum, which would have been paid to the original contractor, if the whole work would have been executed by him (as to the amount of which excess expenses, the certificate in writing of the Engineer-in-charge shall be final, conclusive and shall be borne and shall be paid by the original contractors and shall be deducted from any money due to him by the Corporation under the contract or otherwise from his security deposit of his proceeds sale thereof or a sufficient part thereof.

(c) In the event of the above courses being adopted by the Executive Engineer, the contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials or entered into any engagements or made any advances on account of or with a view to the execution of the work or the performance of the contract. And in case the contract shall be rescinded under the provision aforesaid, the contractor shall not be entitled to recovery or be paid any sum for any works thereof actually performed by him under this contract unless and until the Executive Engineer shall have certified in writing the performance of such work and the amount payable to him in respect thereof and he only be entitled to be paid the amount so certified.

12. NOTICE UNDER UNSATISFACTORY PROGRESS:

If the progress of a particular portion of the work is unsatisfactory, and also if as per the opinion/observation of the Executive Engineer (whose decision shall be final) in charge that the general progress of work is not satisfactory, then Executive Engineer in charge shall be be entitled to take action under clause 11 (c) after giving the contractor ten days’ notice in writing and the contractor will have no claim for compensation for any loss sustained by him owing to such action.

13. ACTION IN THE CASE OF DEFAULT BY THE CONTRACTOR : In any case in which any of the powers conferred upon the Executive Engineer by Clauses 11 and 12 hereof shall have exercisable and the same shall not have been exercised, the non-exercised thereof shall not constitute a waiver of any of the conditions hereof and such powers shall not withstanding be exercisable in any further case of default by the contractor of which, by any clauses hereof, he is declared liable to pay compensation amounting to the whole of his security deposit and liability of the contractor for past and future compensation shall remain unaffected in the event of the Executive Engineer taking action under sub-clause (a) or (c) of Clause 11, he may if he so desires, take possession of all or any tools, plants, materials, and stores in so upon the work or the site thereof belonging to the contractor, or procured by him and intended to be used for the execution of the work of any part thereof paying for allowing for the same in account at the contract rates, or in the case of a contract rates not being applicable of current market rates to be certified by the Executive Engineer whose certificate thereof shall be final. In the alternative, the Executive Engineer may by notice in writing to contractor or his clerk of works, foreman or other authorized agent, require him to remove such tools, plant, materials or stores from the premises within a time to be specified in such requisition, the decision to the contractor failing to comply with any such requisition, the decision of the Executive Engineer as to the expense of any such removal and the amount of the proceed and expense of any such sale, be final and conclusive against the contractor.

14. EXTENSION OF TIME LIMIT

Page 35: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

35

No extension of time limit shall be awarded for no reasons, even for heavy rainfall, hurricanes, etc. as time is the essence of contract. Liquidated Damage penalty shall be levied for the delay after completion of time limit of execution period.

15. COMPLETION CERTIFICATE On completion of the work, the Contractor shall be furnished with Completion Certificate by the Executive Engineer. No such certificate shall be given nor shall be the work considered to be completed until works are taken over and/or duly tested and put to operation as the case may be, nor until the work shall have been measured by the Engineer-in-Charge or where the measurement have been taken by his subordinates until they have received the approval of the Executive Engineer the said measurement being binding and conclusive against the contractor.

16. EFFECT OF THE CERTIFICATE : No payment shall be made for any work estimated to cost less than Rs.1,000 till after the whole of said work shall have been completed and a certificate of completion given. But in the case of works estimated to cost more than Rs.1,000, contractor shall on submitting a monthly bill thereof, be entitled to receive payments. Proportionate to the part of the work then approved and passed by the Engineer-in-Charge, whose certificate of such approval and a passing of the sum so payable shall be final and conclusive against the contract. All such intermediate payment shall be regarded as payment by way of advance against the final payment only and not as payments for work actually done or completed and shall not preclude the Engineer-in-charge from requiring bad, unsound, imperfect or unskillful work to be removed and taken away and reconstructed or re-erected nor shall any such payment be considered as admission of the due performance of the contract or any part thereof in any respect of the occurring of the claim nor shall conclude, determine or effect in any way the powers of the Engineer-in-Charge as to the final settlement and adjustment of the accounts otherwise or in any other way, vary or affect the contract. The final bill shall be submitted by the contractor within one month of the date fixed for completion of work; otherwise the certificate of the Engineer-in-charge of the measurement and of total amount payable for the work shall be final and binding on all parties.

17. PAYMENT TO CONTRACTORS : The rates for several items of works estimated to cost more than Rs.1, 000 agreed to within shall be valid only when the item concerned is accepted, having been completed full, in accordance with the sanctioned specification. In case, where the items of the work, are not accepted, as so completed, the Engineer-in-charge, may make payment on account of such items at such reduced rates, as he may consider reasonable in the preparation of final or running accounts bills and it will be binding to the contractor.

18. BILLS : The Bill shall be submitted by the contactor each month on or before the date fixed by the Engineer-in-charge, for all works, executed in the previous month and the Engineer-in-charge shall take or cause to be taken the requisite measurement for the purpose or having the same verified and the claim so far as it is admissible, shall be adjusted, if possible, within Fifteen days from the presentation of the bills. If the contractor does not submit the bill, within the time fixed, as aforesaid, the Engineer-in-charge may depute a subordinate to measure up the said work in the presence of the contractor or his duly authorized agent, whose counter signature in the measurement shall be sufficient warrant and the Engineer-in-charge may prepare a bill from such list which shall be binding on the contractor in all respects. In case if contractor/ representative does not remain present on specified date for taking measurement than EIC may take the measurement one sided and the same shall be binding to the contractor irrespective whether he has signed or not.

19. SUPPLY OF MATERIALS TO CONTRACTOR [APPLICABLE ONLY WHERE MATERIAL IS TO BE SUPPLIED BY GSECL AS MENTIONED IN SCHEDULE A ] If the specification of the estimated work provides for use of any special description of material to be supplied from the Corporation’s stores or if it is required that the contractor shall use certain stores to be provided by the Engineer-in-charge, (such material and stores and the prices to be charged thereof as hereinafter mentioned being so far as practicable for the

Page 36: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

36

convenience of contractor but not so as in any way to control, the meaning or effect of this contract specified in the schedule or memorandum hereto annexed). The contractors shall be supplied with such materials and stores as may be required from time to time be used by him for the purpose of the contract only and the value of the full quantity of materials and stores so supplied shall be set off or deducted from any sum due or thereafter to become due to the contractor, under the contract or otherwise or from the security deposit or the proceeds of sale thereof if the deposit is held in government securities the same or a sufficient portion thereof, shall be sold for the purpose. All materials supplied to the contractor shall remain the absolute property of the Corporation and shall on account be removed from the site of work and shall at all times be open to inspection by the Engineer-in-charge. Any such materials unused and in perfectly good condition at time of completion or determination of the contract shall be returned to the Corporation’s store if the Engineer-in-charge so requires by notice in writing given under his hand but the contractor shall not be entitled to return any such materials except with such consent and he shall have no claim for compensation on account of any such materials supplied to him as aforesaid but remaining unused by him or for any wastage in or damaged thereto. The contractor shall be responsible for the loss, destruction or deterioration of the materials, stores or articles supplied to him by the Corporation even if such loss, destruction or deterioration has occurred under any circumstances whatsoever beyond his control as if the materials, stores or articles so supplied were his property.

20. WORKS TO BE EXECUTED IN ACCORDANCE WITH SPECIFICATI ONS, DRAWING, ORDERS ETC. The contractor shall execute the whole and every part of work in the most substantial and workman like manner and both as regarding materials and in every other respect in strict accordance with the specification. The contractor shall also confirm exactly, fully and faithfully to the designs, drawings and instructions in writing relating to the work signed by the Engineer-in-charge and lodged in his office and to which the contractor shall be entitled to have access for the purpose of inspection at such office, or on the site of the work during office hours and the contractor shall, if he so requires, be entitled at his own expense to make or cause to be made copies of the specification and of all such designs, drawings and instructions as aforesaid.

21. ALTERATIONS IN SPECIFICATIONS AND DESIGNS NOT TO IN VALIDATE CONTRACTS The Executive Engineer shall have powers to make any alterations, or additions to the original specification, designs and instructions that may appear to him to be necessary or advisable during the progress of the work and the contractor shall be bound to carry out the work in accordance with any instruction in this connection which may be given to him in writing, signed by the Engineer-in-charge and such alterations shall not invalidate the contract. Any additional work which the contractor may be directed to do in the manner above specified as part of the work shall be carried out by the contractor on same conditions in all respect on which he agreed to do the main works and at the same rates as are specified in the tender for the main work. Where, however, the work is to be executed according to the designs, drawings and the specifications recommended by the contractor and accepted by the competent authority, the alteration above referred to shall be within the scope of such designs, drawings and specifications appended to the tender.

22. RATES FOR WORKS NOT ENTERED IN ESTIMATE OR SCHEDULE OF RATE OF THE CORPORATION If the additional and altered work includes any class of work for which no rate is specified in this contract, then such class of work shall be carried out at the rates entered in the Schedule of Rates of the Corporation or at the rate mutually agreed upon between the Executive Engineer and the Contractor, whichever are lower. If the additional or altered work for which no rate is entered in the Schedule of Rates of the Division is ordered to be carried out before the rates agreed upon then the contractor within seven days of date of receipt by him of the order to carry out the work should inform the Executive Engineer for the rate which it is his intention to charge for such class of work and if the Executive Engineer does not agree to this rate, he shall

Page 37: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

37

be noticed in writing, be at liberty to cancel his order to carry out such class of work and arrange to carry it out in such manner as he may consider advisable provided always that if the rates shall have been determined as lastly herein before mentioned then in such case he shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the date of the determination of the rate as aforesaid according to such rate or rates as shall be fixed by the Executive Engineer in the event of disputes, the decision of the General Manager of the Corporation will be final.

23. EXTENSION OF TIME LIMIT IN CONSEQUENCE OF ADDITION OR ALTERATION The time limit for the work shall be extended in the proportion that the increase in its cost occasioned by alterations or additions bears to the cost of the original contract work and the certificate of the Engineer-in-charge as to such proportions shall be conclusive.

24. NO COMPENSATION FOR ALTERATION IN OR RESTRICTION OF WORK TO BE CARRIED OUT If at any time, after the execution of the contract documents, the Engineer-in-charge shall, for any reason whatsoever, requires the whole or any part of the work, as specified in the tender, to be stopped for any period or shall not require the whole or part of the work to be carried out at all or to be carried out by the contractor, he shall give notice in writing of the fact to the contractor who shall thereupon suspend or stop the work totally or partially as the case may be in any such case, except as provided here under. The contractor shall have no claim to any payment or compensation whatsoever on account of any loss in profit or advantage which he might have derived from the execution, of the work in full but which he did not so derive in consequence of the full amount of work not having been carried out or on account of any loss that he may be put to on account of materials purchased or agree to be purchased or for unemployment of labour recruited by him. He shall not also have any claim for compensation by reason of any alterations having been made in the original specification, drawings, designs and instructions which may involve any curtailment of the work as originally contemplated. Where, however, materials have already been purchased or agreed to be purchased by the contractor before receipt by him of said notice, the Executive Engineer provided they are not in excess or requirement and are of approved quality and/or shall be compensated for the loss, if any, that he may put to in respect of materials agreed to be purchased by him. The amount of such compensation to be determined by the Executive Engineer, whose decision shall be final. If the contractor suffers any loss on account of his having to pay, his labour charges during the period, during which the stoppage of work has been ordered under this clause the contractor shall on application be entitled to such compensation on account of labour charges as the Executive Engineer whose decision shall be final, may consider reasonable provided that the contractor shall not be entitled to any compensation on account of labour charges if, in the opinion of the Executive Engineer, the labour could have been employed by the contractor elsewhere for the whole or part of the period during which the stoppage of the work has been ordered as aforesaid.

25. NO CLAIM FOR COMPENSATION ON ACCOUNT OF LOSS DUE TO DELAY IN SUPPLY OF MATERIALS BY CORPORATION The contractor shall not be entitled to claim any compensation from Corporation for the loss suffered by him on account of delay by Corporation in the supply of materials entered in Schedule A where such delay is caused by: � Difficulties relating to supply of railway wagons. � Force Majeure � Act of God Any other reasonable cause beyond the control of Corporation, including shortage of materials to be supplied by the Corporation and difficulties in time by reaching at the site of any materials equipment. In the case of such delay in the supply of materials, Corporation shall grant such extension of time for the completion of the works as shall appear to the Executive Engineer to be reasonable

Page 38: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

38

in accordance with the circumstances of the case. The decision of the Executive Engineer as to the extension of time shall be accepted as final by the contractor.

26. TIME LIMIT FOR COMPENSATION CLAIMS Under no circumstances, whatsoever, shall the contractor be entitled to any compensation from Corporation on any account unless the contractor has claimed in writing to the Executive Engineer within one month of the cause thereof.

27. ACTION AND COMPENSATION PAYABLE IN CASE OF BAD WORK If at any time, before the security deposit is refunded to the contractor, it shall appear to the Executive Engineer or his subordinate in charge of the work that any work has been executed with unsound, imperfect or unskillful workmanship or with materials of inferior quality or that any materials or articles provided by him for the execution of the work are unsound or of inferior quality to that contract for or are otherwise not in accordance with the contract, it shall be lawful for Engineer-in-charge to intimate this fact in writing to the contractor and then notwithstanding the fact that the work, materials, or articles complained of, may have been inadvertently passed, certified and paid for, the contractor shall be bound forthwith to rectify or remove and reconstruct the work so specified in whole or any part, as the case may require or if so required shall remove the materials or articles so specified and provided other suitable materials or articles at his own charge and cost, and in the event of his failing to do so within a period to be specified by the Engineer-in-charge in the written intimation aforesaid the contractor shall be liable to pay compensation at the rate of one percent on the amount of the estimate for every day not exceeding ten days during which the failure so continues and in the event of any such failure as aforesaid, the Engineer-in-charge may rectify or remove or re-execute the work or remove and replace the materials or articles complained of, as the case may be, at the risk and expense in all respects of contractor should the Engineer-in-charge consider that any such inferior work or materials as described above may be accepted, or made use of, it shall be within his discretion to accept the same as such reduced rates as he may fix thereof. Provided that in the case of any work of which visible check is not possible if the Engineer-in-charge or his subordinate in charge of the work feels that such work has been executed with unsound, imperfect or unskillful workmanship or with materials of inferior quality, he shall take sample tests at random, cost of which shall have to be borne by the contractor and if after taking such test part of such work is found to be defective in any respect or to have been executed with materials of inferior quality then the contractor shall pay for the whole work such amount as may be fixed by the office of the Engineer-in-charge on the basis of the lowest quality of work found by him in such sample tests.

28. WORK TO BE OPENED TO INSPECTION, CONTRACTOR OR RESPONSIBLE AGENT TO BE PRESENT. All works under execution or in pursuance of the contract shall at all times be open to the inspection and supervision of the Executive Engineer and his subordinate and contractor shall at all times, during the usual working hours and at all other times at which reasonable notice of the intention of the Executive Engineer or his subordinate to visit the works shall have been given to the contractor, during which period either he should be present to receive order and instruction, or have a responsible agent duly authorized agent shall be considered to have the same force and effect as if they had been given to the contractor himself.

29. NOTICE TO BE GIVEN BEFORE WORK IS COVERED UP The contractor shall give not less than five days’ notice in writing to the Executive Engineer or his subordinate in charge of the work, before covering up or otherwise placing beyond the reach of measurement of any work, in order that the same may be measured and correct dimensions thereof, taken before the same is so covered up or placed beyond the reach of measurement and shall not be covered up or placed beyond the reach of measurement and work without the consent in writing of Executive Engineer or his Subordinate in charge of work. If any work shall be covered up or placed beyond the reach without such notice having been given or consent obtained, the same shall be uncovered at the contractor’s expense and in

Page 39: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

39

default thereof no payment or allowance shall be made for such work or for the materials with which the same was executed.

30. CONTRACTOR’S LIABILITIES The contractor shall supply, at his own cost, all materials (except such special materials, if any as may be supplied from the Corporation stored in accordance with the contract). Plant, tools, appliances, implements, ladders, cordage, tackle, scaffolding and any temporary works which may be required for the proper execution of the work, in the original, altered or substituted form and whether included in the specification and other document forming part of the contract or referred to in these conditions or not and which may be necessary for the purpose of satisfying and complying with the requirements of the Engineer-in-charge as to any matter on which under these conditions, he is entitled to be satisfied or which he is entitled to require together with carriage thereof to and from the work. The contractor shall also supply without any charge the requisite number of persons of setting out works and counting, weighting and assisting in the measurement of examination at the time and from time to time of the work or materials, failing this the same may be provided by the Engineer-in-charge at the expenses of the contractor and the expenses may be deducted from any money due to the contractor under the contract or from his security deposit or the proceeds of sale thereof or of a sufficient portion thereof, the contractor shall provide all necessary fencing and light required to protect the public from accident and shall also be bound to bear expenses of defense of every suit, action or other legal proceedings of law that may be brought by any person for injury sustained. Owing to neglecting of the above precautions and to pay any damage and cost which may be awarded in such suit, action or proceedings to any such person or which may with the consent of the contractor be paid in comprising any claim by any such person.

31. CONTRACTOR LIABLE FOR ALL DAMAGE Compensation for all damage done intentionally or unintentionally by contractor’s laborer, whether in or beyond the limit of Corporation’s property, shall be estimated by the Executive Engineer or such other office as he may appoint and the estimates of the Executive Engineer, subject to the decision of the Superintending Engineer, on appeal, shall be final and the contractor shall be bound to pay the amount of the assessed compensation demand, failing which, the same will be recovered from the contractor as damages or deducted by the Engineer-in-charge from any sums that may be due to or become due from Corporation to the contractor under this contract or otherwise. The contactor shall bear the expenses of defending any action or other legal proceeding that may be brought by any person for injury sustained by him owing to negligence of precautions for prevent the spread of fire and he shall also pay any damage and cost that may be awarded by the court, if in consequence.

32. RESCISSION OF CONTRACT AND FORFEITURE OF DEPOSIT The contractor shall not assign or sublet, without the written approval of the Engineer-in-charge and if the contractor assign, or sublet his contract, or attempt to do so or become insolvent or commence any proceedings to be adjudicated as insolvent or make any composition with creditors, attempt to do so, the Engineer-in-charge may, by notice in writing rescind the contract. Also, if any bribe, gratuity, gift, loan, perquisite, reward or advantage pecuniary or otherwise shall either directly or indirectly be given, promised or offered by the contractor or any of his servants, or agents, or any person to the employee of the Corporation in any way relating to his office or indirectly interested in the contract, the Executive Engineer may, by ten days’ notice in writing, rescind the contract. In the event of a contract being rescinded the security deposit of the contractor shall there upon stand forfeited and be absolutely at the disposal of the Corporation and the same consequences shall ensure as if the contract has been rescinded under Clause 11 thereof and in addition the contractor shall not be entitled to recover or be paid for any work thereof actually performed under the contract.

33. COMPENSATION All sums payable by a contractor by way of compensation under any of these conditions shall be considered as a reasonable compensation to be applied to the use of Corporation without

Page 40: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

40

reference to the actual loss or damage sustained and whether any damage has not been sustained.

34. CHANGE IN THE CONSTITUTION OF FIRM TO BE NOTIFIED In case of tender by partners of a Firm, any change in constitution of firm shall be forthwith notified by the contractor to the Executive Engineer for his information.

35. WORKS UNDER DIRECTION OF SUPERINTENDING ENGINEER All works to be executed under the contract shall be executed under the direction and subject to the approval of Superintending Engineer /Engineer-in-charge for the time being who shall be entitled to direct at what point or points and in what manner they are to be commenced and from time to time to be carried on.

36. DECISION OF SUPERINTENDING ENGINEER TO BE FINAL Except where otherwise specified in contract and subject to the power delegated to him by Corporation under the Corporation’s rules, then in force, the decision of the Superintending Engineer/EIC for the time being shall be final, conclusive and binding on all the specifications, designs, drawings and instructions herein before mentioned and as to the quality of workmanship or material used on or as to any other question, claim, right matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions, orders or these conditions or otherwise concerning, the works or the execution or failure to execute the same, whether arising during the progress of the work or after the completion or abandonment thereof.

37. ARBITRATION “ALL QUESTIONS, DISPUTES OR DIFFERENCES, WHATSOEVER WHICH MAY AT ANY TIME ARISE BETWEEN THE PARTIES TO THIS CONTRACT IN CONNECTION WITH THE CONTRACT OR ANY MATTER ARISING OUT OF OR IN RELATION THERETO, SHALL BE REFERRED TO THE – “GUJARAT PUBLIC WORKS CONTRACT DISPUTES ARBITRATION TRIBUNAL” AS PER THE PROVISIONS OF THE GUJARAT PUBLIC WORKS CONTRACT DISPUTES ARBITRATION TRIBUNAL ACT 1992.” The reference to Arbitration proceedings under this Clause shall not:

a) Affect the right of the Engineer-in-charge to take possession of all or any tools, plants, materials and stores, in or upon the work or site thereof or belonging to the Contractor or procured by him and intended to be used for the execution of the work or any part thereof.

b) Preclude the Engineer-in-charge from utilizing the materials purchased by contractor in any work or from removing such materials to other place, during the period the work is stopped or suspended in pursuance of Notice given to the contractor under General Conditions.

c) Entitle the contractor to stop the progress of the work or carrying out the additional or altered work in accordance with the provision of General Conditions for the work where there is no specification.

d) Preclude the Corporation from getting work done by other agency.

Neither party is entitled to bring a claim to Arbitration latest by thirty days after the expiration of the defects liability period. The provisions of the Arbitration and conciliation Act – 1996, Gujarat Public Works Contract Disputes Arbitration Tribunal Act, 1992, and Rules made there under shall apply to the Arbitration Proceedings under this Clause.

38. STORES TO BE OBTAINED FROM CORPORATION [APPLICABLE ONLY WHERE MATERIAL IS TO BE SUPPLIED BY CORPORATION AS MENTIO NED IN SCHEDULE A]

Page 41: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

41

The contractor shall obtain from the Corporation stores, such articles as are mentioned in schedule “A” which may be required for the work or any part of the work or in making up any articles required therefore or in connection therewith, unless he has obtained permission in writing from the Executive Engineer or obtained such stores and articles from elsewhere. The value of such stores and articles as may be supplied to the contractor by the Engineer-in-charge will be debited to the contractor in his account at the rate shown in the schedule “A” attached to the contract and if they are not entered in said Schedule, they shall be debited to him at cost price which for the purpose of this contract shall include cost of carriage and all other expenses whatsoever which may have to be incurred in obtaining delivery of the same at the stores aforesaid and further overhead charges 15%. The Contractor shall be responsible for the loss, destruction or deterioration of the materials, stores or articles supplied to him by the Corporation, even if such loss, destruction or deterioration has occurred under any circumstances whatsoever beyond his control as if the materials, stores or articles so supplied were his property. The contractor shall be responsible for returning the residual materials after completion of the contract and it fails to return, the balance materials supplied to him by the Corporation, the cost of the residual materials will be recovered from the contractor at the market rate or stock issue rate whichever be higher at the time of materials account plus 15%.

39. LUMP SUMS IN ESTIMATE When the estimate on which tender is made, includes lump sums in respect of parts of the works the contractor shall be entitled to payment in respect of the items of works involved or the part of the work in question at the same rates as are payable under this contract or such items or if the part of work in question is not in the opinion of the Engineer-in-charge capable of measurement the Engineer-in-charge may at his discretion pay the lump sum amount entered in the estimate and the certificate in writing of the Engineer shall be final and conclusive against the contractor with regard to any sum or sums payable to him under the provision of this clause.

40. LUMP SUM TENDERS Whenever lump sum tenders have been invited for buildings or other structures of the same type, design, the contractor shall submit his bill stated in Clause No. 18 and the Engineer-in-charge not below the rank of work, Executive Engineer shall certify by general measurement or by other method considered suitable to him, the value of work done and the contractor shall be paid monthly a sum equal to 90% of the total value the work so certified, since the last payment, after deducting a part or whole of the secured advance if not already paid for the materials utilized on the works. An additional secured advance for any fresh materials utilized on the works. An additional secured advance for any fresh materials brought on site will also be paid if certified by the officer not below the rank of Executive Engineer. After the work is completed final bill would be paid on the certification of officer not below the rank of Executive Engineer, that the work, is done according to drawing and specifications attached to the tender. If any additions and alterations have been carried out, detailed measurement in respect thereof shall be recorded and extra payment or deductions are regulated as per item rates quoted by the contractor while submitting the tender and if there are any items in the additions and alterations for which the contractor has not quoted a rate, the payment shall be as per Clause 39 above.

41. ACTION WHERE NO SPECIFICATION In the case of any class of work for which there is no such specification as is mentioned, such work shall be carried out in accordance with the PWD and in the event of there being no PWD specification, the work shall be carried out in all respects in accordance with the instructions and requirements of the Engineer-in-charge of the Corporation etc.

42. NO CLAIM FOR VARIATION IN QUANTITIES OR WORK Quantities shown in the tender are approximate and no claim shall be entertained for quantities of work actually executed, being either more or less up to any extent than those entered in the tender or less than those entered in the tender or estimate.

Page 42: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

42

43. NO CLAIM FOR COMPENSATION FOR DELAY IN STARTING WOR K No compensation shall be allowed for any delay caused into starting of work on account of acquisition of land and in the case of clearance for works or any delay in according sanction to estimates.

44. NO CLAIM FOR COMPENSATION FOR DELAY IN EXECUTION OF WORK No compensation shall be allowed for any delays in execution of the work on account of water standing in borrow pits or compartment. The rates are inclusive for hard or cracked soil, excavation in mud, sub-soil water or water standing in borrow pits and no claim for any extra rate shall be entertained unless otherwise expressly specified and mentioned in the tender.

45. EMPLOYMENT OF TECHNICAL PERSONS: The contractor shall keep one full time qualified Civil Engineer at the site, who shall be fully authorized to receive and comply with such instructions, as given by the Executive Engineer. The contractor shall intimate the name of such Engineer with his qualifications and experience. The Executive Engineer shall have the right to demand the removal of any technical personnel, skilled or unskilled workmen, who in his opinion are considered to cause bad workmanship in the execution of works or to cause indiscipline

46. INDUSTRIAL LABOUR LAWS 1.0 Wages to be paid and time of payment etc. by the contractor

� The contractor shall comply with the labour laws and shall furnish the returns and information as may be specified from time to time.

� At plant gate and at Colony gate, biometric punching system is adopted by GSECL. Agency has to ensure that their laborers shall punch while entry and exit from the premises.

� Agency has to ensure that labour Payment shall be deposited to the bank account of concern labour directly and evidence thereof shall be submitted to Labour welfare officer for verification along with each bills.

� The contractor shall as far as possible obtain his requirements of labour, skilled, and unskilled from the local area. No person below the age of 18 years and above 60 years shall be employed as laborers.

� The contractor shall pay fair and reasonable wages (whether or not such wages are controlled by any laws existing at the time), to the workmen employed by him for the work. In the event of any dispute arising between the contractor and his workmen on the grounds that the wages paid are not fair and reasonable, the dispute shall in the absence of legal or other relief to the workmen shall be referred to the Engineer-in-charge who shall decide the same. The decision of the Engineer-in-charge shall be conclusive and binding on the contractor but such decision or any other decision in this behalf that the contractor's workmen may obtain by recourse to law or other level means available to them, shall not in any way, effect the condition in the contract regarding payments to be made by Corporation to the contractor only at the rates accepted in this contract.

� The contractor shall provide reasonable facilities to the satisfaction of the Engineer-in-charge, for the labour employed by him where no such natural facilities exist. The usual facilities are weather proof shelter for rest and meal, supply of wholesome drinking water, facilities for obtaining food, reasonable washing and sanitary facilities, special facilities, for women workers, suitable residential accommodation, recreational and cultural activities, general sanitation and health measures etc.

� The implementation of any and all provisions of this clause shall in no way entitle the contractor to claim compensation or rates higher than tendered in this contract.

� 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

Page 43: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

43

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 and address to the GSECL so that in case of labour troubles etc. the contractor can be contacted. The contractor shall arrange to have his office outside the factory premises and the contractor has keep himself present throughout the working hours. The Contractor shall intimate immediately to Engineer in charge of GSECL in case of any labour troubles etc.

2.0 Labour Laws

1. Persons below the age of 18 years and above 60 years shall not be employed for the work.

2. No female worker shall be employed in the night shift between 7 p.m. to 6 a.m. 3. Contractor shall maintain a valid labour license from Office of Labour Commissioner

under Contract Labour (Regulation and Abolition) Act for employing necessary manpower to be required by him. The Contractor shall submit the required returns to concern authorities and submit one copy to Corporation. In the absence of such license the contract shall be liable to be terminated without assigning any reasons thereof.

4. The contractor shall at his own expense comply with all labour laws and keep the Corporation indemnified in respect thereof. Some of the major liabilities under various labour and industrial laws which the contractor shall comply are as under: 1) Payment of Contribution by way of Employer's Contribution towards Provident

Fund, Family Pension Scheme, Deposit Linked Insurance Scheme, Administrative charges etc., at the rates made applicable from time to time by Government of Gujarat/Government of India or other Statutory Authority. The contractor shall submit along with his bill (month vice) a statement regarding deductions against Employees Provident Fund and Family Pension Scheme in respect of each concerned employee. Provident Fund and Family Pension Scheme at the rate of 12% (or at the rate made applicable by the Government from time to time) of the wages. The contractor's contribution and his workers contribution towards Provident Fund and Family Pension Scheme shall be deposited by the contractor with Regional Provident Fund Commissioner, Ahmedabad.

2) Payment of security deposit and License Fee as prescribed under the Contract Labour (Regulation and Abolition) Act and rules framed there under depending upon the number of workmen employed by the contractor.

3) Identity cards as prescribed under the Factories Act with photo affixed thereto, the same for identification.

4) Payment of retrenchment compensation, Notice pay and other liabilities as per Industrial Disputes Act. 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.

5) Payment of compensation in case of accidental injury. 6) Provision of crèches if the female laborers employed are more than 30 numbers. 7) Maternity Leave as per the provision of the Maternity Benefit Act.

3.0 LIABILITY FOR ACCIDENTS TO PERSONS:

The contractor or sub-contractor shall indemnify the Corporation against any claims which may be made under the Employee Compensation Act, 2010, or any statutory modification or otherwise for or in respect of any damages or compensation payable in consequence of any accident or injury caused, by fault of contractor or sub-contractor and sustained by any workman or other person in the employment of the contractor or sub-contractor. In every case in which by virtue of the provisions of sub-section (1) of section 12 of the Employee Compensation Act, 2010, the Corporation is obliged to pay compensation to a workman employed by the contractor or sub-contractor in execution of the work, the Corporation will recover from the contractor the amount of compensation so paid, and without prejudice to the rights if the Corporation under sub- section (2) of section 12 of the said Act any such amount shall be paid by contractor

Page 44: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

44

within 30 days, failing which the Corporation shall be at liberty to recover such amount of any part thereof by deducting it from any some due by the Corporation to the contractor under this contract or otherwise. The board shall not be bound to contract any claim made against either of them under section 12, sub- section (1) of its said Act, except on written request from the contractor and upon his giving to the Corporation full security for all costs for which the Corporation might become liable in consequence for entertaining such claim. � The contractor and/or sub-contractor named in the contract shall indemnify the

Corporation against all claims based upon injury or death to any person in the employment of the contractor or sub-contractor, or to third parties to the extent of any sums recovered under the insurance policy.

� On the occurrence of an accident which results in the death of workman employed by the contractor or sub-contractor, which is so serious as to be likely to result in the death of any such workman, the contractor shall within 24 hours of happening of such accidents intimate in writing to the Engineer-in-charge the fact of such accidents. The contractor or sub-contractor shall indemnify Corporation against all loss or damage sustained, by the Corporation resulting directly or indirectly from his failure to give intimation in t he manner aforesaid including penalties or fine if any, payable by corporation as a consequence of Corporation’s failures, to give notice under workman's compensation Act or otherwise to confirm to the provisions of the said Act in regard to such accident.

� The contractor will be responsible for complying with all rules and regulations and labour laws applicable to him and the corporation will not be responsible for any lapses committed by them. If there is any claim from any Govt. Authority pertaining to the contractor the same amount will be deducted from the contractor’s bills or any other amount payable to him.

� 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 from Statutory Authorities like State Government/ Government of India which the contractor shall have to comply with.

4.0 4.0.0 BOCW : For any construction happening outside the Factory premises, BOCW, Act

will be applicable and the contractor / sub-contractor shall be replied to comply its labour Laws/Rules.

4.0.1 INSURANCE: "The contractor shall procure, or arrange for the sub-contractor to

procure insurance coverage in amount approved by the Corporation and sufficient to protect against the following risks arising out of the work. The contractor shall cover all his employees under Employee’s Compensation Act if ESI Act is not applicable. The Contractor has to fulfill his liabilities i.e. contribution, filing of returns etc. if ESI Act is applicable. Accidents and professional and non-professional sickness of all laborers and personnel engaged in the work as required by law pursuant to Employee compensation Act, 2010. Injury or death to third parties including without limitation injury or death caused by any of the construction aids or other vehicles or rented equipment used by the contractor or subcontractor, whether at the site or elsewhere". (a) All insurance referred to under a) of this condition shall be in effect from the

date of commencement of work and shall remain in force until the work has been completed and finally accepted by the Corporation or such extended period as may be decided by the Corporation.

(b) In the policies covering the insurance referred to above, contractor and sub-contractor shall be named as co-insured where possible.

(c) The cost of insurance shall be borne by the contractor. (d) Insurance shall be affected for all the contractor’s employees engaged in the

performance of this contract. If any of the work is subletted to the sub-contractor, the contractor shall require to provide employee’s compensation and employer’s liability insurance for the sub latter’s employees unless such employee covered under the principal contractor’s insurance.

Page 45: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

45

5.0 Accommodations to labours 1. The contractor shall, at their own expense make all necessary provisions for Housing,

water supply and sanitary arrangements for their employees as well as for works and shall pay direct to the authorities concerned, all rates and taxes.

2. The contractor shall construct the quarters for his staff on a good spot selected by him. The contractor shall maintain at his own cost an efficient staff to clean sewage as may be suggested by Engineer-in-charge.

3. Suitable fire preventive measures to the satisfaction of the Engineer-in-charge shall be taken by the contractor.

4. The contractor shall construct trench or semi-permanent latrines for the use of laborers. Such latrines shall be on a scale of not less than 5 per 100 persons in the camp. Separate latrines shall be provided for men and women. The huts for laborers shall be sufficient in nos. and shall confirm to the following requirement:

5. Huts of bamboo and grass may be constructed. 6. The camp shall not be established close to a large cutting or earthwork. 7. The lines of huts shall have open spaces at least 10 yards between two rows. Due

attention shall be given to drainage. 8. A floor space at a minimum rate of 30 sft. Per head shall be provided in the hutments. 9. The contractor shall construct at least one bathing place per 20 persons. The baths

shall be properly screened and separate bathing places for men and women shall be provided. Washing places shall be provided at minimum one per 30 persons.

10. Sufficient arrangements for drainage of sewage water from bath, washing, etc. shall be made to the satisfaction of the Engineer-in-charge.

11. Contractor shall maintain necessary staff for conservancy and cleanliness of the camp to the satisfaction of Engineer-in-charge. At least one sweeper per 200 persons should be employed. The Assistant Director of Public Health shall be consulted before opening a layout camp and his instructions in respect of water supply, sanitary conveniences, camp site accommodation and food supply etc. should be followed by the contractors. The contractor shall make arrangement for all anti malaria measures or in case of epidemic shall take necessary measures as directed by the Assistant Director of Public Health. Safety precaution as laid down by the safety manual published by C.W. and T.C. shall be followed by the contractor; a copy of the manual will be available for reference at the Office, of the Engineer-in-charge.

6.0 Paid Leave Facility:

Paid leave facility at the rate of one day for every twenty days worked by the contract labour shall be provided by the contractor to his workers. He shall maintain leave records/leave cards for individual laborers which shall be duly verified and certified by the authorized officer of the GSECL.

7.0 Gratuity / Bonus liabilities:

The contractor shall pay Gratuity and Bonus to its eligible employees under the Gratuity Act and Bonus Act if it is applicable.

8.0 The Contractor shall employ adequate number of experienced staff at site for daily supervision and for maintenance of various registers and records required under the law and contract. No payment for supervision shall be admissible.

9.0 Contractor to indemnify the Corporation

The contractor shall indemnify and keep indemnified the Corporation and every officer and employees of the Corporation and also Engineer-In-Charge and his staff against all actions, proceedings, claims, demands, costs and expenses whatsoever arising out of or in connection with the matters referred in above clauses and elsewhere and against all actions, claims, demands, costs and expenses which may be made against the Corporation by any workman/employee of the contractor or any sub contractor and/or from any liability may arise to any workman/employees of the contractor or any sub contractor under any laws, rules or regulation having the force of law including but not limited to claims against the owner under workmen compensation Act, 1923. The employee’s Provident Act 1952, and/or the contract Labour (Abolition and Regulation) Act 1979. The Corporation shall not be liable for or in respect of or in consequence of

Page 46: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

46

any accident or injury to any workmen or other person in the employment of the contractor or his sub-contractors and the contractor shall indemnify and keep indemnified the Corporation against all such damage and compensation and against all claims, demands, proceedings costs, charges and expenses whatsoever in respect thereof or in relation thereto.

10.0 The Corporation reserves the right to terminate this rate contract at any time during its pendency without giving notice of termination or any reasons thereof.

11.0 The Corporation will be entitled to deduct directly from the bills, to be paid to the Sub-

contractor and Laborers any sum or sums payable by contractor and which sum/sums the Corporation is required to pay as a principal employer on account of contractor’s default in respect of all liabilities referred to in above clauses.

12.0 Nothing in the contract document stated shall place obligation or liability upon the corporation in respect of any such workmen/employee of contractor or sub-contractor.

13.0 Bidder should note that the prevailing Act at the time of execution of work over and

above act specified herein shall be binding to the Contractor.

14.0 Employment of Scarcity Labour: If Government declares a state of scarcity or famine to exist in any village situated within 20 Kms of the work, the piece worker/contractor shall employ upon such part of the work as are suitable for unskilled labour; any person certified to him by the Executive Engineer or by any person to whom Executive Engineer may have delegated this duty in writing to be in need of relief and shall be bound to pay such person wage not below the minimum, which Government may have fixed in this behalf from time to time. Any implementation of this clause shall be decided by the Superintending Engineer/Engineer-in-charge whose decision shall be final and binding on the piece worker/contractor.

15.0 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.

16.0 MINIMUM WAGES ACT: 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 payment in Bank / presence of the GSECL’s officer or representative.

17.0 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.

18.0 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.

19.0 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.

20.0 WORKMEN’S COMPENSATION FUND AND EMPLOYER’S LIA BILITY INSURANCE: 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

Page 47: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

47

laborers may cover before starting the works.

21.0 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.

22.0 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.

23.0 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.

24.0 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.

25.0 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.

26.0 Dispute, if any, taking place between the contractor and laborers must be intimated to

LWO/DGM, Ukai, TPS immediately. 27.0 Any casualty will also have to be borne by the contractor for the period the contract

continues. 28.0 For ARC/BRC contract, 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.

29.0 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.

30.0 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.

47. MATTERS RELATED TO EXECUTION OF WORK: a) Work shall commence from the date given in letter to commence the work by EIC at

site. The Contractor shall make all necessary arrangements at site to mobilize labour, operators, divers and materials and maintain necessary number of machinery and equipment, barge, pontoons etc., to guarantee the agreed rate of progress of work as per schedule.

b) A detailed work schedule showing how he proposes to carry out the work, specifically mentioning time periods as well as date of commencement and completion of each activity and such approved schedules must be strictly adhered to by the CONTRACTOR. After the owner has agreed with the schedule, the Contractor shall prepare detailed program of each work front/activity breaking it down giving daily quantifiable/measure of progress. The schedules are to be reviewed periodically with the OWNER / ENGINEER to ensure that the completion date will be met or to institute corrective steps (at no extra cost to the ENGINEER) to adhere to the completion dates. The OWNER reserves the right to revise the schedule at his discretion in order to keep up to the completion date and to suit the project requirement and such alterations shall not entitle the CONTRACTOR to any extra payment.

c) A work schedule with PERT / Bar Chart for carrying out the work in prescribed time limit mentioning date of commencement, activity to be carried with its time period, starting & finishing event for each activity, completion of total project in critical path etc, shall be jointly fixed and approved by the GSECL. Such approved schedules must be

Page 48: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

48

strictly adhered by the Contractor. d) After the GSECL has agreed with the schedule, the Contractor shall prepare detailed

program of each work front / activity breaking it down to daily quantifiable measure of progress. The schedules are to be reviewed periodically with the Owner / E.I.C to ensure that the completion date will be met or to institute corrective steps (at no extra cost to the GSECL) to adhere to the completion dates. The Owner reserves the right to revise the schedule at his discretion in order to keep up to the completion date and to suit the project requirement and such alterations shall not entitle the Contractor to any extra payment.

e) The GSECL reserves the right to delete any item of schedule-B for which contractor shall not have any right to claim on this account.

f) One permanent reference bench mark and a reference base line shall be given for lay out of work, which shall be maintained without disturbance by the CONTRACTOR during the tenure of the contract. CONTRACTOR shall establish local bench marks as directed by the ENGINEER IN CHARGE.

g) The contract or any part thereof shall not be subject to change without the written permission of the Chief Engineer (Gen.) GSECL, Ukai, TPS or his authorized representatives.

h) During the execution of the work if it is found that the work is not progressing as per the scheduled program approved by the GSECL & planned by the contractor, due to the reasons attributable to the contractor, suitable action shall be taken as per Clauses in this tender elsewhere & other relevant clauses appearing in the section of “Terms & condition of tender & works contract, Legal conditions of works contract” 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.

i) Contractor shall attend meetings at EIC's office at site or any other place as fixed by the EIC, as and when required for review, discussion, coordination etc. Attending these meetings shall be obligatory on the part of the Contractor, at no cost to the GSECL.

j) The Contractor shall take all requisite & necessary care to observe that no damage is caused to the existing, pumps, existing works, service road, or any other structure etc. For any damage to the existing structures of the GSECL, the Contractor shall be held responsible and he will have to rectify the damage immediately up to the satisfaction of Engineer in Charge, at his own cost.

k) The work shall be completed within the period stipulated in the contract. & site clearance arranged according to the progress of work at site. Therefore, the contractor has to organize & coordinate the work to suit these circumstantial conditions. 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 payable to the contractor on this account or any site conditions under any circumstances.

l) No idle charges shall be entertained by GSECL for any site condition or any circumstances. The corporation will not pay any type of advances including mobilization advance

48. RECOVERIES:

a) In case of any damage to equipment / machinery or structure / building of GSECL or any public property due to negligence of contractor or any other reasons attributed to contractor, the decision of E.I.C. regarding the amount of recovery shall be final.

b) If the contractor fails to execute the work as per direction of E.I.C. within the time frame given, the GSECL shall get the work done through any other contractor at the risk and cost of the contractor and the cost of execution of such work along with 15% overhead charges shall be deducted from contractor’s monthly bill over and above recovery as per rules.

c) Recoveries due from the contractor, up to the end of the month previous to the one in which the bill is prepared shall be made from bills approved for payment every month or at other periods when the bills are prepared, for the various items in the following order of priorities and extents.

d) Deduction on account of security deposit in full together with shortage, if any, to be made good.

e) Penalty in full, if levied. f) Expenditure, if any, incurred by the Corporation on Contractor’s behalf in labour or

materials in full. g) Charges for services such as water and power supply etc. in full. h) Charge on account of supply of materials like cement and steel in case of shortages

found in balance or excess consumption than specified. i) Hire charges for Corporation or Government machinery if any.

Page 49: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

49

j) Recoveries of advance and secured payment or payments for preliminary work in full or the installment due if and as the same as may have been allowed.

k) Rent recovery on account of allotting quarters on rent as per Corporation’s rules. l) Income tax and sales tax in full as per Government rules. m) Outstanding recoveries in respect of other contracts awarded by the Corporation if any. n) Other recoveries. (If any)

49. WORK TO BE EXECUTED TO THE SATISFACTION OF THE ENGI NEER -IN-

CHARGE: The contractor shall proceed with the work with diligence and expedition and the whole of the work herein specified as well as the mode of execution shall be under the supervision and direction and shall be carried on to the entire satisfaction of the Engineer-in-charge, who shall have full power to order the contractor to alter, enlarge or diminish the form, dimensions, positions, or quantities of any of the work or to make use of material and workman-ship of different descriptions and qualities from this herein specified.

The whole of the works, together with any temporary works, associated therewith, shall be carried on in the most substantial proper and mannered workman like manner, with the best materials and workmanship and to the entire satisfaction of the Engineer-in-charge and in such order of time as he may direct. The contractor shall attend to and execute without delay all orders and instruction which may from time to time be issued by the Engineer-in-charge.

50. MATERIALS WORKMANSHIP etc.:

The work shall be executed in thoroughly substantial manner with material and workmanship of best quality and strictly in accordance with the specifications and with the drawings, or with such other drawings or written instruction as may from time to time be furnished to the contractor, in accordance with terms of this contract and shall be completed in every respect with all materials and workmanship implied and necessary according to the fair interpretation and meaning of the same and should there be any discrepancy between the drawings and specifications or any difference or disputes as to the dimensions to be worked to or the quality of the materials to be used, or the mode of doing periodical quantity of the work to be executed or with respect to any subject arising out of this contract, the decision of the Engineer-in-charge shall be final and binding on all parties. Rejected material shall be so disposed off as to obviate any possibility of their use on works. The place, method and period of disposal shall be as directed by the Engineer-in-charge.

51. SAMPLES OF DESCRIPTIVE DATE: Samples of descriptive date, requiring approval, shall be submitted by contractor to the Engineer-in-charge in good time before the use of such material for inspection and permission of testing if required. The samples shall be properly marked to show the name of the material, manufacture, place of origin, and place where to be used etc. Failure of any sample to pass specified tests will be sufficient cause for the refusal to consider any further sample from the same source.

52. FENCING AND LIGHTING AND VENTILATION

Except as herein after provided, the contractor shall unless otherwise specified, be responsible for the proper fencing, guarding, lighting and taking of the necessary safety measures for all works comprised in the contract and or the proper provision of temporary roadway, footways, guards fences, caution notices etc. as far as the same may be rendered necessary by reasons for the work for the accommodation and protection of workman foot passenger or other traffic and of the owners and occupiers of adjacent property and of the public and shall remain responsible for any accidents that may occur on account of his failure to take proper and timely precautions. All the arrangements made for fencing, lighting and ventilation shall be maintained by the contractor throughout the tendency of the contract till physical taking over of the work by the department.

53. LIABILITY FOR DAMAGE TO WORKS OR PLANTS ���� The contractor shall during, the progress of the work, properly cover up and protect the

work, and plant, and materials placed at his disposal or acquired for him by the Corporation, from injury by exposure to the weather, or any cause what so ever and shall take every reasonable proper timely and useful precaution against accident or injury to the same from any cause and shall be and remain answerable and liable for all accidents, or injuries thereto which until the same be or be deemed to be, taken over by the Corporation, may arise or be occasioned by the acts or omissions of the contractor or his workmen of sub-

Page 50: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

50

contractors, and all losses and damages to the works or such plant or material arising from such accidents or injuries as aforesaid shall be made good in the most complete and substantial manner by and at the sole cost of the contractor and to the reasonable satisfaction of the Engineer-in-charge. If the contractor fails to make good such losses & damages within the time given by the Engineer-in-charge, the Corporation shall be at liberty to recover the amount fixed by the Engineer-in-charge for such losses or damages or any part thereof by deducting it from any sum due by the Corporation to the contractor under this contract or otherwise.

���� Further the contractor shall, at all time, protect and preserve all materials, plant and equipment that he may himself have procured for the execution of the work. All reasonable requests of the Engineer-in-charge to enclose or especially protect any of the above shall be expeditiously compiled with.

���� If the Engineer-in-charge considers that the work or materials or plant is not sufficiently protected by the contractor, he shall be entitled to arrange for such protection at his unfettered discretion and recover the cost thereof from the contractor.

���� Until the work shall be or be deemed to be taken, over as aforesaid, the contractor shall also be liable for and shall be deemed to have indemnified the Corporation in respect of all damage or injury to any person or any property of the Corporation or of others, occasioned by the negligence of the contractor or his workmen, or his sub-contractor, or by defective design, work or materials.

54. EXPLOSIVE PROCUREMENT AND STORAGE (IF APPLICABLE) i) Explosives, petrol, oils, fuels and other inflammable materials shall be stored strictly in

accordance with the rule of the Explosive Department.

ii) The contractor shall at his own expense construct and maintain, proper magazines which are required for the storage of explosive and arrange for proper storage facilities for oils, fuels etc. for use in connection with the work.

iii) The contractor shall at his own expense obtain such license or licenses as may be necessary for strong and using explosives, oils, fuels etc. The department shall not take any responsibility whatsoever in connection with the storage or use of explosives on the site, or any accident or occurrence whatsoever in connection therewith. All operation of the contractor in which or for which Explosives are employed shall be at risk of contractor and upon his own responsibility.

55. MATERIALS TOOLS AND PLANT BROUGHT ON THE SITE OF WO RK

All materials, tools and tackle of the contractor brought to and delivered upon the site for the purpose of the work shall from the time of their being so brought shall be deemed to be the property of the Corporation in its possession to be used for the purpose of the work and for that purpose only and shall not on any account be removed or taken away by the contractor or any other person without the written permission of the Engineer-in-charge but the contractor shall nevertheless be solely liable and responsible for and loss destruction thereof or damage thereto. The Corporation shall have a lien on such materials, tools and tackle for any sum of sums which may at any time prior to the completion of the works be due or owing to the Corporation by the contractor, under in respect of and dispose of any such materials, tools and tackle in such manner as the Corporation may think fit and to apply the proceeding in or towards the satisfaction of such sum or sums so due or owing as aforesaid but subject to such lien and power of sale and disposal such surplus materials, tools and tackle shall belong to the contractor and may be removed and disposed off by him as he may think fit.

56. ACCESS TO SITE AND WORK ON SITE

The Engineer-in-charge or his authorized representative may if he consider fit from time to time enter upon any lands which may be in the possession of the contractor under this contract, for the purpose of executing any work not included in this contract and may execute such work not included in this contract by agents, or by other contractors at his option and the contractor shall in accordance with the requirements of the Engineer-in-charge, afford all reasonable facilities for execution of the works including occupation of lands by structure or otherwise for any other contractor employed by the Corporation and his workmen or for the workmen of the Corporation who may be employed in the execution on or near the site of the work not included in the contractor’s any contract in connection with or

Page 51: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

51

ancillary to the works and in default, the contractor shall be liable to the Corporation for any delay or expense incurred by reason of such default. Provided always that if the exercise of those power shall cause any damage to the contractor he may within fifteen days of such damage arising make a statement of the same to the Engineer-in-charge who shall from time to time assess the value in his Judgment of such damage and the Corporation shall from time to time shall pay to the contractor the amounts (if any accepted as justified) by the Engineer-in-charge. The contractor shall not however, on account of any such modified, new or extra work executed by or for the same of the Corporation be entitled to claim relief from the obligation to execute other works.

57. INSPECTION OF WORKS

The Engineer-in-charge or his duly authorized agent shall have at all time full power to inspect the works, wherever in progress, either on the site, on the contractor's premises or at the premises wherever situated, of any firm or Corporation where work in connection with this contract may be in hand. Further, the contractor shall not allow, without written authorization permit entry on site of work, any person except authorized agents of the Corporation of the Engineer-in-charge or the contractor's staff and labour directly engaged on and in connection with the work. The contractor shall, during working hours, maintain supervisors having sufficient training and experience to supervise the various items and operations of the work and the said supervisors shall remain present during the inspections of the Engineer-in-charge. All orders and directions given to such supervisors or other staff of the contractor shall be deemed to have been given to contractor. Further the Engineer-in-charge may be due notice, desire a higher ranking members of the supervisory staff of the contractor to be present on any specified inspection and the contractor shall comply with such direction.

58. CLEANING UP � The contractor shall at all times keep the construction area and his power house and storage

areas free from accumulation of waste, or rejected materials. � Prior to the completion of the work the contractor shall remove all rubbish from and about the

premises, and all tools, scaffolding, equipment and materials which are not part of permanent structure. The premise will be left in a manner fully satisfactory to the Engineer-in-charge, thereafter only the completion certificate will be issued.

59. CONTRACTOR TO KEEP INVENTORY OF MATERIALS etc.

The contractor shall prepare and maintain an inventory of all materials temporary rolling stock, plant purchased or hired for use of employment or for any of the purposed for this contract and such inventory or a copy thereof shall at all times be available for inspection by the Engineer-in-charge. A complete and up to date copy of the inventory shall be submitted to the Engineer-in-charge in the beginning and once a year; thereafter changes in the interim period, if any shall be communicated on every three months.

60. CONTRACTOR TO RESTORE PLANT

Upon completion of the work, the contractor shall deliver to the Corporation, all appliances, materials, and plants which may have been loaned or hired to him by the Corporation and make good all damages which may have occurred to them, except such as shall be caused by fair wear and tear in execution of the works.

61. PROGRESS SCHEDULE

i) The contractor shall furnish, within one week unless extended by the Engineer of the order to start the work, a progress schedule in quadruplicate indicating the date of start the weekly progress expected to be achieved and the anticipated completion date of each major items of work to be done by him, also indicating dates of procurement and setting up of materials, plant and machinery. The schedule should be such as is practicable of achievement towards completion of the whole work in the time limit and of the particular items on due dates specified in the contract and shall have the approval of the Engineer. Further, the dates for the progress as in this schedule shall be kept up-to-date. In case it is subsequently found necessary to alter this schedule, the contractor shall submit in good time a revised schedule incorporating necessary modifications proposed and get the same approved by the Engineer. No revised schedule shall be operative within such acceptance in writing.

Page 52: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

52

Detailed schedules for each week showing the progress proposed to achieve shall be submitted to the Engineer and got approved. The Engineer is further empowered to ask for more detailed schedule or schedules any week by week, for any items or items, and the contractor shall supply the same as and when asked for.

ii) The Engineer shall have, at all times the right without in any way vitiating this contract, or forming grounds for any claim to alter the order of the works or any part thereof and the contractor shall after receiving such direction proceed in the order directed. The contractors shall also revise the progress schedule accordingly and submit four copies of the revised schedule to the Engineer within seven days of the Engineer's direction to alter the order of works.

iii) The contractor shall furnish sufficient plant equipment and labour and shall work such hours and shifts as may be necessary to maintain the progress on the work as per the approved progress schedule. The working and shift hours shall comply with all GSECL's regulations in force and shall be such as may be approved by the Engineer. They shall not be varied without the prior approval of the Engineer.

iv) The contractor shall from time to time as may be required by the Engineer, furnish the Engineer, with a statement in writing of the arrangement he proposes to adopt for the execution of this contract and the Engineer may if he considers, necessary at any time advise alteration in the same, which the contractor shall adopt on notice thereof.

v) The progress schedules shall be in the form of progress charts, forms, statement and/or reports as may be approved by the Engineer. Further, the contractor shall submit four copies showing the progress of work in forms and charts etc. at periodicals intervals as may be specified by the Engineer.

62. DATE OF COMPLETION

The contractor shall supply, erect, equip and construct the whole of the works and hand over them to the Corporation on or before the date specified in the tender document including "Special Conditions" and save as herein provided, in no circumstances whatever shall extend or alter the date for the completion of works. Provided always that if in the opinion of the Engineer-in-charge the completion of the works shall be delayed by any change of original design or by the order of the Engineer-in-charge, of any altered, modified substituted or additional works or materials omitted or by strikes, lock outs or stoppages of labour, or revolution, riots, civil or political disturbance or by causes directly due to war or by the contractor not being given possession of the site or any part there-of or by the Corporation taking possession of and using the site or any part thereof or the works or any part thereof, whether any nonperformance of work under the powers herein contained or otherwise or by any nonperformance of work or non-supply of materials to be performed or supplied by the Corporation or by the contractor not receiving any orders, drawings, instructions or directions in time or by the suspensions of the works or by fire, flood exceptionally bad weather tempest, storm, or by from unforeseen circumstances (and whether the same shall be due to any act or omission of the Corporation or its agents or those in their respective service or not) the Engineer-in-charge may, if in his unfettered discretion, he thinks fit either forthwith or at any later time and from time to time not withstanding that the prescribed or extended time for completion has expired or that the work have been completed, by writing under his hand, extend the time for the completion of the works to such date as he shall appoint. Provided always that unless the contractor makes a written application to the Engineer-in-charge within one month of the cause of delay and unless the time is extended by the Engineer-in-charge, the prescribed time shall not be extended not withstanding delays from the aforesaid foregoing or any other causes of whatsoever kind.

63. SUBLETTING OF CONTRACT

There will be generally no objection on the component parts for the work, being given over to responsible sub-contractors but Corporation shall under no circumstances recognize these sub-contractors and the responsibility of executing the work in the accordance with the conditions of contract will entirely rest on the main contracts. The main contractors will therefore always have the very responsible member, preferably a technical hand present on the works with power to sign all work orders issued on the site of work and to take requisite actions in the interest of very efficient execution of work. However, the subletting of the

Page 53: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

53

contract can be made only with the prior approval of the competent authority of the Corporation.

64. OTHERCONTRACTS FOR THE WORK SUSPENSION STOPPAGEOR

CURTAILMENTS OF WORK If during the tendency of the contract the Engineer-in-charge shall for any reasons (which shall be unquestioned) whatsoever require the whole or any part of the work as specified in the contract to be suspended for any period or shall not require the whole or any part of the work as specified in the contract to be carried out at all by the contractor, he shall give notice in writing of the fact to the contractor who shall thereupon suspend or stop the work totally or partially as the case may be. In any, case, except as provided hereunder, the contractor shall have no claim to any payment or compensation whatsoever on account of any profit or advantage which he might have derived from the execution of the work in full but which he did not so derive in consequence of the full amount of the work not having being carried out, or on account of any loss that he may be put to on account of materials purchased or agreed to be purchased or for unemployment of labour recruited by him. He shall not also have any claim for compensation by reason of any alterations having been made in the original specifications, drawings, designs and instruction which may involve any curtailment of the work as originally contemplated. Where, however, materials have already been purchased or agreed to be purchased by the contractor, before receipt by him of the aforesaid notice, the contractor shall be paid for such materials at the rate determined by the Engineer-in-charge, provided they would have been useful for the work curtailed or stopped are not in excess of requirements, are of approved quality and cannot be used on other contract works or otherwise by the contractor and/or shall be compensated for the loss if any, that he may be put to, in respect of materials agreed to be purchased by him, the amount of such compensation to be determined by the Engineer-in-charge, whose decision shall be final. The Engineer-in-charge may grant extension of time for the execution of any item or items of work affected by such suspension of work. The decision for the Engineer-in-charge, regarding the granting of extension and the period thereof shall be final. The Engineer-in-charge may order the contractor to suspend any work on account of bad weather; rain or storm and such other adverse climate conditions and the contractor shall comply with the same. The contractor shall not be entitled to an compensation for such suspension of work, concrete lining at the junctions of the different works under different contract shall be done with particular care regarding forms, construction joints, interconnecting reinforcement etc. if any and the joint planning of such work shall be with prior approval of the Engineer-in-charge.

65. OTHER CONTRACTORS

Apart from this work, the other works connected with the power house will be simultaneous going on either departmentally or through agencies inside or outside the power house. Each contractor or agency shall co-operate with others to the fullest extent and shall allow to each other every facility and co-ordination for execution of their works simultaneously and satisfactorily, during their action of machinery or execution of any other co-ordination works of the power house, the contractor will have to work only at places as directed by the Engineer-in-charge. He will have some time to suspend his work partially or totally in the interest of the work at large. In such cases and at such time, he will be informed from time to time and directed by the Engineer-in-charge where to work. He may also be required to remove the scaffolding or to erect the scaffolding and shuttering in such a manner as to be of little obstruction and inconvenience for erection of machinery. In such cases he shall not be given any compensation on account of reduction or stoppage or labour force or removal and reinstatement of scaffolding shuttering etc. It will be seen that contractor is not put to unnecessary inconvenience. In the matter of dumps, haul, roads, drainage, diversion and the like, each contractor shall take into consideration the needs and requirements of the other constructors, if any working in the vicinity. Further no contractor shall take or cause to be taken any stops or action that may cause disruption, discontent or disturbance to the work, labour of arrangements etc. or other contractors in the neighboring project localities.

Page 54: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

54

Any action, by any contractor, which the Engineer-in-charge in his unquestioned discretion may consider as infringement of the above code, would be considered as a breach of the contract conditions and the Engineer-in-charge may take such action as he may deem fit against the contractor and the action taken shall be considered as final and binding.

66. SPEED OF WORK

The contractor shall at all times maintain the speed of work to confirm to the latest operative progress schedule but the Engineer-in-charge may at any time with sufficient notice in writing direct the contractor to slow down any part or the whole of the work for any reason (which shall not be question whatsoever, and the contractor shall comply with such orders of the Engineer-in-charge. The compliance of such orders shall not entitle the contractor to any claim or compensation.

67. CONTRACT DOCUMENT AND MATTERS TO BE TREATED AS

CONFIDENTIAL All documents, correspondence, decisions and other matter concerning the contract shall be considered as of confident and restricted nature by the contractor and he shall not divulge or allow access there to any unauthorized persons of any kind.

68. ACCESS TO THE CONTRACTOR'S BOOK Whenever it is considered necessary by the Engineer-in-charge to ascertain the actual cost for execution of any particular item of work of supply of plant or material shall direct the contractor to produce the relevant documents such as pay rolls records of personnel, invoices of materials and any other data relevant to the item or necessary to determine its cost etc. and the contractor to the aforesaid items in the mode and manner that may be specified.

69. INTEREST ON MONEY DUE TO THE CONTRACTOR

The contractors shall not be entitled to get interest on any amount either of their bills or arrears whatsoever because of delay in payment by the Corporation. Similarly they shall not be entitled for any interest on amount of bank guarantees given by them. Non-payment of interest by the Corporation therefore, shall not cause breach of contract.

70. MEASUREMENTS TO BE PROVISIONAL AND SUBJECT TO CORRE CTION

Every measurements for running payment on account of work, done or supplies made, shall be subject to adjustment or final measurements. In case of disagreement between such intermediate and final measurements, the latter shall prevail. All works shall be measured, met by standard measure and according to rules and custom and usual in the use in Gujarat State Electricity Corporation Ltd., and no proposal to adopt alternative method will be accepted, the Executive Engineer’s decision as to what is “the usual method in use in the Gujarat State Electricity Corporation Ltd.” shall be final.

71. BREACH ON PART OF CORPORATION NOT TO ANNUAL CONTRAC T No breach or non-observance on the part of the Corporation of any of the agreements contained herein, shall annul this contract or discharge the contractor from the observance and performance thereof or of any part thereof, but on application by the contractor and in the unfettered discretion of the Engineer-in-charge an extension of time may be given to the contractor in respect of such breach or non-observance by the Corporation.

72. PROFORMA RETURNS

The contractor shall maintain Performa, charts and details regarding machinery equipment materials, labour personnel and other matters as may be specified by the Engineer-in-charge. He shall further, submit returns of Performa and details as may be specified by the Engineer-in-charge from time to time.

73. LOCAL LAWS

All local laws in force at the time of entering into the contract and those enacted thereafter shall be binding on the contractor and he shall abide by the same.

Page 55: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

55

All import duties, sales tax and other local taxes shall be borne by the contractor and they shall be deemed to have been covered by this quoted tender rate

74. WORKS IN SHIFT DUTY

Works shall be planned in shift duties, if possible in three shifts, depending on emergency of the work with prior approval of Eng. - in- charge. 0n Sunday or any other holidays work shall be continued in order to maintain progress with prior permission of Eng.-in -charge. Such works shall not form any grounds for complaint, compensation or extension of time limit. If on the other hand, the Engineer-in-charge directs that the work shall be proceeded with on days and during hours which are not permissible under this contract, the contractor shall proceed with the work as directed without in any way vitiating this contract or forming any grounds for compensation of claim. The contractor shall in his dealing with labour, at all times, during the period of this contract, have due regard to local festivals and religious and other customs. A working day shall consist of two shifts each of eight hours, a working day shall constitute any day on which in the opinion of the Engineer-in-charge, work can be carried out in one or more shifts.

75. LIENS Final payment to the contractor shall not be made until the contractor shall deliver to the purchaser or receipts in full in lieu thereof, and in either case, an affidavit that so far he has knowledge or information the releases and receipts include all the labour and material for which in lien could be filed. If any lien remains unsatisfied after all payments are made, the contractor shall refund to the purchaser all moneys that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney's.

76. MISCELLANEOUS: 1. 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

2. The Notice inviting tender, general instruction to bidders and all other documents of this tender shall form part of the contract

3. No receipt for any payment alleged to have been made by a Contractor in regard to any matter relating to tender of the contract shall be valid and binding on the Corporation unless it is signed by the Engineer-in-Charge.

4. As per provisions of Income Tax Act, Corporation shall deduct Income Tax at the applicable rate.

5. Agency has to note that the extension of Time limit/excess saving in the works if required to approve, than it shall be processed as per the provision of DoP and will take time for process the same.

6. The contract is inclusive of the cost of materials required to complete the work in totality. 7. It will be absolutely incumbent on the contractors to have on the site of work only such of

the materials as have been duly passed by the Engineer-in-charge. Materials that have been rejected must on no account be allowed to remain on the site, and in spite of written order to do so, any such rejected materials is on the site beyond a period of 48 hours’ notice, the Engineer-in-charge shall have the right to remove it, at the risk and cost of the contractors and even to destroy it.

8. It must be distinctly understood that conditions of contract and of claims in respect of extra work, will not be allowed unless the works to which they relate is clearly without the spirit and meaning of the specifications or unless such works are ordered in writing by the Engineer-in-charge and claimed for in specified manner.

9. Contractor will be asked to present the sample of materials, and the approved samples will be preserved at the site of work, and no change in the approved sample will be allowed, without the written permission of the Engineer-in-charge.

10. The department reserves the right to make any change in the design and the plans of the works. The contractor shall be bound to carry them out at the rates tendered. No claim or compensation will be allowed on this account.

11. The contractor shall keep instruction book on site, for taking site instructions from time to time. This book shall be made available on site whenever asked for.

12. Above construction equipment brought to site shall be allowed to be taken out only after

Page 56: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

56

the work for which it has been brought is over. The equipment shall be taken out only with the specific permission in writing from the E.I.C. Only the equipment required for the work and in fit condition shall be brought to the site. The Contractor shall ensure that proper documentation is followed at entry gate of GSECL's premises for such items which shall be carried back by Contractor after completion of work.

13. The Contractor shall provide all temporary ladders, scaffolding materials, platforms, supports and other necessary facilities required for trimming & cutting of trees. The Contractor shall provide sufficient, strong and safe staging so as to ensure safety of the laborers.

14. The Contractor shall provide sufficient fencing, notice Corporations and lights to protect and warn others as may be considered necessary by the GSECL and safety authority.

15. The GSECL may during the progress of work, order the removal of part or whole of the work executed, found not in accordance with the approved drawings, specifications/ instructions. No extra claims shall be entertained for re-executing or altering of such work.

16. On completion of the work, the site shall be left in good order and the excess materials, scraps, debris, if any shall be removed and dumped by the Contractor at place/places as designated by the GSECL. The Contractor shall also dismantle and remove the staging and other temporary facilities like stores, offices, labor camp etc. on completion of work.

17. Contractor is required to maintain proper records at site of work in addition to normal

routine requirement of own office. The records to be maintained shall include but not limited to the following: (a) Daily Progress Record. (b) Work Site Order Book. (c) Instruction by GSECL's Officers. (d) Test Registers of other materials/fittings, fixtures, equipment as stipulated in the

tender. (e) Register for Working Details. (f) Log Book of Defects. (g) Hindrance Register giving details of commencement and removal of each

hindrance. (h) Supply and consumption registers of all materials shall be maintained. (i) Day to day Record of used/received materials shall be entered in the register and

signed by the Site Engineer of the GSECL as well as contractors' representative at site.

(j) Measurement Book. (Signature of Contractor) Address &Seal: CHIEF ENGINEER (GEN) GSECL, UKAI, TPS

Page 57: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

57

SECTION-D

� SPECIAL CONDITIONS FOR USE OF CEMENT � LIST OF APPROVED MAKES FOR CIVIL, MECHANICAL AND EL ECTRICAL

ITEMS � GENERAL GUIDELINES RELEVANT TO I.S.

Page 58: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

58

SPECIAL CONDITIONS FOR USE OF CEMENT IN WORK

1 The rates in Schedule – ‘B’ is inclusive of cement cost. Contractor has to purchase fresh 43

grade cement confirming to as per IS 8112 Or PPC IS 1489 (Part-I) or as per tender condition.

2 Contractor has to construct pucca Godown at site of work so that cement bags can be properly preserved to avoid damage due to any kind of water/Humidity.

3 Contractor has to bring sufficient quantities of cement bags to maintain progress of work. The work should not suffer for want of cement.

4 Cement should be used to achieve required strength in cement concrete or as per item proportion.

5 To bring sufficient & 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 material A/c. For consumption of cement used with every bills. In case of not submitting the same, bill will not be passed. Party has to submit the copy of cement purchased bill and Challan/invoice along with each RA Bill/Final Bill.

7 No negative variation will be allowed for consumption in cement less then prescribed as per R & B SoR OR Corporation/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 Corporation’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 & grade throughout 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 cement concrete having grade of M–15 / M – 20 / M – 25 is 320 Kgs. / 375 Kgs / 400 Kgs. respectively. Contractor has to use minimum cement as above. Contractor should not use less than the prescribed quantities of cement even in the case of mix design recommends lower quantity. For other items cement consumption shall be as per provisions of SoR without any negative variation. Nothing will be paid extra for over consumption.

13 Contractor will be allowed to carry out work only after physical verification of cement brought at site.

14 Full cement bags brought by contractor shall be entered at IN GATE of Ukai,TPS.

Page 59: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

59

APPROVED MAKES: Sr. no. CIVIL ITEMS

Item Manufacturer 1 Steel Reinforcement Names of Manufacturer

1. Steel Authority of India 2. Tata Iron & Steel Co. Ltd. 3. Jindal 4. Lloyds 5. Essar Steel Ltd. 6. Ispat 7. Shah Alloys Ltd., Ahmedabad 8. Mahavir Rolling Mills Ltd., A’bad. 9. Bhawalka Steel Industries, Mumbai 10. Sur Vijay Rolling and Engineering Ltd., Nagpur 11. Shri Bajrang Alloys Ltd., Raipur 12. Unique Structures and Towers Ltd., Raipur 13. Sanghi TMT Steel – 8 mm to 16 mm dia. Bars. 14. Hans Ispat Ltd. Ta. Anjar – Kutch 15. Varsana Ispat Ltd. TA. Anjar – Kutch 16. Electrotherm India Ltd (TMT BAR 8 MM TO 32 MM)(EXCLUDING 18 MM) 17. Kamdhenu TMT (M/S KAMDHENU ISPAT LTD ) (8 MM TO 32 MM ) 18. G.K.TMT of M/s Ispat & Power Ltd. Raipur Chhatisgadh 19. M/s Gallant Metal Limited, Kutch.

2 Structural Steel SAIL, Vizag Steel, Tata 3 M. S. Plate/Coil SAIL, Tata Iron and Steel Co. Ltd., Jindal, Essar Steel Ltd., Ispat Ltd. 4 Welding electrodes Advani, Oerlikon (Over cord S),Esab (Esab 28/Esab) 5 Cement Sr.

No. Name of company Brand

Name Sr. No

Name of company Brand Name

1. A.C.C. Cement A.C.C. 2. Sanghi Cement Sanghi 3. Ambuja Cement Ambuja 4. Saurashtra Cement 5. Binani Cement Binani. 6. Digvijay Cement.

(DCC) Haathi

7. Birla Cement Birla A-1 8. India Cement Corromandal King

9. Gujarat Sidhee Cement

Sidhee 10. Ultratech Cement ( L & T)

Ultra-Tech

11. J.K.Cement J.K. 12. Jaypee Cement Jaypee 13. JK Laxmi Cement J.K.Laxmi 14. Wonder cement limited Wonder brand

MECHANICAL ITEMS Item Manufacturer 1 Pumps Aqua,Mather&Platt,KSB,Grundfose,ABS,Xylem 2 Valves Kirloskar,Kilburn,Fourses,Durga,Upadhyay 3 Pressure Gauges General Instruments, H. Guru Marketing, Scientific Devices, 4 Pontoon modules Litmus International, Baroda Polyform, 5 Rubber Flexible pipe Brahans, Hitech Rubber industries, 6 Pipe and Cable Floats Litmus International, Baroda Polyform, Sangir Plastic,

Page 60: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

60

ELECTRICAL ITEMS Sr. No. Item Manufacturer

1 Power Transformers Voltamp transformers Pvt. Ltd./ Transformers &

Rectifiers / Tbea / Atlanta transformers 2 HT Panel (VCB) ABB/Siemens/Schneider/CGL/L&T

3 Protection Relay (HT) General Electic/ ABB / Siemens/ Schneider/ Easun Reyrolle/ L & T/ Areva T & D.

4 GOD Kiron/ Pactil/ National

5 HT Cable Fort Gloster / Universal/ Havell’s/ Torrent /RPG cables

(Diamond)/ CCI / Polycab 6 HT cable jointing kit Raychem/ M Seal/ CCI / Dansons

7 PCC/MCC/MVDB/LDB/APFCP/Bus duct(LT) (Switchgears Only) L & T/ Control & switchgear/ Siemens/ schneider

8 Microprocessor based Soft Starter L & T/ Siemens/ Schneider/ ABB/ Control & Switchgear/ Allen Bradley

9

Air circuit Breaker/ Moulded case circuit breaker/ Switch disconnectors fuse unit/ contactors and over load/ relays

L & T/ Siemens/ Schneider/ ABB/ Control & Switchgear

10 Contactor and overload relays L & T/ Siemens/ Schneider/ ABB/ Control & Switchgear 11 Protective Relays L & T/ Areva/ CSPC/ ABB/ Easun Reyrolle

12 Isolators L & T/ Siemens/ GE/ Standard/ Havell’s/ HPL/ Elcon/ Schneider/ C & S/ Indo Asian

13 Multifunction meter (Load manager)/ Indicating meter (ACPF)

Conserve/ Rishabh (L & T)/ MECO/ Trinity/ El-measure/ HPL

14 Push button/ Indicating lamps Siemens/ Rishabh (L & T)/ Teknik/ Schneider/ Rass 15 HRC fuses & base Siemens/ L & T/ GE/ Indo Asian/ Standard

16 Timers Siemens/ L & T/ ABB/ EAPL/ Minilec/ JMP (Jyoti)/ Ellico/ C & S/ Indo Asian

17 MCB Siemens/ L & T/ Havell’s/ Schneider/ MDS 18 Terminals Elmex/ Connectwell/ Phoenix/ Wago (C & S) 19 Cable glands Comet/ HMI/ 3D/ Dowell 20 Current & Voltage Transformer ABB/ AE/ Easun Reyrolle/ Kappa/ Narayan

21 Auto Transformers Jyoti/ Kilburn/ MEI/ Kappa/ Sun/ Elembica/ Sueco/ Eltech / AE

22 Selector Switches EE/ Kaycee/ Siemens/ Jyoti/ Sulzer/ Recom

23 Capacitors (APP) Neptune Ducati/ EPCOS (Siemens)/ Asian/ L & T (Maher)/ Schneider

24 Annunciators Minilec/ Protons/ ICA/ Peacon 25 Cooling Fan Jainson/ Rexnord 26 Wires Finolex/ Polycab/ Havell’s/ RR Kabel 27 Cable trays Galvanized Iron (Fabricated) with type test certificate 28 Change over switch HH Elcon/ Havell’s/ C & S/ Standard/ HPL

29 LT cable (XLPE/ PVC) Power & Control

Fort Gloster/ Universal/ Havell’s/ Torrent/ Diamond Cables/ CCI/ Polycab

30 Submersible flat cable

Finolex/ Superstar Cable Industries/ Jainson Cables India Pvt. Ltd./ Darshan Cable Industries/ Chndresh Cables Ltd./ Diamond Power Infrastructure Ltd./ Aerolex Cables Ltd.

31

Submersible round cable (PVC/ Rubber)

Jainson Cables India Pvt. Ltd./ Aerolex Cables Ltd./ Everest Cables & Connectors Pvt. Ltd./ Finolex/ Allwin Industries/ CCI

32 Instrumentation and control cable

Delton/ Associated Cables Ltd./ Thermo control system/ Thermopad/ Cable corporation of India/ Niki Cables/ Polycab/ Havell’s/ Mecab Cables

Page 61: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

61

ELECTRICAL ITEMS Sr. No. Item Manufacturer

33 Lighting Fixtures Phillips/ Bajaj/ Crompton/ wipro / havells

34 Modular Switches, Sockets & Accessories Clipsal/ MK/ Toyama/ Anchor Roma/ Crabtree

35 PVC conduits & accessories Precision/ Circle Arc 36 Batteries AMCO/ SABNIFE/ Standard Batteries/ Exide/ AmaraRaja

37 Battery chargers Servilink/ Sabnife systems/ Chhabi Electricals/ Mass Tech controls.

(Signature of Contractor)

Address &Seal: CHIEF ENGINEER (GEN) GSECL , UKAI, TPS

Page 62: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

62

GENERAL GUIDELINES RELEVANT TO IS

Please refer latest edition of relevant Indian Standard Specification of Code i.e. B.I.S. General relevant I.S. of B.I.S. shall prevail for all items including materials, measurements etc.

The Item wise detailed specifications are intended for full description of items covered by Schedule “B”. The specifications are not however intended to cover every detail and the works shall be executed according to the spirit of the specifications below and the best prevailing P.W.D. practice. The clarification to any clause in detailed specifications shall be sought from the latest edition of relevant I.S. specification and codes. Where these specifications are at variance with the specification laid down in the I.S. Books stated above, the former will be applicable. As regarded matters not covered by any of the above specification, the decision of the Engineer-in-charge shall be treated as final and shall be binding upon the contractor. The contractor is expected to get clarified any doubt about specification, etc. before tendering by discussing with Engineer-in-charge.

For detail technical specification, the item wise description along with above general specifications shall hold good.

(Signature of Contractor)

Address &Seal: CHIEF ENGINEER (GEN) GSECL , UKAI, TPS

Page 63: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

63

SECTION-E

� TERMS AND CONTRACT FOR WORKS

� TERMS OF PAYMENT

� GENERAL SAFETY RULES

& LIST OF SAFETY TOOLS

Page 64: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

64

TENDER & CONTRACT FOR WORKS I/We hereby tender for the Gujarat State Electricity Corporation Ltd. (herein Referred as “Corporation”) of the work specified in the underwritten memorandum within the time specified in Schedule B (memorandum showing items of work to be carried out) and in accordance, in all respect, with the specifications, design, drawings and instructions in writing and as per annexed conditions of contract and agree that when the materials for works are provided by the Corporation, such materials and rates to be paid for them shall be as provided in Schedule A hereto. MEMORANDUM

(a) General description of work : Providing and laying of pipe line from ukai saddle dam to intake point of UKAI TPS parallel to ULBMC for supplying 2 3 cusec water to TPS UKAI and 2 cusec to Colony at GSECL, UKAI.

(b) Estimated cost : Rs. 11,67,67,827.00 (c) Earnest money : Rs. 11,67,679.00

(d) Security deposit : 5% of contract value

(e) Time allowed for the completion of work from date of written order to commence shall be as per the schedule of work already detailed in the tender.

Should this tender be accepted, I/We hereby agree to abide by and fulfill all the terms and provision of the conditions of contract annexed hereto as applicable and in default thereof forfeit and pay to the Corporation, the sums of money mentioned in the said conditions.

Receipt No. Date from the Gujarat State Electricity Corporation Ltd. in respect of the sum of Rs__________________________________________________________(The amount to be specified in figures and words) is herewith forwarded representing the earnest money (the full value of which is to be absolutely forfeited to the Corporation, should I/We not deposit the full amount of security deposit specified in above memorandum in accordance with clause (d). Security Deposit of the said conditions/otherwise the said sum of Rs…………………. shall be refunded on surrendering the original receipt, in case of non-awardance of contract.

Signature of the Contractor: Address of the Contractor: Dated__________________ day of _______________year Signature of Witness: Address of the Witness: Occupation: Dated__________________ day of _______________year The above tender is hereby accepted by me on behalf of the Gujarat State Electricity Corporation Ltd.

CHIEF ENGINEER (GEN)

GSECL, UKAI, TPS.

Page 65: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

65

TERMS OF PAYMENT

The bidder/operator shall raise the bill at the end of each month based on the milestones given below during execution period. Rates shall be as per PRICE BID or as agreed by employer. The contractor shall submit a Bank guarantee amounting to the value of BUY BACK value quoted in the Price bid and same shall be submitted by the contractor along with SD and prior to the commencement of work. No payments shall be made without submission of BGs.This BG shall be released after the contractor has submitted the amount of BUY BACK quoted in the Price bid.

The billing during O and M period shall be raised monthly (based on the details given in price bid). Civil Works

i. As per the rates quoted in BOQ. No payment shall be made towards supply of MS pipes at site. Payment shall be made only after fixing and alignment.

Mechanical, Electrical and instrumentation works i. 80% of the cost of Equipment : On Delivery of the Equipment at site. ii. 15% of the cost of Equipment : On Erection of the Equipment at site iii. 5 % of the contract value : On satisfactory Commissioning & trial run of the Plant.

Interconnecting Flexible Piping, Valves and Specials i. 80% of the cost of piping : On Delivery of the Piping, Valves, etc. at site. ii. 15% of the cost of Piping : On Erection of all the Interconnecting Piping & Valves. iii. 5 % of the contract value : On satisfactory Commissioning & trial run of the Plant.

Page 66: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

66

GENERAL SAFETY RULES & LIST OF SAFETY TOOLS. “GENERAL SAFETY RULES / NORMS” TO BE OBSERVED BY TH E CONTRACTORS

All the contractors working at UKAI, TPS shall have to strictly observe the following Safety Rules. Concerned Contractors are responsible for informing & observance of these rules by their supervisors/employees/labours as well as the supervisors/ employees/ labours of agencies/ sub-Contractors engaged, if any, by them for the work contract awarded to them. 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, are 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, nearest relative, of all persons 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 and shall be closed/ returned after completion of work.

03

The contractor shall check & securely cover or securely fence any opened fixed vessel, sump, tank, pit or opening in ground or in floor which, by reason of its depth, situation, construction or contents ,is or may be a source of danger before starting the work each & every day or after interval/recess. Contractor’s supervisor shall inform to concern HOD regarding any unsafe conditions.

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

05 � While carrying out work in confined space or inside vessel, 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 in case of emergency or arrange to get immediate outside help, shall remain present at entry point. Use full body safety belt without fail. � While working inside sewer, 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.

06 The contractor shall see that he / his persons do not work on or 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 its auxiliaries, on which there is traffic movements 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

Page 67: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

67

traffic on this route through other safe passage. 07 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 main 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 have specific prescribed life span shall not be used in any case if its expiry date is over.

08 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 your staff 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. Colour of worker Helmet is yellow only with agency logo.

02 Safety Goggles (Grinding, Welding, Punk, Panorama 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.

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 shoes/ Leather / Asbestos shoes, Gum Boots etc.

For protection of leg/feet against falling objects, sharp edged objects, heat, hot metals/objects, electricity etc.

08 SafetyBelt(full body hardness with double lanyard ) / Rope / Life line / Fall arrestor 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 toxic chemical fume / vapor etc.

11 Canister Gas mask. Protection against toxic/poisonous fumes/gases. 12 Air supply respirators. Working in oxygen deficient zone. 13 Portable Oxygen Meter Working in oxygen deficient zone & use in entry of

confine space & Major fire 09 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

Page 68: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

68

tested, examined & certified in form no.10 by Competent Person as per the Factory act-1948 & Gujarat Factories Rules and its validity do not expire. Further, it shall be fixed properly and firmly prior to lifting the weight. Test certificate of all Lifting machines used by Contractor to be submitted to concerned Engineer & Safety Officer before commencement of work.

10 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 /full body hardness with double lanyard & Fall arrestor & Helmet is compulsory. It is also necessary to fasten chinstraps of the helmet.

11 Contractor or their employee shall not interfere in day-to-day 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 for not to sit or take rest at/near/below running plants, auxiliaries, systems or any place which is risky, hazardous & prone to accident.

12 The cylinders containing poisonous / toxic or inflammable / explosive gas like Oxygen, Acetylene, LPG, Hydrogen, Ammonia, Chlorine, CO2etc 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.

13 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.

14 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&ANNEXURE may be obtained from concerned section or Safety Officer. In case of any electrical accident, it shall immediately be reported to Safety Department through concerned Sectional Head / Engineer. The prescribed Electrical accident form no. A as per electricity act-2003 & Form No. 21 & ANNEXURE as per Gujarat Factories rules shall be filled up by concerned department with written consent of contractor. The Form may be obtained from concerned section or Safety Officer. For any incident occurred but have no injury to any persons should also reported as per GSECL format and informed to safety officer as Near Miss Incident.

15 In all risky job, before start the work, contractor should obtain General Safety Work Permit through concerned section from Shift –in-charge in well advance.

16 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.

17 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 Station Mobile / phone No: 4444 or 4344 or 5555 & on intercom phone No. 02624-290049. Shift the casualty to nearby hospital after rendering first aid in case of accident. 24 X 7 Emergency Contact no. of Power Station w.e.f. / / .

18 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.

19 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.

20 All the relevant labour and industrial laws shall also be followed compulsorily. 21 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.

22 Under section.97 of Factories Act,1948 -Offences by workers: Subject to the provisions of section 111, If any worker employed in a factory contravenes any provision of Factories act or any rules or orders made there under ,imposing any duty or liability on workers, he shall be punishable with fine which may extend to Rs.500/- (Five Hundred rupees).

Page 69: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

69

23

All PPEs Should issue by party/agency/contractor to their contractor workers as per nature of job and allotment of PPE list shall be submitted on his letter head as per below mentioned format by Contractor before commencement of work to concerned HOD’s and Safety Officer. Sub: Issue of PEE to Contractor workers Sub of work Order: Work order no. Name of Agency: Date of Commencement: Time limit for work order: Sr. no.

Name of workers

Sr. No. of Gate pass

Designation

Name of Section under work execution

Name of PPE

IS :Code no. of PPE

Make of PPE

Qty

Unit

Receiving signature

Date of issue

A B C D E F G H I J K L 01

24 Safety talk/Safety instructions shall be given to contractor workers by JE/DE regarding hazards of specific work, risk &it’s control measure before starting the job work and records shall be maintained for each & every job works.

25 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), The Electricity Act-2003 & rules shall be followed strictly. The contractor shall also obey the rules / regulations / instructions of the local Competent Authority for safety requirements.

26 After completion of work, cotton waste, grease, oil, unused material, welding rod pieces, scrap etc. are to be removed by contractor in scrap yard of Main Store, Ukai, TPS.

27

All Labour rules & instructions to be followed by contractor & to be ensured by LWO/IRO/ DGM.

28 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.

29

Accidental back history of last Three year shall be submitted by contractor with technical bid & shall be checked by concerned HOD & Reviewed by Safety Officer at the time of technical scrutiny and accordingly contract to be awarded.

30 Contractor should issue photo gate pass for their workers from our Factory Manager as per Gujarat Factories rules, 1963 with mentioned work order number of GSECL, Ukai, TPS.

31 Contractor shall deploy Supervisor for work control during their job. 32 Party will damage any fire equipments or property or machinery in factory during execution of

work, total damage cost will be recovered from party RA bill and recovery Office note put up by concerned sectional Head.

33 Under The Conditions Framed Under Rule-45 Of The Indian Electricity Rules, 1956, Electrical contractor License shall be submitted by agency/party with technical bid for electrical work with latest renewal from Chief Electrical Inspector, Gandhinagar-Gujarat. Electrical License photocopy shall be checked by Concerned HOD of Electrical Department.

34 Non-Sparking Non-Magnetic electrical hand tools and tool kits shall be used by Electrical contractor for safe use in areas where hazardous, flammable, or combustible vapors, liquids, dusts or residues may be present in Gas Based power plant and list of tools and tackles shall be submitted with technical bid. Non-Sparking Non-Magnetic electrical hand tools and tool kits shall be checked by JE/DE before commencement of Electrical work.

35 Spark arrestor (as per approved manufacturer of CCOE, Nagpur) shall be provided on each vehicle by party/agency and it will check by shift security in charge before entry of vehicles in factory premises.

Page 70: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

70

36 Prohibition of smoking, fires, lights, spontaneous ignition substance, matches; fuses, mobile phone etc are to be strictly followed by all workers who are working in factory premises.

37 Display Safety instructions shall be strictly followed by all workers who are working in factory premises.

38 License of driver shall be checked by security shift in charge before entry in the factory premises.

39 The above rules shall be scrupulously followed and where required, they may contact the Safety Officer in case of any ambiguity or needs further guidance in this regard.

CHIEF ENGINEER (GEN.) GSECL, UKAI, TPS. SIGNATURE OF CONTRACTOR (With Rubber Stamp & Date)

Page 71: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

71

SECTION-F

� PERFORMA FOR BANK GUARANTEE

� INTEGRITY PACT � CERTIFICATE – A � ANNEXURE - I

Page 72: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

72

ON STAMP PAPER OF Rs.100/-

FORM OF BANKER’S UNDERTAKING

(For Security Deposit for work period as per Terms and Conditions of Tender)

We, Bank of ______________________________________________ hereby agree unequivocally and unconditionally to pay immediately on demand in writing from the Gujarat State Electricity Corporation Limited, or any Officer authorized by it in this behalf any amount up to and not exceeding Rs.__________ (in words) Rupees ____________________________________________________________________ to the said Gujarat State Electricity Corporation Limited on behalf of M/s.___________________________________________________ who have entered into a contract for the supply / works specified below : L.O.I. No. _____________________________________________________ dated ______________. This agreement shall be valid and binding on this Bank upto and inclusive of________________ and shall not be terminable by notice or by change in the constitution of the Bank or the firm of Contractors / Suppliers or by any other reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given conceded or agreed, with or without our knowledge or consent, by or between parties to the said within written contract. Notwithstanding anything contrary contained in any law for the time being in force or banking practice this Guarantee shall not be assignable, transferable by the beneficiary (i.e. GSECL or Subsidiaries). Notice or invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the Bank. Any invocation of the Guarantee can be made only by the beneficiary directly “NOT WITHSTANDING” anything contained herein before, our liability under this guarantee is restricted to Rs._______________ (Rupees _______________________________________________________ only). Our guarantee shall remain in force until _______________ (date of validity of the Guarantee). [Unless demands or claims under this Bank Guarantee are made to us in writing on or before _____________ (date of validity of the Guarantee), all rights of Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under]: Place : Date : Please Mention here Complete Postal Signature of Address of the Bank with Branch Code, Bank’s Authorized Signatory Telephone and Fax Nos. with Official Round Seal ________________________________________________________________

NAME OF DESIGNATED BANKS :

1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd.

2. Private Sector Banks authorized by RBI to undertake the State Government business, which are (i)

Axis Bank (ii) ICICI Bank (iii) HDFC Bank.

Note: The Banks shall be the Banks recognized / notified by the Finance Department, Government of

Gujarat (GoG) from time to time.

Page 73: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

73

EMD BANK GUARANTEE FORMAT FOR TENDER /ENQ. NO. ___________________________________

(BANK GUARANTEE ON NON-JUDICIAL STAMP PAPER OF Rs.100)

WHEREAS M/s. _______________________________________________________________

(Name and Address of the Firm) having their registered Office at ______________________

_________________________________________________(Address of the Firm’s registered Office)

(hereinafter called the Tenderer) wish to participate in the Tender No.__________________________

for______________________________________ of (supply / Erection / Supply & Erection / Work) of

__________________________________ (Name of the material / equipment / work) for

_________________________ Gujarat State Electricity Corporation Limited and WHEREAS a Bank

Guarantee for (hereinafter called the “Beneficiary”) Rs. _____________ (Amount of EMD) valid till

____________ (mention here date of validity of this Guarantee which will be 4 (FOUR) months beyond

initial validity of Tender’s offer) which is required to be submitted by the Tenderer along with the

Tender.

We,- ________________________________________________________________________

(Name of the Bank and address of the Branch giving the Bank Guarantee) having our registered Office at

_____________________ (Address of Bank’s registered Office) hereby give this Bank Guarantee No.

_________________dated ____________ and hereby agree unequivocally and unconditionally to pay

immediately on demand in writing from the Gujarat State Electricity Corporation Limited or any Officer

authorized by it in this behalf any amount not exceeding Rs.____________ (amount of EMD) (Rupees

______________________________________________________) (in words) to the said Gujarat State

Electricity Corporation Limited on behalf of the Tenderer.

We, ____________________________________________ (Name of the Bank) also agree that withdrawal

of the tender or part thereof by the Tenderer within its validity or non-submission of Security Deposit by

the Tenderer within one month from the date of tender or a part thereof has been accepted by the Gujarat

State Electricity Corporation Limited would constitute a default on the part of the Tenderer and that this

Bank Guarantee is liable to be invoked and encased within its validity by the Beneficiary in case of any

occurrence of a default on the part of the Tenderer and that the encased amount is liable to be forfeited by

the Beneficiary.

Page 74: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

74

This agreement shall be valid and binding on this Bank upto and inclusive of____________________

(mention here the date of validity of Bank Guarantee) and shall not be terminated by notice or by

Guarantor change in the constitution of the Bank or the Firm of Tenderer or by any reason whatsoever and

our liability hereunder shall not be impaired or discharged by any extension of time or variations or

alterations made, given, conceded with or without our knowledge or consent by or between the Tenderer

and the Gujarat State Electricity Corporation Limited.

Notwithstanding anything contrary contained in any law for the time being in force or banking practice this

Guarantee shall not be assignable, transferable by the beneficiary (i.e. GSECL or Subsidiaries). Notice or

invocation by any person such as assignee, transferee or agent of beneficiary shall not be entertained by the

Bank. Any invocation of the Guarantee can be made only by the beneficiary directly.

NOTWITHSTANDING anything contained hereinbefore our liability under this Guarantee is restricted to

Rs. _________________(amount of EMD) (Rupees

________________________________________________ (in words). Our Guarantee shall remain in

force till _____________ (date of validity of the Guarantee). Unless demands or claims under this Bank

Guarantee are made to us in writing on or before ___________ (date of validity of the Guarantee), all

rights of Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged

from all liabilities there under.

Place :

Date :

Please mention here complete Postal Signature of the

Address of the Bank with Branch Code, Bank’s authorized

Telephone and Fax Nos. Signatory with Official Seal.

_________________________________________________________________________________

NAME OF DESIGNATED BANKS :

3. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd.

4. Private Sector Banks authorized by RBI to undertake the State Government business, which are (i)

Axis Bank (ii) ICICI Bank (iii) HDFC Bank.

Note: The Banks shall be the Banks recognized / notified by the Finance Department, Government of

Gujarat (GoG) from time to time.

GUJARAT STATE ELECTRICITY CORPORATION LIMITED UKAI TPS

Page 75: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

75

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 it’s 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/Sevice 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: Name : Name: Designation:

Page 76: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

76

ON FIRM’S LETTER HEAD

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.

Signature of the Tenderer With Designation Seal of the Firm Place: Date:

Page 77: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

77

ANNEXURE- I

Financial Department, GR.No. EMD/10/2015/508/DMO Dtd.27/04/2016

[ To be revised as per GoG notification issued from time to time. ]

(A) Guarantees issued by following banks will be accepted as SD/EMD on permanent basis.

1. All Nationalized Banks including the Public Sector Bank - IDBI Ltd.

2. Private Sector Banks- Axis bank, ICICI bank and HDFC bank.

(B) Guarantees issued by following banks will be accepted as SD/EMD.

DETAILS OF BANK

1) Kotak Mahindra Bank

2) RBL Bank (The Ratnakar Bank Ltd).

3) IndusInd Bank.

4) Karur Vysya Bank.

5) DCB Bank.

6) FEDERAL Bank

7) SOUTH INDIAN Bank

8) The Kalupur Commercial Co-operative Bank Ltd.

9) Rajkot Nagarik Sahakari Bank Ltd.

10) The Mehsana Urban Co-Operative Bank Ltd.

11) Nutan Nagrik Sahakari Bank Ltd.

12) Dena Gujarat Gramin Bank

13) Saurashtra Gramin Bank

All the eligible banks are instructed to collect the original documents/ papers of guarantee from the concerned tendering authority.

(Signature of Contractor)

Address &Seal: CHIEF ENGINEER (GEN) GSECL, UKAI, TPS

Page 78: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

78

SECTION-G

� GENERAL SPECIFICATIONS � TECHNICAL SPECIFICATION

Page 79: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

79

GENERAL SPECIFICATIONS

01. In the specifications, “as directed”/”Approved” shall be taken to mean “as directed”/”approved” by the Engineer-in-charge.

02. Wherever a reference to any Indian Standard appears in the specifications, it shall be taken to mean

as a reference to the latest edition of the same in force on the date of agreement.

03. In “Mode of Measurement” in the specification wherever a dispute arises in the absence of specific mention of a particular point or aspect, the provisions on these particular points or aspects in the relevant Indian Standards shall be referred to.

04. All measurements and computations, unless otherwise specified, shall be carried out as per Latest IS : 1200.

05. The distance which constitutes lead shall be determined along the shortest practical route and not necessarily the route actually taken. The decision of the Engineer-in-charge in this regard shall be taken as final.

06. Where no lead is specified, it shall mean “all leads”.

07. Lift shall be measured from plinth level.

08. Up to “floor two level” means actual height of floor up to 6.5 Mt. Above plinth level.

09. Definite particulars covered in the items of work, though not mentioned or elucidated in it,

specification shall be deemed to be included therein.

10. Reference to specifications of materials as made in the detailed specification of the items of work is in the form of a designation containing the number of the specification of the material and prefix ‘M’ e.g. ‘M-5’.

11. Approval to the samples of various materials given by the Engineer-in-charge shall not absolve the contractor from the responsibility of replacing defective material brought on site or materials used in the work found defective at a later date. The contractor shall have no claim to any payment or compensation whatsoever on account of any such materials being rejected by the Engineer-in-charge.

12. The contract rate of the item of work shall be for the work completed in all respects.

13. No collection of materials shall be made before it is got approved from the Engineer-in-charge.

14. Collection of approved materials shall be done at site of work in a systematic manner. Materials shall be stored in such a manner as to prevent damage, deterioration or intrusion of foreign matter and to ensure the preservation of their quality and fitness for the work.

15. Cement, reinforcements bars & all other materials to be used shall be got approved from EIC before starting of work. The cement, reinforcement steel & other materials to be brought at site shall be entered at Ukai, TPS main entry gate.

16. Materials, if and when rejected by the Engineer-in-charge, shall be immediately removed from the site of work.

17. No materials shall be stored prior to, during and after execution of a structure in such a way as to cause or lead to damage or overloading of the various components of the structure.

18. All works shall be carried out in a workmanlike manner as per the best techniques for the particular item.

Page 80: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

80

19. All tools, templates, machinery and equipment for correct execution of the work as well as for checking lines, levels, alignment of the works during execution shall be kept in sufficient numbers and in good working condition on the site of the work.

20. The mode, procedure and manner of execution shall be such that it does not cause damage or over loading of the various components of the structure during execution or after completion of the structure.

21. Special modes of construction not adopted in general Engineering practice, if proposed to be adopted by the Contractor, shall be considered only if the contractor provides satisfactory evidence that such special mode of construction is safe, sound and helps in speedy construction and completion of work to the required strength and quality. Acceptance of the same by the Engineer-in-charge shall not, however, absolve the contractor of the responsibility of any adverse effects and consequences of adopting the same in the course of execution of completion of the work.

22. All installations pertaining to water supply and fixtures thereof as well as drainage lines and sanitary fittings shall be deemed to be completed only after giving satisfactory tests by the Contractor.

23. The contractor shall be responsible for observing the rules and regulations imposed under ‘Minor

Minerals Act’ and such other laws and rules prescribed by Government from time to time.

24. All necessary safety measures and precaution [including those laid down in the various relevant Indian Standards shall be taken to ensure the safety of men, materials and machinery on the works as also of the work itself.

25. The testing charge of all materials shall be borne by the Contractor unless recovery at one percent towards using charges is separately made.

26. Approval to any of the executed items for the work does not in any way relieves the contractor of his responsibility for the correctness, soundness and strength of the structure as the drawings and specification.

27. All materials are conforming to the following Indian Standard Codes. a) Materials IS: 269 Specification for 33 grade ordinary Portland cement IS: 383 Specification for coarse and fine aggregates from natural sources for concrete IS: 428 Specification for distemper, oil emulsion, colour as required IS: 432 Specification for mild steel and medium tensile steel bars and hard drawn steel wire

for concrete reinforcement (Parts 1 & 2) IS: 455 Specification for Portland slag cement IS: 458 Specification for precast concrete pipes (with and without reinforcement) IS: 650 Specification for standard sand for testing of cement IS: 651 Specification for salt glazed stoneware pipes and fittings IS: 777 Specification for glazed earthenware tiles IS: 808 Specification for dimensions for hot rolled steel beam, column, channel and Angle

sections IS: 814 Specification for covered electrodes for manual metal arc welding of Carbon and

Carbon Manganese steel IS: 1003 Specification for timber paneled and glazed shutters (Parts 1 & 2) IS: 1038 Specification for steel doors, windows and ventilators IS: 1077 Specification for common burnt clay building bricks IS: 1398 Specification for packing paper, water proof, bitumen laminated IS: 1489 Specification for Portland pozzolana cement (Parts 1 & 2) IS: 1566 Specification for hard drawn steel wire fabric for concrete reinforcement IS: 1580 Specification for bituminous compounds for water proofing and caulking purposes IS: 1786 Specification for high strength deformed steel bars and wires for concrete

reinforcement IS: 1852 Specification for rolling and cutting tolerances for hot rolled steel products IS: 1948 Specification for aluminium doors, windows and ventilators

Page 81: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

81

IS: 1977 Specification for structural steel (ordinary quality) IS: 2062 Specification for steel for general structural purposes IS: 2185 Specification for concrete masonry units (Parts 1 & 2) IS: 2202 Specification for wooden flush door shutters (Parts 1 & 2) IS: 2645 Specification for integral cement water proofing compounds IS: 2750 Specification for steel scaffoldings IS: 2835 Specification for flat transparent sheet glass IS: 3384 Specification for bitumen primer for use in waterproofing and damp roofing IS: 3502 Specification for steel chequerred plates IS: 4021 Specification for timber door, window and ventilator frames IS: 4350 Specification for concrete porous pipes for under drainage IS: 4351 Specification for steel door frames IS: 4990 Specification for plywood for concrete shuttering work IS: 8112 Specification for 43 grade ordinary Portland cement IS: 9862 Ready mixed paint, brushing, bituminous, black, lead free, acid, alkali, water and

chlorine resisting IS: 10262 Recommended guidelines for concrete mix design IS: 12269 Specification for 53 grade ordinary Portland cement IS: 12330 Specification for sulphate resisting Portland cement IS: 12709 Glass fibre reinforced plastics (GRP) pipes, joints and fittings for use for potable

water supply b) Tests IS : 516 Method of test for strength of concrete IS : 1182 Recommended practice for radiographic examination of fusion welded butt joints

in steel plates IS : 1199 Methods of sampling and analysis of concrete IS : 2386 Methods of test for aggregates for concrete(Parts 1 to 8) IS : 2720 Methods of test for soils (Parts 1 to 39) IS : 3025 Methods for sampling and test (physical and chemical) for water and wastewater

(Parts 1 to 44) IS : 3495 Method of test for burnt clay building bricks(Parts 1 to 4) IS : 3613 Acceptance tests for wire flux combination for submerged arc welding IS : 4020 Methods of tests for wooden flush doors Type tests IS : 4031 Methods of physical tests for hydraulic cement (Parts 1 to 15) IS : 5807 Method of test for clear finishes for wooden furniture (Parts 1 to 6) IS : 7318 Approval tests for welders when welding procedure approval is not required (Parts 1

and 2) c) Codes of Practice IS :456 Code of practice for plain and reinforced concrete IS : 783 Code of practice for laying of concrete pipes IS : 800 Code of practice for general construction in steel IS : 806 Code of practice for use of steel tubes in general building construction IS : 816 Code of practice for use of metal arc welding for general construction in mild steel IS : 817 Code of practice for training and testing of metal arc welders IS : 875 Code of practice for design loads (other than earthquake) for building

structures(Parts 1 to 5) IS : 1081 Code of practice for fixing and glazing of metal (steel and aluminum) doors,

windows and ventilators IS : 1172 Code of practice for basic requirements for water supply, drainage and sanitation IS : 1477 Code of practice for painting of ferrous metals in buildings (Parts 1&2) IS : 1597 Code of practice for construction of stone masonry (Parts 1 &2) IS : 1742 Code of practice for building drainage IS : 1893 Criteria for earthquake resistant design of structures IS : 2065 Code of practice for water supply in buildings IS : 2212 Code of practice for brickwork IS : 2338 Code of practice for finishing of wood and wood based materials (Parts 1 & 2) IS : 2394 Code of practice for application of lime plaster finish IS : 2395 Code of practice for painting, concrete, masonry and plaster surfaces (Parts1 & 2) IS : 2470 Code of practice for installation of septic tanks (Parts 1 & 2) IS : 2502 Code of practice for bending and fixing of bars for concrete reinforcement

Page 82: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

82

IS : 2571 Code of practice for laying in situ cement concrete flooring IS : 2595 Code of practice for radiographic testing IS : 2751 Recommended practice for welding of mild steel plain and deformed bars for

reinforced construction IS : 2974 Code of practice for design and construction of machine foundations (Parts 1 to 4) IS : 3114 Code of practice for laying of Cast Iron pipes IS : 3370 Code of practice for concrete structures for the storage of liquids (Parts 1 to 4) IS : 3414 Code of practice for design and installation of joints in buildings IS : 3558 Code of practice for use of immersion vibrators for consolidating concrete IS : 3658 Code of practice for liquid penetrant flaw detection IS : 3935 Code of practice for composite construction IS : 4000 Code of practice for High strength bolts in steel structures IS : 4014 Code of practice for steel tubular scaffolding (Parts 1 & 2) IS : 4111 Code of practice for ancillary structures in sewerage system (Parts 1-4) IS : 13920 Code of practice for laying of glazed stoneware pipes IS: 4326 Code of practice for Earthquake Resistant Design and Construction of Buildings IS : 4353 Recommendations for submerged arc welding of mild steel and low alloy steels IS : 5329 Code of practice for sanitary pipe work above ground for buildings IS : 5334 Code of practice for magnetic particle flaw detection of welds IS : 5822 Code of practice for laying of welded steel pipes for water supply IS : 7215 Tolerances for fabrication of steel structures IS : 9595 Recommendations for metal arc welding of carbon and carbon manganese steels IS : 10005 SI units and recommendations for the use of their multiples and of certain other units d) Construction Safety IS : 3696 Safety code for scaffolds and ladder (Parts 1 & 2) IS : 3764 Safety code for Excavation work IS : 7205 Safety code for erection of structural steel work

(Signature of Contractor) Address &Seal: CHIEF ENGINEER (GEN)

GSECL, UKAI, TPS

Page 83: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

83

TECHNICAL SPECIFICATIONS

NAME OF WORK: Providing and laying of pipe line from ukai saddle dam to intake point of UKAI TPS parallel to ULBMC for supplying 23 cusec water to TPS UKAI and 2 cusec to Colony at GSECL, UKAI.

CIVIL SPECIFICATIONS FOR SCHEDULE B1/1

ITEM NO. 1A TO 1D:

Excavation for foundation for following depths including sorting out and stacking of useful materials and disposing off the excavated stuff up to 50 Meter lead Up to 1.5m depth . Contractor shall furnish all tools, plants, instruments, qualified supervisory personnel, labour, materials, any temporary works, consumable, any and everything necessary, whether or not such items are specifically stated herein for completion of the job in accordance with specification requirements. Line out along the alignment of the pipe using lime getting it approved from Engineer in charge, breaking the surface and excavating up to the required depth. Along the alignment of pipe, the excavated material shall be kept 1.0 mtr. Away from the trench and protecting the excavated material till the work is complete. Excavation will be allowed to be carried out up to maximum 100 m length at a time. Further excavation shall be permitted only after laying of the pipe line is complete in the excavated trench. The road metal and also the rubble packing shall first be stripped off for the whole width of the trench/pit and separately deposited in such place or places as may be determined by Owner/Engineer. The excavated stuff shall be dumped at about 1 m away from the trench (within 50 M lead), properly in the line and approach shall be provided across the trench at a suitable interval for the public to cross over. The bidder/operator’s rate shall include breaking brickwork, concrete etc. No extra rate shall be payable for this work. This approval, however, shall not in any way relieve bidder/operator of his responsibility for any consequent loss or damage. The excavation must be carried out in the most expeditious and efficient manner. Side slopes shall be as steep as will stand safely for the actual soil conditions encountered. Every precaution shall be taken to prevent slips. If slips occur, the slipped material shall be removed and the slope dressed to a modified stable slope. Removal of the slipped earth will not be paid for if the slips are due to the negligence of bidder/operator. During excavation, large stones and rubble shall be separated and removed from the excavated soil and stacked separately. The material from excavation shall be deposited on either side of the trench leaving adequate clear distance from the edges of the trench and pit, or as may be necessary to prevent the sides of the trench pit to slip or fall, or at such a distance and in such a manner as to avoid covering fire hydrants, sluice valves, manholes covers etc. and so as to avoid abutting the wall or structure or causing inconvenience to the public and other service organizations or otherwise as Owner/engineer may direct. Bidder/operator shall take into account additional excavation if any as Owner/ Engineer may require in order to locate the position of water pipes, drains, sewers etc. or any other works which may be met within or about the excavation of trenches/pits while quoting the rates for excavation. Such service lines if met with during excavation shall be properly maintained by Bidder/operator, by means of shoring, strutting, planking over, padding or otherwise as Owner/Engineer may direct, and shall be protected by the Bidder/operator from damage during the progress of the work. All precautions shall be taken during excavation and laying operations to guard against possible damage to any existing structure/pipeline of water, gas, sewage etc. Utmost care shall be taken to see that the width of the trench at the top of pipe is not more than that specified. In case additional width is required it shall be provided only in the top portion from the ground level up to 300-mm above the top of pipe. If any extra width is provided in the area below this portion, Bidder/operator shall have to provide remedial measures in the form of lime concrete or rubble masonry otherwise at the discretion and to the satisfaction of Owner/Engineer. If rock is met with, it shall be

Page 84: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

84

removed to 200 mm below the bottom of pipes and fittings/specials and the space resulting shall be refilled with murrum and properly consolidated. Bottom of trenches/pits shall be saturated with water well rammed wherever Owner/ Engineer may consider it necessary to do so. When welding is to be carried out with the pipes and specials in the trench, additional excavation of not more than 60 cm in depth and 90 cm in length shall be made at joints in order to facilitate welding. The excess excavated material shall be carried away from site of works to a place up to a distance as directed by Owner/Engineer. This shall be done immediately so as not to cause any inconvenience to the public or traffic. If the instructions from Engineer are not implemented within seven days from the date of instructions to cart the materials and to clear the site, the same shall be carried out by Owner/Engineer and any claim or dispute shall not be entertained in this respect. All materials to be excavated shall be classified by Engineer, into one of the following classes and shall be paid for at the rates tendered for that particular class of material. No distinction shall be made whether the material is dry, moist or wet. The decision of Engineer regarding the classification of the material shall be final and binding on Bidder/operator and not be a subject matter of any appeal or arbitration.

A. Loose or soft soil These shall include all kinds of soils containing murrum, sand, clay, loam, peat, ash, etc., which can generally be excavated by spade, pick axes and shovel, and which is not classified under “Dense or hard murrum”, “soft rock” and “hard rock”.

B. Dense or hard murrum These shall include all kinds of soils containing hard murrum and/or, dense murrum etc., which can generally be excavated by spade, pick axes and shovel, and which is not classified under “soft and decomposed rock” and “hard rock”.

C. Soft rock

This shall include rock, boulders, slag, chalk, slate, hard mica schist, laterite and all other materials which in the opinion of Engineer is rock, but does not need blasting and could be removed with picks, hammer, crew bars, wedges, and pneumatic breaking equipment. The mere fact that Bidder/operator resorts to blasting for reasons of his own shall not qualify for classification under `hard rock’. This shall also include excavation in macadam and tarred roads and pavements. Masonry to be dismantled will also be measured under this item.

D. Hard rock

This shall include all rock occurring in large continuous masses. Hard varieties of rock with or without veins and secondary minerals, which, in the opinion of EIC shall be considered as hard rock. This should be removed with picks, hammer, crew bars, wedges, chiseling and pneumatic breaking equipment etc. Blasting will not be allowed in working premises

The rate of payment shall be on Cu.m. basis.

ITEM NO. 2: - 1.5 M TO 3 M DEPTH ( 2A, 2B, 2C, 2D) Excavation for foundation for following depths including sorting out and stacking of useful materials and disposing off the excavated stuff upto 50 Meter lead from 1.5 to 3.00 mt depth. -Do - as per item No 1, but for 1.5 m to 3 m depth The rate of payment shall be on Cu.m. basis.

Page 85: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

85

ITEM NO. 3: Providing and laying cement concrete work 1:1.5:3 (1- Cement: 1.5- Coarse sand: 3graded stone aggregates 20 mm nominal size) and curing complete excluding cost of formwork and reinforcement for reinforced concrete work

1.0 Materials : Water shall conform to M-1. Cement shall conform to M-3. Sand shall conform to M-6. Grit shall conform to M-8. Graded stone aggregate 20 mm. Nominal size shall conform to M-12.

2.0 General : The concrete mix is not required to be designed by preliminary tests. The proportion of the

concrete mix shall be 1 : 1.5 : 3 (1 cement : 1.5 coarse sand : 3 graded stone aggregate 10 mm. Nominal size) by volume. Concrete work shall have exposed concrete surface or as specified in the item.

The designation ordinary M-100, M-150, M-200, M-250 specified as per I. S. Corresponding approximately to 1 : 3 : 6, 1 : 2 : 4, 1 ½ : 3 and 1 : 1 : 2 nominal mix of ordinary concrete by volume respectively.

The ingredients required for ordinary concrete containing one beg of cement of 50 Kg By weight (0.0342 Cu. M.) For different proportions of mix shall be as under :

The water cement ratio shall not more than those specified in the above table. The cement content of the mix specified in the Table shall be increased if the quantity of water in a mix has to be increased to overcome the difficulties of placement and compaction so that the water-cement-ratio specified in the Table is not exceeded.

Workability of the concrete shall be controlled by maintaining a water-cement-ratio that is bound to give a concrete mix which is just sufficiently wet to be placed and compacted without difficulty with the means available.

The maximum size of coarse aggregate shall be as large as possible within the limits specified but in no case greater than one fourth of the minimum thickness of the member, provided that the concrete can be placed without difficulty so as to surround all reinforcement thoroughly and to fill the corners of the form.

For reinforced concrete work, coarse aggregates having a nominal size of 20 mm. Are generally considered satisfactory.

For heavily reinforced concrete members as in the case of ribs of main beems, the nominal maximum size of coarse aggregate should usually be restricted to 5 mm. Less than the minimum clear distance between the main bars, or 5 mm. Less than the minimum cover to the reinforcement whichever is smaller.

Where the reinforcement is widely spaced as in solid slabs, limitations of size of the aggregate may not be important and the nominal maximum size may sometimes be as great as or greater than the minimum cover.

Admixture may be used in concrete only with approval of Engineer-in-charge upon the evidence that with the passage of time, neither the compressive strength of concrete is reduced nor are other requisite qualities of concrete and steel impaired by the use of such admixtures.

3.0 Workmanship: 3.1 Proportioning: proportioning shall be done by volume, except cement which shall be

measured in terms of bags of 50 Kg. Weight. The volume of one such bag being taken as 0.0342 Cu. Meter Boxes of suitable sizes shall be used for measuring sand aggregate. The size of the boxes (internal) shall be 35 cms. X 25 cms. And 40 cms. Deep. While measuring the aggregate and sand, the box shall be filled without shaking ramming or hammering. The proportioning of sand shall be on the basis of its dry volume and in case of damp sand, allowances for bulk age shall be made.

3.2 Mixing : 3.3 3.2.1 For all work. Concrete shall be mixed in a mechanical mixer which along with other

accessories shall be kept in first class working condition and so maintained throughout the construction. Measured quantity of aggregate, sand, cement required for each batch shall be poured into the drum of the mechanical mixer while it is continuously running. After about half a minute of dry mixing, measured quantity of water required for each batch of concrete mix shall be added gradually and mixing continued for another one and a half minute. Mixing shall be continued till materials are uniformly distributed and uniform color of the entire mass is obtained and each individual particle of the coarse aggregate shows complete coating of mortar containing its

Page 86: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

86

proportionate amount of cement. In no case shall the mixing be done for less than 2 minutes after all ingredients have been put into the mixer.

3.4 3.2.2 When hand mixing is permitted by the Engineer-in-charge for small jobs or for certain other reasons, it shall be done on the smooth watertight platform large enough to allow efficient turning over the ingredients of concrete before and after adding water. Mixing platform shall be so arranged that no foreign materials gets mixed with concrete nor does the mixing water flow out. Cement in required number of bags shall be placed in a uniform layer on top of the measured quantity of fine and coarse aggregate, which shall also be spread in a layer of uniform thickness on the mixing platform. Dru coarse and fine aggregate and cement shall then be mixed thoroughly by turning over to get a mixture to uniform color. Specified quantity of water shall then be added gradually through a rose-can and the mass turned over till a mix of required consistency is obtained. In hand mixing, quantity of cement shall be increased by 10 percent above that specified.

3.5 3.2.3 Mixers which have been out of use for more than 30 minutes shall be thoroughly cleaned before putting in a new batch. Unless otherwise agreed to by the Engineer-in-charge the first batch of concrete from the mixture shall contain only two thirds of normal quantity of coarse aggregate. Mixing plant shall be thoroughly cleaned before changing from one type of cement to another.

3.6 Consistency: 3.3.1 The degree of consistency which shall depend upon the nature of the work and methods of vibration of concrete, shall be determined by regular slumps tests in accordance with I. S. 1199-1959. The slumps of 10 mm. To 25 mm. Shall be adopted when vibrators are used and 80 mm. When vibrators are not used.

3.7 Inspection : 3.4.1 Contractor shall give the Engineer-in-charge due notice before placing any concrete

in the forms to permit him to inspect and accept the false work and forms as to their strength, alignment, and general fitness but such inspection shall not relive the contractor of his responsibility for the safety of men, machinery, materials and for results obtained. Immediately before concreting, all forms shall be thoroughly cleaned.

3.4.2 Centering design and its erection shall be got approved from the Engineer-in-charge. One carpenter with helper shall invariably be kept present throughout the period of concreting. Movement of labor and other persons shall be totally prohibited for reinforcement laid in position. For access to different parts, suitable mobile platforms shall be provided so that steel reinforcement in position is not disturbed for ensuring proper cover, mortar blocks of suitable size shall be cast and tied to the reinforcement. Timber, kapachi or metal pieces shall not be used for this purpose.

3.5 Transporting and laying: 3.5.1 The method of transporting and placing concrete shall be as approved. Concrete shall

be so transported and placed that no contamination, segregation or loss of its constituent material takes place.

All formwork shall be cleaned and made free from standing water, dust show or ice immediately before placing of concrete.

No concrete shall be placed in any part of the structure until the approval of the Engineer-in-charge has been obtained.

3.5.2 Concerting shall proceed continuously over the area between construction joints. Fresh concrete shall not be placed against concrete which has been in position for more than 30 minutes unless a proper construction joints is formed. Concrete shall be compacted in its final position within 30 minutes of its discharge from the mixer. Except where otherwise agreed to by the Engineer-in-charge concrete shall be deposited shall be deposited in horizontal layers to a compacted depth of not more than 0.45 meter when internal vibrators are used and not exceeding 0.30 meter in all other cases.

3.5.3 Unless otherwise agreed to by the Engineer-in-charge, concrete shall not be dropped into place from a height exceeding 2 meters. When trucking or chutes are used they shall be kept close and used in such a way as to avoid segregation. When concreting has to be resumed on a surface which has hardened, it shall be roughened, swept clean, thoroughly wetted and covered with a 13 mm. Thick layer of mortar composed of cement and sand in the same ratio as in the concrete mix itself. This 13 mm. Layer of mortar shall be freshly mixed and placed immediately before placing of new concrete. Where concrete has not fully hardened, all laitance shall be removed by scrubbing the wet surface with wire or bristle brushes, care being taken to avoid dislodgement of any particles of coarse aggregate. The surface shall then be thoroughly wetted all free water removed and then coated with neat cement grout. The first layer of concrete to be placed on his surface shall not exceed 150 mm. In thickness and shall be well rammed against old work, particular attention being given to corners and close spots.

Page 87: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

87

3.5.4 All concrete shall be compacted to produce a dense homogeneous mass with the assistance of vibrators, unless otherwise permitted by the Engineer-in-charge for exceptional cases, such as concreting under water, where vibrators cannot be used. Sufficient vibrators in serviceable condition shall be kept at site so that spare equipment is always available in the event of breakdowns.

Concrete shall be judged to be compacted when the mortar fills the spaces between the coarse aggregate and begins to cream up to form an even surface. Compaction shall be completed before the initial setting starts i.e. Within 30 minutes of addition of water to dry mixture. During compaction, it shall be observed that needle vibrators are not applied on reinforcement which is likely to destroy the bond between concrete and reinforcement.

3.6 Curing: Immediately after compaction, concrete shall be protected from weather, including rain, running water, shocks, vibration, traffic, rapid temperature changes, frost and drying out process. It shall be covered with wet sacking, hassain or other similar absorbant material approved soon after the initial set and shall be kept continuously wet for a period of not less than 14 days from the date of placement. Masonry work over foundation concrete may be started after 48 hours of its laying but curing of concrete shall be continued for a minimum period of 14 days.

3.7 Sampling and Testing of concrete: 3.7.1 Samples from fresh concrete shall be taken as per I. S. 1199-1959 and cubes shall be

made, cured and tested at 7 days or 28 days as per requirements in accordance with I. S. 516-1959. A random sampling procedure shall be adopted to ensure that each concrete batch shall have a reasonable chance of being tested i.e. The sampling should be spread over the entire period of concreting and cover all mixing units. The minimum frequency of sampling of concrete of each grade shall be in accordance with following : Quantity of concrete in the work

No. Of samples Quantity of concrete in the works

No. Of samples

1-5 Cmt. 1 16-30 Cmt. 3 6-15 Cmt. 2 31-50 4 51 and above + one additional for each additional 50 M. Or part thereof.

NOTE : At least one sample shall be taken from each shift. Ten test specimens shall be made from each sample, five for testing at 7 days and the remaining five at 28 days. The samples of concrete shall be taken on each day of the concreting as per above frequency. The number of specimens may be suitably increased as deemed necessary by the Engineer-in-charge when procedure of tests given above revels a poor quality of concrete and in other special cases.

3.7.2 The average strength of the group of cubes case for each day shall not be less than the specified cube strength of 150 kg/Cm2 at 28 days. 20% of the cubes cast for each day may have value less than the specified strength provided the lowest value is not less than 85% of the specified strength. If the concrete made in accordance with the proportions given for a particular grade, does not yield the specified strength, such concrete shall be classified as belonging to the appropriate lower grade. Concrete made in accordance with the proportions given for a particular grade shall not however, be placed in a higher grade on the ground that the test strength are higher than the minimum specified.

3.8 Stripping : 3.8.1 The Engineer-in-charge shall be informed in advanced by the contractor of his

intention to strike the form work. While fixing the time for removal of form work due consideration shall be given to local conditions, character of the structure the weather and other condition that influence the setting of concrete and of the materials used in the mix in normal circumstances (generally where temperatures are above 20ºc) and where ordinary concrete is used forms may be struck after expiry of periods specified in item No. 9.1 (A) for respective item of form work.

3.8.2 All formwork shall be removed without causing any shock or vibration as would damage the concrete. Before the soffits and struts are removed the concrete surface shall be exposed where necessary in order to ascertain that the concrete has sufficiently hardened. Centering shall be gradually and uniformly lowered in such manner as to permit the concrete to take stresses due to its own weight uniformly and gradually. Where internal metal ties are permitted they or their removable parts shall be extracted without causing any damage to the concrete and remaining holes filled with mortar. No permanently embedded metal part shall have less than 25 mm. Cover to the finished concrete surface. Where it is intended to re-use the formwork, it shall be cleaned and made good to the satisfaction of the Engineer-in-charge. After removable of form work and shuttering the Executive Engineer shall inspect the work and satisfy by random checks that concrete produced is of good quality.

Page 88: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

88

3.8.3 Immediately after the removal of forms all exposed bolts etc., passing through the cement concrete member and use for shuttering or any other purpose shall be cut inside the cement concrete members to a depth of at least 25 mm. Below the surface of the concrete and the resulting holes be filled by cement mortar. All fine caused by form joints, all cavities produced by the removal of forms ties and all other holes and depressions honeycomb spots broken edges or corners and other defects shall be thoroughly cleaned, saturated with water and carefully pointed and rendered true with mortar of cement and fine aggregate mixed in the proportion used in the grade of concrete that is being finished and of as dry consistency as is possible to use. Considerable pressure shall be applied in filling and pointing to ensure through filling in all voids. Surfaces which are pointed shall be kept moist for a period of 24 hours.

If rock pockets honeycombs in the opinion of the Engineer-in-charge are of such an extent or character as to affect the strength of the structure materially or to endanger the life of the steel reinforcement he may declare the concrete defective and require the removal and replacement of the portions of the structure affected.

4.0 Mode of measurement and payment: 4.1 The consolidated cubical contents of concrete work as specified in item shall be measured

the concrete laid in excess of section shown on drawings or as directed shall not be measured. No deduction shall be made for

(a) Ends of dis-similar materials such as joints, beams, posts, girders, rafters, purling trusses, corbels and steps etc. Up to 500 Sq. Cm. In section.

(b) opening upto 0.1 Sq. M. 4.2 The rate includes cost of all materials, labor, tools and plant required for mixing, placing in

position, vibrating and compacting, finishing as directed curing and all other incidental expenses for producing concrete of specified strength. The rate excludes the cost of form work.

4.3 The rate shall be for a unit of one cubic meter. ITEM NO. 4: Providing formwork of ordinary timber planking or w ater proof ply so as to give a rough finish including centering shuttering strutting and propping etc. Height of propping and centering below supporting floor to ceiling not exceeding 4 M. and removal of the same for in situ reinforced concrete and plain concrete work in. (A) Foundations Footings Bases of Columns etc. and Mass concrete .0 Materials : 1.1 The shuttering to be provided shall be of ordinary timber planks and shall conform to M-26. 1.2 The dimensions of scantlings and battens shall conform to the design. The strength of the wood shall not be less than that assumed in the design. 2.0 Workmanship : 2.1 The form work shall conform to the shape lines and dimensions as shown on the plans and be so constructed as to remain sufficiently rigid during the placing and compacting of the concrete. Adequate arrangements shall be made by the contractor to safe-guard against any settlement of the form work during the course of concreting and after concreting. The form work of shuttering, centering, scaffolding bracing etc. shall be as per design. 2.2 Cleaning & Treatment of forms : All rubbish, particularly chippings shaving and saw dust shall be removed from the interior of the form before the concrete is placed and the form work in contact with concrete shall be cleaned and thoroughly wetted or treated. The surface shall be then coated with soap solution applied before concreting is done. Soap solution for the purpose shall be prepared by dissolving yellow soap in water to get consistency of paint. Alternatively a coat of raw linseed oil or form oil of approved manufacture may be applied in case steel shuttering us used. Soap solution or raw linseed oil shall be applied after thoroughly cleaning the surface. Care shall be taken that the coating does not get on construction joints surface and reinforcement bars. 2.3 Stripping time : In normal circumstance and where ordinary cement is used forms may be struck after expiry of following periods : (a) Sites of walls columns and vertical faces of beam 24 to 48 hours. (b) Beam soffits. (Props left under) – 7 days. (c) Removal of props slabs. (i) Slabs are spanning upto 4.5 m. – 7 days (ii) Spanning over 4.5 mm. – 14 days. (d) Removal of props to beams and Arches. (i) Spanning up to 6 m. – 14 days. (ii) Spanning over 6 m. – 21 days. 2.4 Procedure when removing the form work: All form work shall be removed without such shock or vibrations as would damage the reinforced concrete surface. Before the soffit formwork and struts are removed the soffits and the concrete surface shall be exposed where necessary in order to ascertain that the concrete has sufficiently hardened. 2.5 Centering:

Page 89: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

89

2.5.1 The centering to be provided shall be got approved. It shall be sufficiently strong to ensure absolute safely of the formwork and concrete work before during and after pouring concrete. Watch should be kept to see that behavior of centering and formwork is satisfactory during concreting. Erection should also be such that it would allow removal of forms in proper sequence without damaging either the concrete or the forms to be removed. 2.5.2 The props of centering shall be provided on firm foundation or base of sufficient strength to carry the loads without any settlement. 2.5.3 The centering and formwork shall be inspected and approved by the Engineer-in-charge before concreting. But this will not relive the contractor of his responsibility for strength, adequacy and safety of form work and centering. If there is a failure of formwork or centering, contractor shall be responsible for the damages to the work, injury to life and damage to property. 2.6 Scaffolding: 2.6.1 All scaffolding, hoisting arrangements and ladders etc. Required for the facilitating of concreting shall be provided and removed on completion work by contractor at his own expense. The scaffolding, hoisting arrangements and ladders etc. Shall be strong enough to withstand all live, dead and impact loads expected to act and shall be subject to the approval of the Engineer-in-charge. However, contractor shall be solely responsible for the safety of the scaffolding, hoisting arrangement, ladders, work and workman etc. 2.6.2 The scaffolding, hoisting arrangement and ladders shall allow easy approach to the work spot and afford easy inspection. 2.6.3 The rate is applicable to all conditions of working and height up to 4 mts. The rate shall include the cost of materials and labor for various operations involved such as : (a) Splayed edges, notching, allowance for overlaps and passing at angles, battens centering, shuttering, strutting, propping bolting, nailing, wedging, easing, striking and removal. (b) Filleting to form stop chamfered edges or played external angles not exceeding 20 mm. Width to beams, columns and the like. (c) Temporary openings in the forms for pouring concrete, if required, removing rubbish etc. (d) Dressing with oil to prevent adhesion of concrete with shuttering and (e) Raking or circular cutting. 2.7 Re-Use: Before re-use all forms shall be inspected by Engineer-in-charge and their suitability ascertained. The forms shall be scarred, cleaned and joints gone over, repaired where required. Inside surface shall be retreated to prevent adhesion of concrete. 3.0 Mode of measurements & payment: 3.1 Form work shall be measured as the area in square meters of shuttering in contract with concrete except in the case of inclined member and portion of curved pro-file and upper side in which case only area of underside shall be measured for payment. 3.4 Form work to secondary beams shall be measured up to the sides of main beams but no deduction shall be made from the form work of the main beam at the inter section point. No deduction shall be made from the form work of a column at inter section of beams. 3.5 The rate is for the completed item. 3.6 The rate shall be for a unit of one Sq. Meter. ITEM NO. 5: Providing T M T. bar reinforcement for R.C.C. work including bending binding and placing in position etd complete up to floor two level. 1.0 Materials : T.M.T bars shall conform to M-19B. Mild steel binding wires shall conform to M-21. 2.0 Workmanship : 2.1 The work shall consist of furnishing and placing reinforcement to the shape and dimensions shown as on the drawings or as directed. 2.2 Steel shall be clean and free from rust and loose mill scale at the time of fixing in position and subsequent concreting. 2.3 Reinforcing steel shall conform accurately to the dimensions given in the bar bending schedules shown on relevant drawings. Bars shall be bent cold to specified shape and dimensions or as directed using a proper bar bender, operated by hand or power to attain proper radius of bends. Bars shall not be bent or straightened in a manner that will injure the material. Bars bent during transport or handling shall be straightened before being used on the work. They shall not be heated to facilitate bending. Unless otherwise specified a ‘U’ type hook at the end of each bar shall invariably be provided to main reinforcement. The radius of the bend shall not be less than twice the diameter of the round bar and the length of straight part of the bar beyond the end of the curve shall be at least four times the diameter of the round bar. In case of bars which are not round and in case of deformed bars, the diameter

Page 90: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

90

shall be taken as the diameter of circle having an equivalent effective area. The hooks shall be suitably encased to prevent any splitting of the concrete. 2.4 All the reinforcement bars shall be accurately placed in exact position shown on the drawings and shall be securely held in position during placing of concrete by annealed binding wire not less than 1 mm. In size and by using stay blocks or metal chair spacers, metal hangers, supporting wires or other approved devices at sufficiently close intervals. Bars shall not be allowed to sag between supports nor displaced during concreting or any other operations of the work. All devices used for positioning shall be of non-corrodible material. Wooden and metal supports shall no extend to the surface of concrete, except where shown on drawings. Placing bars on layers of freshly laid concrete as the work progress for adjusting bar spacing shall not allowed. Pieces of broken stone or brick and wooden blocks shall not be used. Layers of bars shall be separated by spacebars, precast mortar blocks or other approved devices. Reinforcement after being placed in position shall be maintained in a clean condition until completely embedded in concrete. Special care shall be exercised to prevent any displacement of reinforcement in concrete already placed. To prevent reinforcement from corrosion, concrete cover shall be provided as indicated on drawings. All the bars producing from concrete and to which other bars are to be spliced and which are likely to be exposed for a period exceeding 10 days shall be protected by a thick coast of neat cement grout. 2.5 Bars crossing each other where required shall be secured by binding wires (annealed) of size not less than 1 mm. In such manner that they do not slip over each other at the time of fixing and concreting. 2.6 As far as possible bars of full length shall be used. In case this is not possible, overlapping of bars shall be done as directed. When practicable, overlapping bars shall not touch each other but be kept apart by 25 mm. Or 1.25 times the maximum size of the coarse aggregate whichever is greater by concrete between them. Where not feasible overlapping bars shall be bound with annealed wires not less than 1 mm. Thick twisted tight. The overlaps shall be staggered for different bears and located at points along the span where neither movement is maximum. 2.7 Whenever indicated on the drawings or desired by the Engineer-in-charge bars shall be jointed by couplings which shall have a cross section sufficient to transpit the full stresses of bars. The ends of the bars that are joined by coupling shall be upset for sufficient length so that the effective cross section at the base of threads is not less than normal cross-section of the bar. Threads shall be standard threads. Steel for coupling shall conform to I. S. 226. When permitted or specified on the drawings joints of reinforcement bars shall be butt-welded so as to transmit their full stresses. Welded joints shall preferably be located at points when steel will not be subject to more than 75 per cent of the maximum permissible stresses and welds so staggered that at any one section not more than 20 percent of the rods are welded. Only electric are welding using a process which excludes air from the molten metal and conforms to any or all other special provisions for the work shall be accepted. Suitable means shall be provided for holding bars securely in position during welding. It shall be ensured that no voids are left in welding and when welding is done in two or three stages previous surface shall be cleaned properly. Ends of the bars shall be cleaned of all loose scale, rust, grease, paint and other foreign matter before welding. Only competent welders shall be employed on the work. The M. S. Electrodes used for welding shall conform to I. S. 814. Welded pieces of reinforcement shall be tested. Specimen shall be taken from the actual site and their number and frequency of test shall be as directed. Mode of measurement and payment: 3.1 Reinforcement shall be measured in length including overlaps, chairs and spacer bars as found necessary and approved by EIC if work, separately for different diameters as actually used in the work. Where welding or coupling is resorted to in place of lap joints such joints shall be measured for payment as equivalent length of overlap as per design requirement. From the length so measured the weight if reinforcement shall be calculated in tones on the same basis of as per M-18 even though steel is supplied to the contractor by the department on actual weight. Length shall include hooks at the ends. Wastage and annealed steel wire for binding shall not be measured and the cost of these items shall be deemed to be included in the rate for reinforcement. 3.2 The rate for reinforcement includes cost of steel binding wires its carting from Department a store to work site, cutting, bending, placing, binding and fixing in position as shown on the drawings and as directed. It shall also include all devices for keeping reinforcement in approved position cost of joining as per approved method and all wastage. The rate shall be for a unit of one Kg. ITEM NO : 6 Masonry work using fly ash bricks having crushing strength not less than 50 kg./Sq.Cm. in foundation and plinth in Cement Mortar 1:5. (1- Cement: 5 fine sand)

Materials : Water shall conform to M-1. Cement mortar shall conform to M-11. Bricks shall conform to M-15.

a. Workmanship :

2.1. Proportion : The proportion of the cement mortar shall be 1 : 5 (1 cement : 5 fine sand) by volume. 2.2 Wetting of bricks: 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

Page 91: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

91

water is an indication of through wetting of bricks. 2.3 Laying : Bricks shall be laid in English bond unless directed otherwise. Half or cut bricks shall not be used except where necessary to complete to bond closers in such case shall be cut to required size and used near the ends of walls. 2.3.1 A layer of mortar shall be spread on full width for suitable length of the lower course; each brick shall first be properly bedded and set home by gently tapping lapping with handle of trowel or wooden mallet. It side 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. 2.3.2 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. 2.3.3 The brick shall be laid with frog upwards. A set of tools comprising of wooden straight edges, mason’s sprit 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. 2.3.4 Both the faces of walls of thickness greater than 23 cms. Shall be kept in proper place. All the connected brick work shall not be kept 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. 2.3.5 All fixtures, 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 exceed 12 mm. The face joints shall be raked out as directed by taking 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 brick work is laid and all mortar dropping removed. 2.5 Curing: 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 : If the foundation is to be laid directly on the excavated bed the bed shall be leveled, cleared of all loose materials, cleaned and wetted before starting 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 puccas flooring is to be provided flush with the top to plinth the inside plinth offset shall be kept lower than the outside plinth top by the thickness of the flooring. 3.0 Mode of measurements and payment: 3.1 The measurements of this item shall be taken for the brick masonry fully completed in foundation up to plinth. The limiting dimensions not exceeding those shown on the plans or as directed shall be final. Battered, tapered and curved portions shall be measured net. 3.2 The rate shall be for a unit of one cubic meter.

Item no. 7 A to 7D: Manufacture, supply, delivery, Lowering, laying and jointing with Heat Shrink Sleeve in position to correct line & level of submerged Arc Welded MS pipe, having beveled ends plate or coil confirming to IS -3589-2001 or its latest revision/ amendment for the following outside diameter at site including all taxes, duties, insurance, transportation, freight charges, octroi, inspection charges, loading, unloading conveyance to department stores, stacking, jointing material, labour, etc. complete. The pipe should not be lined but should be painted with two coat of red oxide on outer surface, pipe should be laid on pedestal or chair or anchor grout/ pile upon prepared bedding in trenches the rate include conveyance from departmental store to site work loading,unloading, jointing with special fitting like elbow, tee, coupling, bends,flangewith nut & bolts and hydrotesting etc. comp. The work should be completed as per the scope of tender and to the satisfaction of engineer MS PIPELINES, APPURTENANCES SPECIALS ETC.

1. SCOPE This specification covers the general requirements for supply, fabrication, delivery at site laying, jointing, testing and commissioning of all welded M.S pipeline, appurtenances, specials etc. above/below ground, including Civil works required for the same.

2. APPLICABLE CODES & SPECIFICATIONS The following specifications, standards and codes are made a part of the specification. All

Page 92: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

92

standards, tentative specifications, specifications, codes of practice referred to herein shall be the latest editions including all applicable official amendments and revisions. In case of discrepancy between this specification and those referred to herein, this specification shall govern.

1. IS : 2062 Steel for general structural purposes. 2. IS : 808 Dimensions for hot rolled steel beam, column, channel and angle sections. 3. IS : 814 Covered Electrodes for manual Metal Arc Welding of carbon and C-Mn steel. 4. BS EN 499 Welding Consumables. Covered Electrodes for Manual Metal Arc Welding of Non

Alloy and Fine Grain Steel. Classification 5. AWS : A-5.1 Specification for Mild Steel Covered Arc Welding Electrodes. 6. IS : 3613 Acceptance Tests for Wire Flux combinations for Submerged - Arc Welding. 7. AWS : A-5.17 Specification for Bare Mild Steel Electrodes and Fluxes for Submerged Arc

Welding. 8. IS : 1367 Technical Supply Conditions for Threaded Fasteners (Parts 1 to 3). 9. IS : 2016 Plain Washers. 10. IS : 2074 Ready Mixed Paint, Red Oxide Zinc Chrome and Priming. 11. IS : 102 Ready Mixed Paint, Brushing, Red Lead, no setting, Priming. 12. IS : 1786 High Strength Deformed Steel Bars and Wires for Concrete Reinforcement 13. IS : 432 Specification for Mild Steel & (Part-I) Medium Tensile bars and hard drawn steel wire for

concrete reinforcement : mild Steel & Medium tensile steel bars. 14. IS.432 Specification for mild steel & (Part-II) Medium Tensile steel bars and hard drawn steel

wires for concrete reinforcement : Hard drawn steel wire 15. IS : 269 Specification for Ordinary and Low heat Portland cement 16. IS : 8041 Specification for Rapid hardening Portland Cement 17. IS : 383 Specification for coarse and fine aggregate from natural source for concrete 18. IS :12330 Specification for Sulphate Resisting Portland Cement 19. IS : 456 Code of practice for plain and reinforced concrete 20. IS : 800 Code of practice for General Construction in Steel. 21. IS : 816 Code of practice for use of Metal Arc Welding for General Construction in mild steel. 22. IS : 4353 Submerged Arc Welding of Mild Steel & Low Alloy Steels –Recommendations. 23. IS : 817 Code of practice for Training and Testing of Metal Arc Welders. 24. IS : 1182 Recommended practice for Radiographic examination of Fusion – Welded Butt Joints in

steel plants 25. IS : 2595 Code of Practice for Radiographic Testing. 26. IS : 3658 Code of Practice for Liquid Penetrate Flaw Detection 27. IS : 5334 Code of practice for Magnetic Particle Flaw Detection of welds. 28. ASTM E 94 Guide for Radiographic Testing 29. ASTM E 709 Guide for Magnetic Particle Examination. 30. ASTM E 165 Test Method for Liquid Penetrate Examination. 31. IS : 3600 Methods of Testing Fusion Welded Joints and weld metal in steel (Parts 1 to 9) 32. IS : 4853 Recommended Practice for Radiographic Inspection of Fusion Welded Butt Joints in

Steel Pipes. 33. IS : 3589 Seamless or Electrically welded steel pipes for Water Gas and Sewage (168.3 to 2032

Outside Diameter) 34. IS : 6631 Steel pipes for Hydraulic Purposes 35. IS : 7343 Code of practice for ultrasonic Testing of Ferrous Welded Pipes and Tubular Products 36. IS : 2598 Safety Code for Industrial Radiographic Practice 37. IS : 5822 Code of Practice for Laying of Electrically Welded steel pipes for water supply 38. IS : 1608 Mechanical testing of Metals. 39. IS : 9595 Metal Arc welding of Carbon and Carbon-Manganese Steels. 40. IS : 2825 Code of unfired Pressure Vessels 41. IS:5504 & IS:3589 Code for SW PIPES 42. IS:10748 Requirement for Wieldable Hot Rolled Carbon Steel Strip in Coils. 43. IS 10234 : Recommendation for radiography for general pipeline welding. 44. API-1104 Welding of pipeline & related facilities

MATERIALS

Page 93: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

93

1. Steel Coils - The steel Coils for pipes, fittings, specials and stiffeners shall be of mild steel conforming to IS: 10748 grade III and shall bear ISI mark

2. Welding Consumables - such as electrodes, filler rods and wires shall conform to IS : 814, IS 3613, IS : 6419 and IS : 7280 and shall be of GWIL approved make.

Before fabrication of pipes and specials/fittings is commenced, the copies of the mill sheets and the manufacturer's test certificates for Coils and other materials required for the fabrication, shall be submitted by the Contractor to the Engineer for his approval.

3. When requested by the Engineer, the Contractor shall supply free of charge to the Employer, for

testing suitable samples of the materials to be used/used in the Works. The cost of such tests shall be borne by the Contractor and shall be included in his item rates.

INSPECTION

1. All works and material under specification will be rigidly inspected during all phases of manufacture and testing and such inspection shall not relieve the Contractor of his responsibility to furnish materials and performed work in accordance with this specification.

2. The Contractor shall notify the Engineer, in advance of the production of materials and fabrication

thereof, in order that the Employer may arrange for mill and shop inspection.

3. The Engineer may reject any or all materials or work that do not meet with any of the requirements of this specification. The Contractor shall rectify or replace such rejected material/performed work at his own cost, to the satisfaction of the Engineer.

4. The Engineer shall have free access to those parts of all plants or any other premises and sites that

are concerned with the furnishing of materials or the performance of work under this specification.

5. The Contractor shall furnish to the Employer's inspector reasonable facilities and space without charge for inspection, testing and obtaining of any information he desires in respect of the character of material used and the progress and manner of the work.

6. The Contractor shall supply free of cost required specimen of materials for testing by the Owner at

any time during the progress of work and shall bear the cost of all such tests or retests to the satisfaction of Engineer.

7. The Contractor shall provide 2 (two) sets of accurate `Go' and `No Go' ring gauges to measure the

diameter of pipes specials and fitting for the use of the Engineer at no extra cost.

FABRICATION OF PIPE 1. General

1.1 All pipes and specials shall be manufactured as per IS: 3589 out of new mild steel HR Coils (IS:

10748 grade-III) which shall be free from any cracks, surface flaws, laminations, excessive fittings or any other defects. The pipes shall be truly cylindrical, and straight in axis. The ends shall be accurately cut and prepared for field welding. The external circumference of the pipe pieces which are to be fixed adjacent to flange adapter with fixed outer diameter shall not deviate from theoretical one by more than 1 mm. To obtain this accuracy the pipe shall be rolled several times, if necessary, as pipe pieces should be truly cylindrical. The external longitudinal welding of this pipe shall be ground smooth flush with surface to the satisfaction of the Engineer, for a length of 200 mm. No extra cost shall be charged by the Contractor for this grinding work. However, the pipe shall be manufactured as per tender specification.

1.2 Minor repair by welding or otherwise shall be permitted at the discretion of the Engineer, but such repairs shall be done only after obtaining the previous permission of the Engineer. Any pipe or part thereof which develops injurious defects during shop welding or other operations shall be rejected.

1.3 Permissible Stress The permissible stress in the pipe shell shall be related to yield stress (fy) of pipe material making due allowance for weld efficiency of the joint.

Page 94: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

94

i) Working stress for combined bending and direct tensile stress shall not exceed 60% of yield

stress of the material making due allowance for efficiency of welded joint (as per IWWA M-1). ii) Working stress for combined bending and direct compressive stress shall not exceed 50% of

yield stress making due allowance for weld efficiency (as per IWWA M-1). iii) It is also necessary to check the shell thickness for adequate factor of safety against failure by

buckling (as per IWWA M-11).

For field welded joint, efficiency factor of 80% is generally adopted, while for shop welding joint 90% efficiency is allowed (as per IS 5822 ).

2. Fabrication

2.1 The factory meant for fabrication of pipes, specials etc. shall also be involved with testing etc., machining as well as painting. For completing the work under the present contract within the contract period, the factory shall be equipped with adequate number of various equipment and plant such as : i) Plate bending machines for rolling of pipe drums ii) Automatic welding machines (suitable for circumferential welding) iii) Hydraulic Testing Machines iv) Travelling gantry or crane of capacity 10 Tonnes or above. v) Mobile cranes for loading/unloading of Coils, pipes etc. 15 tonnes capacity each vi) Lathe for machining of the flanges rings, Coils etc. vii) Equipment for sand blasting and applying paint by spray gun. viii) Equipment for cold pressing of Coils up to 25 mm thick to the required curvature

(specials, plug Coils etc.) ix) Bending machine of adequate capacity for manufacturing ring girders and other

necessary equipments.

2.2 The factory shall have adequate area, and shall also have stacking yard for the stacking of Coils, structural, fabricated pipes etc. and the scrap.

2.3 The Bidder may establish pipe fabrication factory within the project site for minimizing the transportation of pipes after fabrication to bring the pipes to the trench where pipes are to be laid. Contractor shall furnish with his bid the details of the factory where he intends to get the fabrication done, such as its location within the project site and the equipment, plant and other facilities available in the factory for the manufacture of M.S. Pipes and special required under this contract.

2.4 Cutting Coils or from Coils rolled as coil to the required sizes 2.4.1 The Coils shall be indented in such length as to have minimum wastage and so as to make the

pipe as far as possible. 2.4.2 Before cutting, all the edges of the Coils shall be cleaned by brushing/grinding on both the

sides. 2.4.3 After the Coils are cut, the edges shall be made smooth and even by polishing with an electrical

or pneumatic grinder to remove all inequalities. Care shall be taken to see that the cut edges of the plate are perfectly straight. Jigs to be used for this purpose shall depend upon the types of cutting machine used. The Coils cut to the required shape shall be checked for correctness before they are rolled into pipe drums. If any corrections are required, the Contractor shall do the same by re-cutting, if necessary.

2.5 Rolling of Coils 2.5.1 The Coils prepared as mentioned above are cut to the exact size shall be put into a rolling

machine to form a pipe of the required diameter as under : • The Contractor shall adjust the rolling machine so as to give a uniform curvature to the pipe

throughout its circumference. • The curvature obtained shall be checked by the Contractor's foreman during the process of rolling

and if proper curvature is not obtained at any place including the ends, the rolling operation shall be repeated at this stage

• Heating of Coils to obtain the desired curvature shall not be permitted.

Page 95: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

95

2.6 Welding 2.6.1 All components of a standard shell, either straight or bent etc. shall be welded, wherever

possible by use of automatic arc welding machine by Submerged Arc welding process with alternating current. Generally hand welding shall not be permitted except specific cases, where it is absolutely necessary. This should be done in consent with clients representative. Hand welding shall also not be permitted except for sealing runs and such other minor works at the discretion of the Engineer-in-charge. The strength of the joint shall be at least equal to that of the parent material.

2.6.2 The Contractor shall use electrodes of GWIL approved make and size, the size depending on the thickness of coil and the type of joint. It shall also be used with standard current and arc voltage required for the machine in use with such modifications as may be found necessary after experimental welding. For this purpose, samples of welded joints shall be prepared and tested in the presence of the Engineer. The values once determined shall be maintained throughout the work and if any modifications are to be made, a written permission of the Engineer shall be obtained. In the case of thin sheets, electric arc welding may not give satisfactory results and gas welding shall be resorted to. Gas welding shall be subject to the same specifications and tests as those for electric welds. Welding should be carried out inside as well as outside.

2.6.3 All the shop and field joints shall be welded, all welding shall conform to the requirements of

IS 9595 and IS 4353.

2.6.4 All circumferential joints shall be double welded butt joints. Field joints shall be from outside, with a sealing weld from inside. End preparation for such welding shall conform to IS : 2825.

2.6.5 All circumferential welds involving Coils of unequal thickness shall be so kept that the inside surfaces of Coils match to provide stream lined joints without alteration in the internal diameter. As far as practicable, welding of dissimilar thickness of shells shall be carried out in the shops.

2.6.6 The welding shall be of the best workmanship free from flaws, burns, etc. and the Contractor shall provide for his own electrodes and equipment’s, ovens to keep the electrodes at the desired temperatures and dry. In order to maintain a good standard in welding, welders shall be tested by the Contractor with prior intimation to the client before they are entrusted with the job. Qualification standard for welding procedures, welders and welding operation shall conform to the requirements of IS : 7307 and IS:7310 (latest). Periodical tests as regards their efficiency shall also be taken at intervals of about 6 months and those found inefficient shall be removed from the job. Only those who pass the test, shall be posted on the job. If an incompetent welder has already welded some pipes, all welding done by him previously shall be fully checked by X-ray in addition to the regular X-ray inspections. The defects if any, shall be set right to the satisfaction of the Engineer. All such check tests and rectification of defects shall be entirely at the cost of the Contractor. No pipes or steel sections shall be erected unless the work of the welder concerned has been proved to be satisfactory. Specially selected welders shall do site welds.

2.6.7 A record shall be maintained showing the names of welders and operators who have worked on each individual joint. Hand-welding shall preferably be carried out by a pair of welders (parallel welding putting two welders at a time both will be working in diametrically opposite side of the curvature. Welding shall be divided into 4 quadrants shall be welded simultaneously, so that by observing proper sequence, distortion can be avoided. A joint entrusted to a particular individual or a pair shall be as far as possible, completed by them in all respects, including sealing run. No helper or other unauthorized person shall be permitted to do any welding whatsoever. In case of infringement of above, the persons shall be punished as directed by the Engineer.

2.6.8 The welded joint after welding should not become brittle or sensitive to blows and there should

be no loss of toughness due to welding or heat treatment. The material after welding and heat treatment is to be tougher than the base metal and is to retain its original ductility. No allowance will be made for thinning of weld and the weld should in no point be less than the nominal thickness of plate.

Page 96: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

96

2.6.9 Upon receipt of the order and prior to the start of fabrication, the Contractor shall submit to the Engineer for his approval the ``welding procedure'' he intends to use in the shop work. Similarly, prior to the start of the field welding, procedure for the field welding must be submitted to the Engineer for his approval. Manual welding shall be adopted only when machine welding is not possible.

2.7 Ultrasonic and Radiographic tests of Welded Joints

2.7.1 For the mild steel pipes manufactured in site factory/workshop, fabricated from mild steel

Coils, 100 % of the each welded joints shall be subjected to ultrasonic test and 15% of the each welded joints shall be subjected to radiography test.

2.7.2 In case of field joints 15% of the each welded joints shall be subjected to Ultrasonic and radiography test. In case of failure of joints the contractor shall be required to carry out radiography of thrice the number of field joints failing during the Ultrasonic and radiography test. Even after such radiography testing, if any one of the joint fails, the contractor shall be required to carry out Ultrasonic and radiography of joints on all field welded joints i.e. 100 % basis. All these testings shall be carried out by the contractor at his own risk and cost.

2.7.3 The weld ripples or weld surface irregularities, on both inside and outside shall be removed by

any suitable mechanical process to a degree such that resulting radiographic contact due to any remaining irregularities cannot mark or be confused with that of objectionable defect. The radiograph shall be made in strict accordance with the latest requirements and as per the latest and most efficient technique either with X-ray or gamma ray equipment.

2.7.4 The photographs are to be marked in such a way that the corresponding portion of the welded

seam can be readily identified. All radiographs will be reviewed by the Engineer to identify the defect and determine those which must be removed. Defects that are not acceptable shall be removed by chipping, machining or flame gouging to sound metal and the resulting cavities shall be welded. After rectification, the joint is to be radiographed again to prove the quality of the repair. The Engineer based on the latest standards prescribed by Indian Standard specification will judge the radiographs as acceptable or unacceptable.

2.7.5 All X-ray shall be made with equipment and by personnel furnished by the Contractor. Films

shall be developed within 24 hours of exposure and be readily accessible at all times for inspection by the Engineer. The Contractor shall provide for the use of the Engineer suitable X-ray viewing equipment. X-ray films shall be properly maintained by the Contractor and shall be handed over to the department on completion of the Contract. All films shall be identified by the No. and chart prepared indicating location of the joint each X-ray photo represents. In the event of additional radiographic inspections required of any work associated with the pipe erection, the Radiographer at the discretion of the Engineer shall perform such inspection.

2.8 Radiographic Inspection 2.8.1 General 2.8.2 The Engineer shall assure himself that the welding procedure employed in the construction of

pipes has been qualified. The Contractor shall submit evidence to the Engineer that the requirements have been met. The Contractor shall certify that the welding of pipes has been done only by qualified welders and welding operators and the Engineer shall ensure himself that only qualified welders and welding operators have been used.

2.8.3 The Contractor shall make available to the Engineer a certified copy of the records of the qualification tests of each welder and welding operator. The Engineer shall have the right at any time to call for and witness tests of welding procedure or of the ability of any welder and welding operator.

2.8.4 Radiographic Inspection of welded joints All welded joints to be radiographed shall be examined in accordance with IS : 2595- Code of Practice for Radiographic Testing IS : 4853 Recommended Practice for Radiographic Inspection of Fusion Welded

Butt joints in Steel Pipes. IS :1182 Recommended Practice for Radiographic Examination of Fusion Welded

Butt-Joints in steel Coils.

Page 97: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

97

2.8.5 The reinforcement on each side of all butt welded joints shall not exceed 1.5 mm. A complete set of radiographs and records as described in IS : 2595 for each job shall be retained by the Contractor and kept on file for a period of contract.

2.8.6 Radiographers performing radiograph shall be qualified in accordance with SNT-TC-1A. Supplements and Appendices ``Recommended Practice for Nondestructive Testing Personnel Qualification and Certification'' published by the American Society for Nondestructive Testing as applicable for the technique and methods used.

2.8.7 Final acceptance of radiographs shall be based on the ability to see the prescribed penetrometer

image and the specified hole.

2.8.8 The acceptance criteria for radiography of the joint shall be as per IS-10234 or as per API -1104 standard.

2.8.9 Thermal Stress Relieving Not applicable.

2.8.10 Tolerance 2.8.10.1 The shell in the completed work shall be substantially round. The difference between

maximum and minimum inside diameters at any cross section shall not exceed 1% of the nominal diameter of the cross section under consideration subject to a maximum of 10 mm.

2.8.10.2 Machined parts shall be within the limits specified by IS 3589.

2.8.10.3 Straight pipes shall have their faces perpendicular to the axis of the section with a maximum deviation of 2 mm on either side of the plane. Pipe ends shall be bevelled as per IS: 3589. The pipes shall be supplied in length of 10.5 metres to 12.5 metres.

2.8.10.4 For the shell thickness, no negative tolerances are acceptable: 2.9 Shop Testing 2.9.1 After fabrication, but before application of protective coatings all pipes and specials shall be

subjected to a shop hydraulic test (100%). Standard lengths of pipes shall be directly subjected to test and non-standard pipe and elbows can be tested as standard pipe before being cut to size.

2.10 Field Hydraulic Testing

2.10.1 The Pipeline after laying at site shall be subjected to 100% Hydrotesting. The test pressure shall be 1.5 times working pressure or 6 kg/cm2 whichever is higher. The pressure shall be maintained for a period of 24 hours. The length of pipe for hydro testing shall be generally 5 km as directed by Engineer-In-Charge.

2.10.2 Each pipe shall be filled with water and the pressure slowly and uniformly increased until the

required test pressure is reached. 2.10.3 The pipe to be tested shall be given a serial no. which shall be painted on its inside together

with details such as pipe No. Shell thickness, diameter, length etc. as directed. It shall be entered in the register to be maintained by the Contractor.

2.10.4 Prior to testing, the pipe shall be inspected thoroughly and all the apparent defects in welding

such as jumps, porosity etc. shall be repaired by gouge and re-welding.

2.10.5 The hydraulic test shall be carried out under cover at the fabrication shop, in the presence of and to the satisfaction of the Engineer or the inspection agency appointed by the Employer.

2.10.6 For indicating the pressure inside the pipe an accurate pressure gauge of approved make duly

tested and calibrated for the accuracy of readings shall be mounted on one of the closures which close the pipe ends.

2.10.7 The pressures shall be applied gradually by approved means. and shall be maintained for a

period of 24 hours. The pipe shall be hammered throughout its length with sharp blows, by means of a 1 kg. hand hammer.

Page 98: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

98

2.10.8 The pipe shall withstand the test without showing any sign of weakness, leakage, oozing or sweating. If any leak or sweating is observed in the welded joints, the same shall be repaired by gouging and re-welding after dewatering the pipe. The repaired pipe shall be re-tested to conform to the specified pressure.

2.10.9 If any leak or sweating is observed in pipe shell the pipe under test shall be rejected

temporarily. The Contractor shall stack such rejected pipes separately in his yard. The Engineer shall inspect the same and after taking cuts if necessary, shall determine the nature of repairs to be carried out thereon and shall then decide as to how and where they shall be used. No payment shall be made for handling or carrying out repairs, but, payment for the fabrication and hydraulic testing of the pipe shall be released only after acceptance of the pipe with necessary repairs and subsequent testing etc. are carried out by the Contractor to the satisfaction of the Engineer. The Engineer shall be supplied with two copies of the results of all the tests carried out.

The Mechanical Tests for Pipe material at Manufacturers work shall be carried as per approved Quality Assurance Plan( QAP) and tests shall be as per IS:3589

2.11 Testing Of Site Welded Joints (i) The welded joints at site shall be tested for Tensile test, Bend test & Tre-panned plug in accordance

with procedure laid down in as per the latest edition of IS No. 3600 “code of procedure for testing of fusion welded joints and weld metals in steel”.

(ii) Test pieces shall be taken by the contractors from the welded joints at the position on fabricated pipes pointed out by the Engineer in-charge.

(iii) The sample so taken shall then be cut to the exact shape and dimensions and machined as described below and handed over to the Engineer-in-charge for testing. All the work up to and including machining and arranging for test shall be done by the contractors.

2.12 Submission of Daily Progress Report The Contractor shall submit to the Engineer a daily progress report in the proforma approved by the Engineer, wherein all the details of the work carried out in the factory shall be fully recorded. Similarly, works done in the various units in the factory shall be separately mentioned. The Contractor shall maintain a register of all the finished materials giving dates of carrying out important operations such as testing, transport, etc. The register shall be presented at least once a week to the Engineer who shall initial the entries after verification. CARTING: a) The pipes shall be carted from the factory to the site of work by the contractor by Railway, Truck or other means suitable for is to carting. The contractor will be responsible for the safety of pipes in transit loading, unloading etc. and shall ensue that no damage occurs to pipes. The cost of any such damages will be responsibility of the contractor. The contractor shall cart the pipes anywhere on the alignment and no extra claim of the contractor shall be entertained if the contractor has to cart the pipes through longer routers convenient to him. The pipes shall be carefully unloaded from the trucks, trolley etc. to the ground along the pipes trenches at safe distance and only required number at one place shall be unloaded. LAYING AND JOINTING OF PIPES:

1. Clearing of the pipeline alignment of any obstructions shall be included in this item. 2. All the pipes shall be cleaned of all dust, dirt or any foreign matter before lowering in the excavated

trench. 3. The pipes may be lowered by the chain pulley block or by any other suitable means where the trench

is ready and bottom of the trench has been graded as per drawing and specifications. Care shall be taken to see that no damage is done to a cement concrete lining in case concrete lined pipes. Any damage done during lowering shall be made good by the contractor at his own cost to the satisfaction of the Engineer-in-charge/ Consulting Engineer.

4. Free access shall be provided for the welding of circumferential joints by increasing the width and the depth of the trench at these points. Extra excavation required for circumferential weld joints shall be done to ease jointing, without extra payment.

5. The pipes shall be perfectly aligned carefully in both plan and profile.

Page 99: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

99

6. After the pipes has been places in trench and not welded the tie in shall be made in the morning or when the ambient temperature is not exceeding 39c. All leveling, aligning and welding shall be done as per welding specifications.

7. The laying of pipe shall be executed in such a way that the water connections, drainage connection, telephone, electric cables, gas line / water line / chamber / manhole etc. met during excavation are not damaged. If required, these cables and poles shall be supported properly, even then if these lines and cables are damaged, and the bidder/operator shall be held responsible, the bidder/operator shall repair the same at his own cost immediately. In case such repair work is not attend immediately, it will be executed through other agency or department at the risk and cost of bidder/operator and the entire repair expenditure shall be deducted from his running bill or from the amount payable to him.

8. Any diversion required in existing service lines coming in the line of work shall have to be diverted by the bidder/operator at his cost & risk, as per the instructions and directions of Engineer-in-charge.

INSPECTIONS: 1. GENERAL:

a) Engineer or supervisor shall have free access to all places where the work is being done or to any work connected with pipes line. b) Client is entitled to send its own Engineer or supervisor to field or shops where prefabrication and erection of pipeline are being done and for the following function but not limited to them. i) The check that the welding performance and welding equipment used on the jobs are suitable and conform to relevant standards. ii) To supervise the performance of tensile and bend tests as described above. iii) To ensure that approved welders are executing the work. iv) To check whether welding is confirming to relevant specifications and practice in accordance with good pipe line construction practice. v) To check any other performance to ensure quality of work. c) Contactor shall provide the Engineer in charge or supervisor with all facilities necessary for carrying out his work at no extra cost. d) Approval from the Engineer or supervisor shall not relieve the contractor of his responsibilities and guarantees under this contract. e) The contractor shall bot try sufficiently in advance the commencement of qualification test of welders to enable the client’s supervision to supervise the same. 2. VISUAL INSPECTION : Finish welds shall be visually inspected for cracking inadequate penetration, unrepaired burn through, dimensions and other surface defects and it must present a neat workman like appearance. Under cutting adjacent to the final bead on the outside of the pipes shall not exceed 0.8mm in depth or 12-1/2% of the pipe wall thickness whichever is smaller and there shall not be more than 50mm of under cutting in any continuous 300mm. length of weld. 3. REPAIRS OF REMOVAL OF DEFECTS: (a) Defects which are not within the acceptable limit shall be removed from the joint completely by chipping or grinding. (b) When the whole joints is found unacceptable the weld and the ends of joints shall be restored according to relevant clauses under fabrication. (c) No repair shall be carried out without prior authorization of the Engineer-in-charge. 4. PROOF TEST: Soundness of the welds shall be tested by The Engineer or supervisor by means of hydrostatic test, shall be conducted only after satisfying the requirement of visual inspection and after the work is cleared for such tests by the client’s Engineer or supervisor. PRESSURE TESTING OF STEEL PIPE LINE: 1. Scope: The specification covers the general requirement for the hydrostatic testing of all steel pipes. The intent of this specification is to provide basis and general guideline for carrying out field, testing to ensure leak

Page 100: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

100

tightness upon completion of laying and welding of field, joint the piping shall be inspected by Engineer-in-charge/Consulting Engineer to ensure compliance with specification and drawings. 2. All piping systems shall be pressure tested irrespective of whether or not they have been pressure tested prior to site welding. All tests shall be completed to the entire satisfaction of the Engineer -in- charge. On completion of the test, the pipe system shall be fully drained cleaned and made ready for operation. Lines repaired by welding or any disturbance whatsoever subsequent to the pressure test shall be retested after the repair of welds correction as required at the test pressure originally applied at the contractor’s cost. a) Lines may be tested in sections to facilitate completion of work in that area of areas. However such sections tested shall be capped out, tagged suitably and subsequently tested as complete system prior to final Acceptance wherever required as directed by Engineer-in-charge. b) Where piping systems to be tested are directly connected at the battery limits to piping for which the responsibility rests with other, the piping to be tested shall be plated from such by valve or blind. 3. The Engineer-in-charge/ Consulting Engineer shall be notified in advance by the contractor of the testing sequence and programme to enable him to by present for witnessing the test. 4. TEST FLUID Fresh potable water shall be used as the testing medium for the hydrostatic testing of piping. Salty water shall not be used for hydrostatic testing under any circumstances. The supply of water for the testing shall be contractor’s responsibility & it will be done at his cost. 5. TEST PREPARATION : a) All equipment, materials, consumables and services mentioned below but not limited to, required for carrying out pressure testing of piping shall be provided by the contractor at his cost. • Potable water for line testing. • Pump sets for pressurization. • Water hoes with accessories and adapted flanges. • Supply fabrication and erection of temporary carbon, steel piping with valves, fittings specials etc. • Pressure gauges and other instruments with necessary connections. • Temporary blinds wherever required as per instruction of the Engineer-in-charge/ Consulting Engineer. • Tools, tracles, pipe wrenches, spanners etc. All aids not specified here in but required for carrying out pressure test of piping b) All joints, welded o flanged shall be loft exposed and easily approachable for the examination during the test. Before pressuring the lines each weld joint shall be cleaned by wire brush to free from rust, if c) The test will have to be carried out with permanent gaskets installed unless otherwise specified by the Engineer-in-charge/Consulting Engineer. d) No pressure test shall carried out against, closed valves unless approved by the Engineer-in-charge/Consulting Engineer. e) TEST PRESSURE GAUGES : 1) All gauges used for field testing should be of the bourdon type having a suitable range and dial scale not less then 4-1/2” diameter. Test pressure indication should fall between 40% to 80% of gauge scale range. Gauge shall be reliable and of good quality in first class working condition. 2) Prior to the start of test and periodically during the field test programme all test gauges shall be correctly callbrated in a laboratory approved by Engineer-in-charge. 3) For lines longer than 50 meters, two or more pressure gauge may have to be installed at the locations decided by the Engineer-in-charge. These will be over and above the pressure gauge installed on discharge of pressuring pump. 5. PROCEDURE OF PRESSURE TESTING. A) TEST PRESSURE: For all lines test pressure will be 10 kg./cm2 B) PRESSURE INSPECTION AND APPROVAL: 1) All vents shall be left open while filling the line with water for complete removal of air. If necessary vents shall be provided in the pipe line for removal of air. 2) Pressure shall be applied after the line is ready and approved by the Engineer-in-charge/Consulting Engineer. Pressure shall be applied by means of a suitable pressure pumps which could be isolated from the system as soon as test pressure is reached and stabilized in the system. 3) The test pressure shall be retained long enough to facilities inspection of complete system under test. Duration of the test in each case shall be fixed up by the Engineer-in-charge but in no case it will be less

Page 101: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

101

than 30 minutes. No leakage of kind will be permissible. The glands of the valves by the contractor, so as to stop the leakage, if any, 4) Care shall be taken to avoid increase in pressure due to temperature vibration during test. 5) After completion of hydrostatic test, the pressure shall be released. All the vent and drains shall be kept open till the line are fully drained. 6) Pressure test will be considered complete only after approval of Engineer-in-charge. Defects, if any, noticed during testing shall be rectified immediately and re testing of system/line shall be done by the contractor at his cost. 7) FINISHING OF WELDING FIELD JOINTS : After hydrostatic testing field joints of steel pipes shall be coated with concrete with suitable reinforcement as directed. 8) TESTING RECORDS : Records in triplicate shall be prepared and submitted by the contactor for each section of piping system for which pressure testing has been carried out. • Date of test • Identification of piping tested line chain age drawing No.etc. • Actual test pressure obtained against specified test pressure of 10 kg./cm2. • Signature of the contractor representative. • Approval signature of Engineer-in-charge/Consulting Engineer or his representative. FLUSHING : a) Flushing of all lines shall be done after pressure testing b) Flushing of all lines shall be done in the presence and as per directions of Engineer-in-charge or his

representative. c) Flushing of pipe lines will be done by fresh potable water, to clean the pipe of all dirt, debris and

foreign materials. d) The supply of water for flushing shall be contractor’s responsibility and it will be done at his cost. e) It will be contractor’s responsibility to provide all necessary equipments, materials and consumables

required for completing the flushing as per directions of the Engineer-in-charge. f) Water passing will be continued till the inside of the pipe is fully cleaned. g) During flushing discharged water shall be drained to the place directed by the Engineer-in-charge care

shall be taken during flushing so as not to damage/spoil other agencies work, proper temporary drainage for flushing water shall be taken to prevent entry of water, foreign particles, into equipments, electric motors, instruments, electrical installations etc. in the vicinity of line being flushed.

h) Records in triplicate shall be prepared and submitted by the contractor for flushing done incorporating the following details in the proforma approved by the engineer-in-charge.

• Date of flushing. • Identification of piping section flushed, drawing No. etc. signature of contractor’s representative. • Approval signature of representative, Engineer-in-charge. METHOD OF MEASUREMENT OF PIPES. The measurement shall be recorded in running meters of length laid along and centre line of axis of pipe line, and specials correct up 0.01 m. length, No. payment shall be made for over laps etc. The length of appurtenance and specials shall not be deducted from the total length of pipe line. RATES: The rate shall be inclusive of all the following items. a) Grading and leveling of the existing profile to the required level complete for laying of pipeline including Clearing and grubbing road land including uprooting rank vegetation grass bushes, shrubs, sapling and trees girth up to 300 mm removal of stumps of trees cut earlier and disposal of unserviceable materials. This item shall include all the labour and machinery required to complete this work as per the instruction of the engineer in charge. The stuff collected shall be dumped at about 1 m away from the trench (within 90 meter lead), properly in the line and approach shall be provided. No extra rate shall be payable for this work. Cutting and stacking trees along the alignment of the pipe including taking approval from forest dept. Stacking of wood logs, maintaining record of the woods as per instructions of engineering incharge, complete with labour and material. The rate shall include carrying away the logs to the place as specified by engineer in charge. Removing of existing pipeline incl. removal of specials, valves jointing material including carting and stacking of removed material from site of work to location as instructed by engineer incharge. The pipe to be removed shall be either precast concrete pipes or MS pipes.

Page 102: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

102

b) Cost of all materials like steel, cement, aggregate, bolts, nuts, washers, white lead, grease, rubber packing etc. necessary for pipe construction providing, jointing and laying the constructed pipes. c) Carriage of all materials ready shells pipes from factory to the site of work and stacking including protection from breakage in transit is any, d) Labour for strutting out along the trenches. e) Labour for laying pipes in trenches to correct alignment at required depth with tools required for flaying the pipes, including connecting pipes to specials and appurtenances. f) Laying of pipes over pillers, supports, testles etc. g) Cost of specials scaffolding, tools and plants rope etc. h) Protection of existing works form damages and cost repairs to the damages carried out to the existing structures, poles sewer, pipe line etc. i) Labour for making joints including all material for joint stools etc. j) Testing for pipes for leakage under water pressure. k) Relaying and welding defective joints. l) Providing temporary arrangements to keep the pipe clean and in position. m) Labour for cutting pipes by chisel or any other method laying and fixing the same. n) Providing steel cylinder reinforced concrete pipes complete in all respects, laying jointing & commissioning them and connecting them properly with all specials bends etc. o) All necessary specials shall be manufactured from M.S,.plates as per I.S.7322/1984. The cost of plates shall be bone by the contractor. The specials include necessary bends of 0 to 90 (degree) and tees. These include different size gap pieces, reducers, collars, tails pieces including swedge, plain or flange ends and necessary bolts, nuts, washer etc. required to connect with valves. p) The repair of all the water connections, drainage connection, telephone, electric cables, gas line / water line / chamber / manhole etc. met during excavation are not damaged. The cost shall also include supporting of cables and poles. In case such repair work is not attend immediately, it will be executed through other agency or department at the risk and cost of bidder/operator and the entire repair expenditure shall be deducted from his running bill or from the amount payable to him.

q) Any diversion required in existing service lines coming in the line of work shall have to be diverted by the bidder/operator at his cost & risk, as per the instructions and directions of Engineer-in-charge. r) Relocation and diversion of electrical poles and cables: Construction of new electric pole and relocation of existing pole with diversion of overhead electrical cable for clearing the route for pipe laying , as instructed by engineer incharge. This work shall include making good at ground level and re-establishing electrical connection. The rate shall be inclusive of all the material and labour with permissions if required. s) Laying of pipeline on pedestal:

a. The pipeline if laid on pedestal or pile shall be laid on Rubber Padding/packing for supporting the pipe on pedestal saddle. 20 mm thick rubber sheet shall be used for the same.

b. MS bolts of 20mm dia casted in pedestal for fixing of pipe on pedestal. The steel is to be used in fixing of pipe on pedestal so it should be as per structural design. It should not be rusted or coloured.

The works shall be laid out within the confines of the Site in order to interface to the existing infrastructure of roadways and inlet and outlet pipe work. Underground services requiring to be relocated in order to accommodate the proposed site layout shall, with the approval of client, be relocated by the Contractor.

The complete item shall be paid in running meter. No extra shall be paid for items mentioned above, so the rate shall be inclusive of all material and labour complete.

Page 103: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

103

ITEM NO. 8: A & B Providing, supplying, lowering, laying and fixing ISI mark CI D/F Sluice Valves of following Class and Diameter including all taxes, Insurance, transportation, freight charges, octroi, inspection charges, loading, unloading, conveyance to departmental stores, stacking etc, complete with labour and material. For Sluice Valve PN-1 with hand wheel/ Cap Operated 400 Dia & 150 Dia

1) The contract shall be covering providing supplying of CI sluice valves confirming to IS

14846/2000 or its latest revision with ISI certification mark on each. 2) The valve shall be of approved make. 3) Sluice valve shall be designed by nominal pressure defined as the maximum permissible

gauge working pressure in kg/cm2 as under: Working Pressure of Body Working Pressure for seat 10 Kg/Cm2 15 Kg/Cm2

4) The contractor shall provide manufacturer’s test certificate fulfilling quality of valves as per relevant Indian standard.

5) The contractor shall also produce third party inspection test certificate of approved agency. The third party inspection charge will be borne by the contractor.

6) Sluice valve shall be provided with double flanged ends for connections. The flanges and their dimensions of drilling shall be in accordance with I.S. 1538/1993 or its latest revision.

7) The valve shall be provided with C.I. cap as per I.S. with a removal key for valve operation. 8) The valve spindle shall be of S.S. Non Magnetic type Two T.P.I. R.S. (Clock wise opening)

for valve of dia greater than 350 mm and Four T.P.I. R.S. (Clock wise opening) for dia upto 350 mm.

9) The valve shall be of Non-rising type. 10) The rate of item covers cost of supply of valves with I.S.I. mark with rubber packing inclusive

of all taxes, duties insurance, loading, unloading, carting etc. complete. The rate shall be on number basis.

Fixing of Valve:The valve shall be fixed with pipe line as per the instruction of engineer-in-charge. The valve and the tail pieces will be jointed using rubber packing, nuts, bolts, washers etc. after properly cleaning the tail pieces & the flanges of valve. The valve shall be lowered using the chain pulley block and fixed keeping vertical axis perfectly vertical and placed on cement concrete block at bottom for proper leveling. The contractor shall be responsible for protecting the valve, tail piece etc. The contractor will be responsible for protecting the sluice valve spindle, cap till the pipe line is handed over to the client. The rate shall be on number basis. ITEM NO 8 C Providing & supplying of CI temper proof Air valves double acting 200 dia with isolating sluice valve with SS 304 float gun metal nozzle of approved make and quality of following class and diameter including all taxes, insurance, transportation, freight charges, octroi, inspection charges, loading, unloading , transportation to site or stores, stacking, etc. complete. Providing, supplying and fixing of CI Air valves of approved make and quality of following class and diameter including all taxes, insurance, transportation, freight charges, octroi, inspection charges, loading, unloading, conveyance to departmental stores, stacking, etc. complete The double air valves shall have two ball chambers having one outlet of large capacity for admission and release of bulk volume of air during emptying and filling of the main and another having small outlet for escape of smallest quantities of entrapped air, This type of air valves shall be of flanged type with full conformation with IS: 1538 same valve shall be supplied and carted by the contractor as per latest IS. The rate shall include loading, unloading and stacking at site. The ball sealed orifice always remains open while air is exhausting and is immediately closed when water rises in the chamber, lifts the ball and seals the orifice. It shall also ensure that there are no recesses or

Page 104: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

104

pockets, sheltering, escaping air for the large orifice (low pressure) ball to drop into when the valve is open. Turbulent air at the time of filling of pipe shall not circulate in such cavities and cause the ball to blown in to. Double acting Air valve shall be bolt up evenly on all sides after providing necessary rubber packing etc. on the flange of the Tees. Where facing of the flange is not true a line, fiber or lead wood or rubber packing shall be used. It shall be rubber insertion cloth of two plays and of approved quality. Any defects in jointing observed during the test shall be made good by the contractor till there is no further leakages are there. The contractor shall provide manufacturer’s test certificate fulfilling quality of valves as per relevant Indian standard. The contractor shall also produce third party inspection test certificate of approved agency. The third party inspection charge will be borne by the contractor. Air valve shall be provided with double flanged ends for connections. The flanges and their dimensions of drilling shall be in accordance with I.S. 1538/1993 or its latest revision. The rate of item covers cost of supply and fixing of valves with I.S.I. mark inclusive of all taxes, duties insurance, loading, unloading, carting etc. complete. The rate shall be on number basis. Fixing of Valve : The valve shall be fixed with pipe line as per the instruction of engineer-in-charge. The valve and the tail pieces will be jointed using rubber packing, nuts, bolts, washers etc. after properly cleaning the tail pieces & the flanges of valve. The valve shall be lowered using the chain pulley block and fixed keeping vertical axis perfectly vertical and placed on cement concrete block at bottom for proper leveling. The contractor shall be responsible for protecting the valve, tail piece etc. The rate shall per Number. Item No. 9A & 9B Valve chamber suitable for the the pipe size as per drawing in flyash brick massornary with precast RCC cover complete as per technical specification and instruction of engineering incharge All the items shall be executed as per relevant IS. The foundation shall be done in CC 1:1.5:3, brick masonary 1:5 with fly ash bricks, Precast covers in CC 1:1.5:3 shall be used. The work shall be done in line with the drawing supplied with the tender and in accordance with the instructions of Engineer in charge. The rates shall be paid on number Basis Item no. 10: Providing and fixing mild steel dowel bars of 16 mm dia. for anchoring by drilling holes in hard rock including necessary bending, hooking of dowel bars and grouting the holes complete as per detailed drawing and as directed. For the location where hard rock is encountered along the pipe route; to eliminate the need of excavation in hard rock it is envisaged to provide anchored dowels for following application.

a) For directly anchoring the pipe clamp on the hard rock b) For anchoring the reinforcement dowels of pedestal

Contractor should check and verify the condition of the rock and check its suitability and accordingly design the suitable anchor dowels. The anchor dowel should not be less than 16mm dia; for 16mm anchor rod minimum drill hole size should be 20 mm and 200mm deep in hard rock. Suitable rotary drill with

Page 105: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

105

proper size drill bit to be used for drilling Compressed air cleaning of the drilled hole according to instructions for use is required. The hole drilled shall be filled with grouting material HIT-RE 500-SD or equivalent material for anchoring the dowels to create the required strength. The cost shall include all material and labor complete. Suitable size MS base plate to be used for fixing the pipe anchor the cost of base plate and pipe anchor strip will be paid under structural steel item. The rates for this item shall be paid on number Basis ITEM NO. 11:

Steel work, welded in built up sections framed work including cutting, hoisting, fixing in position and applying a priming coat of read lead paint. (D) In trussses and trussed purlins, upto 25 M. span and 15 M. ovarall height. (upto 10 ton) as per designs and directions of Engineer in charge.

1.0 Materials : The structured steel work shall conform to M-22. Red lead paint primer 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 Welding shall generally be done by electric process. Gas welding shall be resorted to using oxyacetylene flame with specific approval. Gas welding shall not be permitted for structural steel work. 2.3 The work shall be done as shown in the shop drawings which should clearly indicate various details of the joints to be welded, shop and site welded as well as type of electrodes to be used. Symbol for welding on plans and shop drawing 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 position on scaffoldings etc. The welding work shall conform to I. S. 816-1969.

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

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

2.5 Precautions : All operations connected with welding and cutting equipment shall conform to safety requirement given in I.S. 818-1968.

The following points shall be borne in mind during the process of welding : (a) Welds shall be made in flat position wherever practicable. (b) Are 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 resistance to compression are Welded first.

2.6 The defective welds which shall be considered harmful to the strength shall cut out and rewelded. 2.7 Finished welds and adjacent part shall be protected with clean boiled linseed oil and after all stag has been

removed welds and adjacent parts shall be painted after the same are approved. 2.8 All the members shall be thoroughly cleaned of rust, scales, dust etc. And given 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).

3.0 Mode of measurements & payment:

Page 106: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

106

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 strips in finished work shall be calculated from standard weight on the same basis on Which steel is supplied to the 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 7.85 kg./sq. Meter for every millimeter sheet Thickness if steel is supplied by the contractor, otherwise the weight shall be calculated on the basis on which steel is Supplied to the contractor by department. (d) unless otherwise specified weight of clearest, brackets, packing pieces bolts, nuts, wash wers, distance pieces, separators, Diaphragm gusset (taking over all square dimensions) fish plates etc. Shall be added to the weight of respective items. (e) in riveted work allowance to be made of weight of rivet hands. No deductions shall be made for rivet or bolt holes excluding Holes for anchor or holding down bolts. (f) For forged steel and castings, weight shall be calculated on the basis of 7850 kg./cum. (g) Unless otherwise specified and addition of 2.5 percent of the weight of structure shall be made for shop and site rivet heads In riveted steel structure. (h) 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 0.001 mtr. (j) Mill tolerance shall be ignored when weight is determined by calculation. 3.1 The rate includes cost of all material, labor, erection, hoisting, scaffolding protective measure, required for proper completion of the item of work. This shall also included conveyance and delivery handling, loading, unloading and storing etc. Required for completing the item described above including necessary wastage involved. 3.2 No extra payment shall be made for anchor bolt for anchoring plate on RCC beam with required epoxy chemical for grouting of anchor bolt.

3.3 The rate shall be for a unit of one Kilogram ( K.G.).

ITEM NO. 12 A: Anchor piles of 200mm dia provided at 30m c/c for anchoring MS pipe for the stretch where pipe is laid directly on the ground. Boring holes 3.5 m deep in ordinary soil (for cast in situ piles) and getting out the soil and disposal of the surplus excavated soil as directed within a lead of 50 Meter for following diameter of pipes. (i) 200 mm. The rates shall be paid on number basis. ITEM NO. 12 B: Anchor piles of 200mm dia provided at 30m c/c for anchoring MS pipe for the stretch where pipe is laid directly on the ground. Extra for under reaming inside the bore Holes for under reamed piles of following Diameter (i) 200 mm The rates shall be paid on number basis. ITEM NO. 12 C: Anchor piles of 200mm dia provided at 30m c/c for anchoring MS pipe for the stretch where pipe is layed directly on the ground. Providing and laying cement concrete CC 1:1:2 for R.C.C. bored piles of 200mm. diameter including ramming, vibrating and finishing complete. Anchor piles of 200mm dia provided at 30m c/c for anchoring MS pipe for the stretch where pipe is layed directly on the ground. Providing and laying cement concrete 1:1:2 for R.C.C. bored piles of 0.2 Mt. diameter including ramming, vibrating and finishing complete as per the directions of engineer in charge. The rates shall be paid on cum basis.

Page 107: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

107

ITEM NO. 12 D: Anchor piles of 200mm dia provided at 30m c/c for anchoring MS pipe for the stretch where pipe is layed directly on the ground. Providing T M T. bar reinforcement for R.C.C. work including bending binding and placing in position etdcomplete for R.C.C.Bored piles as per detailed drawing, including hooking, tying welding and including forming the cage and lowering it in position. Providing T M T. bar reinforcement for R.C.C. work including bending binding and placing in position etc. complete for R.C.C. Bored piles as per detailed drawing, including hooking, tying welding and including forming the cage and lowering it in position. The work shall be done as per relevant IS and as per instructions of Engineer in charge. The rates shall be paid on kg basis.

ITEM NO. 13: Filling available excavated earth (excluding rock) in trenches. plinth,sides of foundations etc. in layers not exceeding 20 cm. in depth consolidating each disposited layer by ramming and watering. Filling in foundation and plinth with murrum or selected soil in layers of 20cm. thickness including watering, ramming and consolidating etc. complete. (upto 10 ton). 200 mm layer of murrum shall be filled below the bottom of pipeline. The bedding shall be laid in 30 mm layers and shall be properly rammed and consolidated. The width of the bedding shall be 1.5 m. The bedding shall be required when the pipe is to be laid directly on the hard rock strata. The rate shall be paid in cum. ITEM NO. 14: Restoration of road of any type and thickness after laying of pipe line to its original condition as per the specification and direction of Engineer-in-charge Restoration of bituminous road is carried out in 5 stage 1st Stage by base Providing and laying 230 mm thickness in two layers of 115 mm thick each WBM BTMC metal with 63mm and down grad aggregate including breaking of boulders to required size, filling the interstices with selected sand or other material & compacting etc. After providing of WBM in 2nd Stage Providing and laying bituminous grout 75mm thick compacted in single layer with tack coat of asphalt 80/100 at the rate of 2.5 Kg./10 Sq. mt. and using B.T. chips of required gradation and asphalt 80/100 grade for mixing @ 1.99% by weight of total mix including heating the aggregate and asphalt by drum mix plant and spreading the same by paver finisher and consolidation with vibratory roller including providing all materials equipment, tools and plants, oil, kerosene, firewood, labour charges etc. complete. After providing BSG 3rd Stage Providing and laying 50 mm. thick B.M. using B.T. aggregate at the rate of 0.66 cmt. per M.T. asphalt for tack coat at 2.5 kg. / 10 sq.m. with mechanical sprayer and bitumen grade 80/100 for mixing at 34.00kg./ M.T.i.e.3.4% of total mix including heating the aggregate and asphalt by drum mix plant and spreading the same by paver finisher and consolidation with vibratory roller and power roller including providing all materials equipment, tools and plants, oil, kerosene, firewood, labour charges etc. complete using contractor’s own machineries drum mix plant and paver finisher etc. complete. After completing 50 mm thk carpet, 4th Stage Providing and laying 25 mm thick compacted Semi Dense Bituminous Concrete using stone chips as per MORT&H gradation & asphalt grade 80/100 for tack coat at 2.5 Kg./10Sq.mt. with mechanical sprayer and 80/100 grade asphalt for mixing @ 5.0% by weight of total mix for binder including heating the aggregate and asphalt by drum mix plant and spreading the same by paver finisher and consolidation with vibratory roller including providing all materials, equipments, tools and plants, oil, kerosene, fire wood, labour charges etc. complete. After completion of 25 mm thk

Page 108: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

108

carpet, 5th Stage Providing and Laying asphalt painting on BT surface with bitumen (80/100) as per rate of 5.00 Kg./10 Sq.m. and spreading stone dust on panting surface at the rate of 0.03 Cu.m./10 Sq.m. (including the cost of bitumen.) The rate shall be paid on Sq. mtr. Basis ITEM NO. 15: Drilling of horizontal bore hole for MS main piplin e under road tracks in all strata with required length including fixing of NP3 Class RCC casing pipe of suitable size and thickness. Rate includes cost of drilling of bore hole, casing pipe pushing, etc. complete but exclucing the cost of MS main, valves and other items. 1300 mm dia bore hole with 1200 mm dia NP 3 RCC casing pipe Drilling of horizontal bore hole for MS main pipeline under road tracks in all strata with required length including fixing of NP3 Class RCC casing pipe of suitable size and thickness. Rate includes cost of drilling of bore hole, casing pipe pushing, etc. complete but excluding the cost of MS main, valves and other items. 1300 mm dia bore hole with 1200 mm dia NP 3 RCC casing pipe. The work shall be done as per standard practices and instructions of Engineer in charge. The cost shall include all material, labour and all items required to complete the work in all respects. The cost of taking approval of statutory authorities shall be borne by the contractor. The rate shall be on Running meter basis. ITEM NO. 16: Providing, errection and fixing of RCC stand Post with platform including cost of metarial, labour, tools and tackels complete to the satisfaction of engineer incharge excluding the cost of RCC work. Providing, erection and fixing of RCC stand Post with platform including cost of metarial, labour, tools and tackles complete to the satisfaction of engineer incharge excluding the cost of RCC work. Connection from main pipeline shall be taken using 20 mm pipe and the stand post pipeline shall be of 15 mm pipe. 4 taps shall be provided in each stand post. The cost shall be inclusive of all material and labour, complete. The rate shall be paid on number Basis ITEM NO. 17: Supply and installation of suitable size Potable cabin for housing of panel and sitting arrangement for operator, complete with door, windows, necessary ventilation, exhaust fan, electrical lighting, ceiling fan arrangement required for effective working and operation of the electrical panel; the cost includes cost of supply, installation and making necessary arrangement for cable etc complete as per instruction of engineer in charge The cabin shall have following minimum specification: Size: 24x10x8.5ft high. SPECIFICATION: 1. Cabin shall be of 125x65 mm channel beam, pipe, GI Sheet of Essar make or equivalent ,04 nos. Jack set, 04 nos. lifting hook. 2. In side & outside anti-corrosive paint, all wall & ceiling with insulation Rockwool & thermocol, 3. All wall & ceiling furnished OSL Partial board, flooring terminal proof cement sheet with covered by carpet, 4. All electrical wiring council type with modular switch/socket,05 nos. tube light,

Page 109: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

109

5. 04 nos. window shall be made by aluminium powder coated with black glass with safety grill, 01 nos. main door made as flush door with laminated sheet covered with Godrej or equivalent cylindrical lock & door closer, 6. Outside smooth surface with epoxy paint cover 7. Outside 01 nos. bulkhead fitting 8. 6" exhaust fan 02 nos. The price shall be inclusive of the entire necessary fixture, modification required for housing the panel and its electrical wiring. No extra price shall be paid for any modification on site or any work. The rate shall be paid on number basis. ITEM NO. 18: Work for hiring of JCB of required capacity for excavation in soil, ash, coal, boulders, debris, mud etc. any where at required location as per instruction of Engineer In Charge. The The rate includes the hiring charge of JCB with driver & and diesel and all safety precautions. The payment will be made for the hours actual deployed. No payment shall be done for tranceportation up to any required location and visa versa. The agency has to arrange the JCB immediately at any time as and when required as directed by engineer in charge. Rate quoted for the item shall be inclusive of providing all labours, tools, tackles and diesel pump, tanker where required. Payment shall be made for actual hour (Area shall be cleaned every day, when work is to be stopped or even when work is in progress during day, if required, in case of plant area or other places). The work is to be carried out in intake well inside or outside in awkward situation so the contractor will be full responsible for the labours engaged at work. All safety precautions shall be taken by contractor for his labours and materials. ITEM NO. 19: Providing & Laying ( to level or slope ) and jointing reinforced concrete light duty non-pressure pipes I.S. class NP 2 of the following internal diameter with collar joints including testing of joints complete – 1200 MM Dia

1.0 Materials: 1.1 The reinforced concrete light duty non-pressure pipes of specified diameter shall conform to I.S. 458-1971.

2.0 Workmanship: 2.1 The relevant specifications of item No. 24.1(A) shall be followed for work of trenches except that the excavation in trenches shall be for reinforced concrete pipes of specified diameter.

2.2 Laying : 2.2.1The pipes shall be lowered into the trenches carefully. Mechanical appliances may be used. Where necessary pipe shall be laid in straight lines or with easy curves and true to line and gradient as specified. The laying of pipe shall proceed upgrade of a slope. In the pipe with loose collars, the collars shall be slipped on before the next pipe is laid.

2.2.2 In case where the foundation conditions are unusual such as the proximity of troes holes, under existing or proposed around in 150 mm. Thick cement concrete 1 : 5 : 10(1 cement : 5 fine sand : 10 graded stone aggregate 40 mm. Nominal size) or compacted sand or gravel.

2.2.3 In case where the natural foundation is inadequate the pipe shall be laid either in concrete cradle, supported on proper foundation or on any other suitably designed structure. If concrete bedding is used the depth of concrete below bottom of the pipe shall be at least ¼th of the internal diameter of the pipe subject to a minimum of 100 mm. And maximum 300 mm. The concrete shall be extended up to the sides of the pipe at least a distance of ¼the of the outside diameter for pipes 300 mm. And over in diameter.

2.2.4 The pipes shall be laid in the concrete bedding before the concrete has set. Pipes laid in trenched in earth shall be bedded evenly and firmly and as far as up to the naunches of the pipe as to safely transmit the load expected from the back fill through the pipe to the bed. This shall be done either by excavating the bottom of the trenches to fit the curve of the pipe or by compacting the earth under round curve of the pipe to form an even bed. Necessary provision shall be made for joints wherever required.

2.3 Jointing:

2.3.1 The joints shall be done by slipping the collar over and clear of the end of the pipe. The recess of the end of the pipe shall be filled with jute threading dipped in hot bitumen. The new pipe shall then be brought forwarded until the bitumen ring in recess of first pipe is set into the recess of the second pipe. This process shall

Page 110: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

110

be repeated for two or three pipes such shall then be jacked up so as to thoroughly compress the bitumen. The quantity of jute and bitumen shall be just enough to fill the recess when pressed hard by jacking, care being taken that no offset of the jute brading shall be visible either outside or inside of pipe. The collar shall then be set up over the joints covering equally both the pipe and leaving an even caulking space all round Cement and sand mortar 1 : 1½ shall then be well punched or pressed home with a caulking tool within this caulking space. Care shall be taken that the underside of the joints is properly filled with mortar.

2.4 Curing:

2.4.1 Every joint shall be kept wet for about 10 days for maturing the section of the pipe line laid and jointed shall be covered immediately to protect from weather effects. Minimum bore of 100 mm. Is considered adequate.

2.4.1 The joints shall be left exposed for observation. 2.5 Testing of joints: 2.5.1 the testing of joints shall be done as per relevant specifications of item No. 24.1(A) except that the testing of reinforced concrete pipes shall be done.

3.0 Mode of measurements & payment : 3.1 The relevant specifications of item No. 24.1(A) shall be followed except that the rate includes for laying (to level or slope in trenches etc. Measured separately) making the joints as indicate and testing to stand the water test.

3.2 The measurements shall be net without any allowance for cutting and waste. The length of bends, junctions and other connections (measured along the center line) shall be including in the total length of the pipes the connections being numbered afterwards and paid for extra over pipes.

3.3 The size of bends, junctions etc. Shall suit the size of pipe. The bore (internal diameter of pipe) shall be the criterion for payment.

3.4 Nothing extra shall be paid separately for the use of mechanical appliances, where necessary as described above.

3.5 The rate shall be for a unit of one running meter. ITEM NO. 20: Providing & placing ash filled bags for diverting of water flow at sides of pipe culvert and as and when required for stoping detortion of side soil to getting collapse in water flow and strengthing the sides of pipe culvert.The rates are including cost of empty cement bags, filling the same with available ash nessesary sticking of the same and placing equal distance up to required height etc. complete as directed by Engineer In Charge at any elevation.The rates are also include risk of any accident to labours etc. complete. Rate quoted for the item shall be inclusive of providing all labours,tools,tackles etc.Payment shall be made for actual Nos. of ash filled bags(Area shall be cleaned everyday, when work is to be stopped or even when work is in progress during day,if required,in case of plant area or other places) The work is to be carried out in aqueduct/ escape in awkward situation so the contractor will be full responsible for the labours engaged at work. All safety precautions shall be taken by contractor for his labours and materials. ITEM NO. 21: Filling available excavated earth (excluding rock) in trenches. plinth,sides of foundations etc. in layers not exceeding 20 cm. in depth consolidating each disposited layer by ramming and watering. 1.0 Workmanship : 1.1 The earth to be used for filling shall be free from salts, organic or other foreign matter. All clods of earth

shall be broken 1.2 As soon as the work in foundation has been completed and measured, the site of foundation shall be cleared

of all debris, brick bats, mortar dropping etc; and filled with earth in layers not exceeding 20 Cms. Each layer shall be adequately watered, rammed and consolidated before the succeeding layer is laid. The earth shall be rammed with iron rammers where feasible and with the butt ends of crow-bars, where rammer cannot be used.

Page 111: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

111

1.3 The plinth shall be similarly filled earth in layers not exceeding 20 Cms. Adequately watered and consolidated by ramming with iron or wooden rammers. When filling reaches finished level the surface shall be flooded with water for at least 24 hours and allowed to dry and then rammed and consolidated.

1.4 The finished level of filling shall be kept to shape intended to be given to floor. 1.5 In case of large heavy duty flooring like factory flooring the consolidation may be done by power rollers,

where so specified. The extent of consolidation required shall also be as specified. 1.6 The excavated stuff of the selected type shall be allowed to be used in filling the trenches and plinth. Under

no circumstances black cotton soil be used for filling the plinth. 2.0 Mode of measurement and payment: 2.1 The payment shall be made for filling in plinth and trenches. No deduction shall be made for shrinkage or

voids, if consolidated as instructed above. 2.2 The rate shall be for a unit of one cubic meter. 2.3 Filling in plinth with sand under floors including watering, ramming consolidating and dressing etc.

Complete. 1.0 Materials: 1.1 Sand shall conform to M.6. 2.0 Workmanship: 2.1 The relevant specifications of item No. 4.12 shall be followed except that sand shall be filled in under floors,

including watering, ramming, consolidating and dressing etc. Complete. 3.0 Mode of measurement and payment: 3.1 The relevant specifications of item No. 4.12 shall be followed. 3.2 The rate includes cost of collecting carting sand with all lead and labor for filling the same in plinth under

floors. The rate shall be for a unit of one cubic meter (Signature of Contractor) Address &Seal: CHIEF ENGINEER (GEN)

GSECL, UKAI, TPS

Page 112: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

112

TECHNICAL SPECIFICATION FOR ELECTROMECHANICAL SCHEDULE B1/2

PUMPS AND PONTOON SPECIFICATIONS

PUMPS: Technical Specifications of SubCF Single stage Volute Radial Side delivery Bottom rested pumpset 1. The pump set shall be of Compact Unitary construction. The pump casing shall be of high efficiency,

Volute Casing type with the Impeller mounted directly onto the Extended Solid Motor Shaft (without any couplings).

2. The pump set may be installed directly into the water body, so it may suck up lot of silt, clay, pebbles & vegetation. Hence it should be reliable & robust.

3. Installation

3.1. The detailed scope of supply & mode of installation shall be as per the specific tender data sheets or as per CDR instructions.

3.2. Possible Installation Arrangements (Pump-set can be install in following modes of installation):

3.2.1. Horizontal, Portable; Wet (Submerged) Installation :

3.2.1.1.The pump shall be offered with fully portable & robust MS portable base frame.

4. Pump End Design

4.1. Speed : Upto 3000rpm for maximum 67kW motor rating or else not above 1500rpm provided the Specific Speed does not exceed USCS 6000.

4.2. The pump shall be capable of developing the required total head at rated capacity for its continuous operation. Pumps of particular category shall be identical and shall be suitable for parallel operation.

4.3. The Head - Capacity (H-Q) curve shall be continuously rising towards shut off with the highest at shut off. The shut off head shall be atleast 115% of the specified duty point head. the Impeller shall be of high efficiency Multi Channel Enclosed type (except for Specific Speeds ≥ 90 where Semi Open Impellers shall be allowable).

4.4. Suction Strainer: The pump is fitted directly with a Suction Bell mouth to which is compulsorily fitted a Heavy duty Strainer (to avoid pick up of gravel, pebbles, vegetation, etc.). Max. Suction velocity @ strainer @ dp < 1 m/s.

4.5. The pump set shall be suitable for starting with delivery valve open as well as closed at any operating point. The motor should also start accordingly. The pump set shall be capable of withstanding the accidental rotation in reverse direction.

4.6. Fully filled up & Stamped Data Sheets (by OEM pump manufacturer) shall be submitted for approval of the pump.

5. Induction Motor (Submerged) End Design

5.1. The motor shall be of Squirrel Cage, Induction type, Air Filled yet capable of Water Immersion upto 20 mWC for S1 duty – Motors with Oil or Water filled windings shall not be allowed.

5.2. It is rated for 415 V, ± 10 %, 50 Hz ± 5%, (10% ± Combined Voltage & frequency), 3 phase, A.C. Power Supply. Its winding should be of Class “F” insulation * (withstanding winding hot spot temperature of up to 185°C respectively) while the nominal temp rise of winding hotspot should not exceed that of class “B”.

5.3. Motor’s Insulation should be Vacum Pressure (VPI) Resin Impregnated & Oven Baked to ensure a Moisture Impervious & Mechanically Resin poor type insulation.

5.4. The Motor Rating should be higher of the two criteria : Motor rating should be approximately:

Page 113: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

113

• 10% more power consumed (bkW) at duty point at 50 Hz

OR

• 5% more than maximum power consumption through out the range at 50 Hz.

5.5. The Motor’s Rotor shall be of Copper Bar type* to assure :

5.5.1. Long Corrosion free Service life (in presence of high moisture inevitable in submerged motors, Aluminum corrodes much faster than Copper),

5.5.2. Ease of Onsite Repairing

5.5.3. Beneficial Fly Wheel type Inertial effect (as compared to aluminum rotor, copper rotor is heavy) which reduces detrimental effects of water hammer

5.5.4. Better Motor Efficiency & Cooler Operating Temperature

* However, motors upto 186kW may be offered with cost economic Aluminum Die Cast rotors as an option.

5.6. Motor Cooling :

5.6.1. In /Horizontally installed pump set, if the dead water level exceeds 1.5m in the sump from the pump centerline, the motor can be cooled just by water immersion i.e. no jacketing is required.

5.6.2. In case of only Vertical installed pumps the Dead Water Level is < 1m in the sump, Medium sized pumps (≥115kW) should have a Cooling Jacket – i.e. motor cooling is accomplished by circulation of pumped water between the motor casing & the jacket shell - this jacket shell is fed by cold water from the pump casing & discharges its heated water back into the sump (in case of Wet Installation) or Pump casing (in case of Dry Installation) by integrally cast ducts. There should not be any pipes, hoses, etc for this circulation.

5.7. Motor Protections

5.7.1. Motor W inding: Thermal Overload Protection by 1 each for each phase inbuilt overload

5.7.1.1.Bimetallic Switch < 115 kW

5.7.1.2.Bimetallic Switch & also a PT 100 sensor for > 115kW

5.7.2. BTD: Upper & Lower Bearing Temperature Detector to detect temperature of DE & NDE bearing.

5.7.2.1.Bimetallic Switch for > 37 kW

5.7.2.2.Bimetallic Switch + PT 100 Sensor > 112 kW @ 4P & 150 kW @ 6P

5.7.3. LSLD: Primary ( Lower or Inboard) Seal Leakage Detector (to detect the lower mechanical seal failure) for All Pump sets

5.7.4. USLD: Secondary (Upper or Outboard) Seal Leakage Detector to detect the upper mechanical seal failure (for > 225kW @4P).

5.7.5. CCWLD: Cable Connection Chamber Water Leakage Detector (to detect water in cable connection chamber) ( for ≥ 75 kW @ 4P,6P,8P)

5.7.6. SBWLD: Stator Body Water Leakage Detector (to detect water leakage in to stator body). ( for ≥ 75 kW @ 4P,6P,8P)

5.8. Cables

5.8.1. A watertight Cable Junction Box sealed from the motor shall be provided for the motor

Page 114: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

114

power and signaling cables.

5.8.2. The cable shall be brought directly out of the submerged motor without joints, and shall be of sufficient length, minimum 10 m to be terminated in an water tight junction box (in the scope of electrical contractor) outside adjacent to the wet well & above the HFL. They shall be sized in accordance with the electricity utility regulations and BS 7671.

5.8.3. It should have Power as well as Control Cables of Dual Sheathed PVC / EPRS type with Copper Core of required size as per detail engineering.

6. Shaft & Bearings

6.1. The Solid Shaft shall be supported by heavy duty Ball or Roller bearings with a minimum L10 life of 1,00,000 hours in accordance with BS 5512.

6.2. The bearings should be lubricated with Premium Quality, High Temperature, Long Life Grease thereby obviating the need of re-lubrication for upto L10 life of the bearings. The bearing should be of Metric Series (& not Imperial one) with regreasing interval of not less than 45,000 hours for motor rated > 450 kW & 1,00,000 hours for motors rated ≤ 450 kW.

6.3. Oil Lubricated bearings shall not be allowed.

6.4. In case the motor is to be driven via a VFD, atleast one of the bearings (DE or NDE) should be Oxide coated Current Insulated to prevent “electric fluting damage” caused by Harmonics.

7. Stuffing Box / Oil Chamber

7.1. The entry of water into the motor should be prevented by two separate mechanical seals mounted in a Tandem mode within an oil chamber.

7.2. For Material Of contrustion of Mechanical Seal – Refer Table 1

8. Testing

8.1. The pump sets shall be tested at the pump manufacturer’s works in accordance of IS 5120 (Tolerance Class 2), IS 325, IS 4029, IEEE 112, IS 10981, ISO 9906; with or without VFD

8.2. The Flow shall be measured by full Bore Electro-Magnetic or Ultrasonic Flow Meters (of 0.5% or less accuracy class.)

8.3. In case of MNC pump manufacturer not having adequate testing facility within reasonable distance (i.e. decided by the area of operation of the TPI); the pumps should be tested at the Alternative Test Bed or at Field within 15 days of installation which the contractor/ manufacturer is bound to offer at free of cost. The Field Testing shall include the following:

8.3.1. Motor Routine Tests :

8.3.1.1.IR

8.3.1.2.HV

8.3.1.3.No Load Amperes, Vibration, etc.

8.3.2. Pump Performance Testing (in accordance with IS 5120 (Tolerance Class 2), IS 10981, ISO 9906.

8.3.2.1.Measurements of Head, Discharge, Motor Input at least for 6 different points to plot the Actual Performance Curves

8.3.3. Motor should be tested in accordance with IS 325, IS 4029 and IEEE 112.

All the Extra Charges for such Field Testing shall be borne by the Contractor. It is clarified that, in case of Field Testing Failure; Client/ End user reserves the right to detain the pumps in their custody until the contractor replaces the failed pumps with new pumps which shall again be subjected to Re-Testing. No extra charges shall be allowed by Client/ End user to the contractor.

Page 115: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

115

Table 1 : Materials of Construction

Motor Casing, Oil Chamber &

other parts Cast Iron (FG 260 as per IS 210 or GG25 or EN-JL1040)

Motor ‘s (Squirrel Cage) Rotor Copper Bar only* (Motors rated upto 132 kW may however be supplied with Aluminium die-cast rotor)

Mechanical Seals

Double mechanical seal should be fitted.

• Primary (Inboard) : Silicon Carbide v/s Silicon Carbide or Tungsten Carbide v/s Tungsten Carbide

• Secondary (Outboard):

o Carbon v/s Cast Chrome Molybdenum Steel.

o However for larger motors ( > 45kW @ 3000rpm & > 250kW @ 1500rpm & > 200kW @ 1000rpm) it should be Carbon v/s Silicon Carbide or Tungsten Carbide.

Elastomers:

• All “O” rings of Viton only • & Bellows of either Viton OR Nitrile

Fasteners Stainless Steel

Pump (Volute) Casing Cast Iron (FG 260 as per IS 210 or GG25 or EN-JL1040) for head < 40 m and Ductile Cast Iron ( 400 / 12 ) for head > 40 m

Suction Bell mouth & miscellaneous pump parts

Cast Iron (FG 260 as per IS 210 or GG25 or EN-JL1040)

Impeller Cast Austenitic Stainless Steel (SS 316 or CF 8M or 1.4406)

Wearing Rings (Suction Head Casing & Impeller)

Cast Austenitic Stainless Steel (SS 316 or CF 8M or 1.4406) or Bronze

Pump-Motor Shaft Stainless Steel (SS 410 or SS 430 or 1.4021 or 1.4460)*

Suction Strainer Stainless Steel 202

Portable Stand (Horizontal) Cast Martensitic SS (CA15) Fabricated with Epoxy Coating

Page 116: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

116

Data Sheet for Dry Motor, Wet Installed Submerged Centrifugal Pumpsets

1. Application Submerged Centrifugal pump is used for Water Intake/ Transfer / Lift & maybe mounted in Sump, Jack well, Intake well

2. Type of motor Squirrel cage induction type with water tight enclosure

3. Rated Flow _____m3/hr at 50 Hz.

4. Rated Head ____ mWC at 50 Hz.

5. No. of units. __W + __S

6. Supply neutral Solidly-earthed

7. Rated KW & Voltage

____ kW, 415 V, with required margin mentioned @ Para. No.5.4 of technical specifications.

8. No. of Phases & frequency

3 Phase & 50 Hz.

9. Supply condition

± 10% voltage variation

± 5% frequency variation

± 10% combined voltage and frequency variation

10. Speed ____ rpm (Syn.)

11. Duty condition as per IS 325 or equivalent

S1 suitable for constant operation

12. Method of starting Star-Delta / ATS / Microprocessor Soft Starter

13.

Starting torque & Pull Out Torque

Sufficient enough to start the pump with delivery valve open and when other pumps are running. Sufficient to bring the motor to normal speed in minimum time

14. Class of Insulation & temp. rise by thermometer

Minimum Class “F” but Temperature rise restricted to that of class “B” i.e. 75°C

15. Ambient temperature 45° C

16.

a) Type of Cooling

b) Degree of protection

Surface cooled as motor is immersed in water

Hermetically Sealed (should withstand up to 20 m of water Immersion) on S1 basis

17. Cable details __R x __C x __ sq. mm, with required Earth core, 415 V PVC / EPRS Copper Conductor cable

18. Shaft orientation Pump-set should be suitable for Vertical/Horizontal position

Page 117: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

117

19. Type of bearings Ball / Roller / Thrust Anti Friction type, life time lubricated bearing.

20. Bi Metallic Thermal Over Load Relay for Winding required?

Yes, one in each phase; for trip, alarming and indicating set to trip @ 1200 C

21. Bearing Over Temperature Detectors

Required Bi Metallic Overload Thermal Switches set to trip @ 95 °C

22. Winding connections Delta Wound (requires 6 leads at line side starters)

23. Standards to be followed

IS 325, IS 4029, IS 8225, IS 4889, IS 4772, IEEE 112, IS 4691 and other relevant Indian Standard or equivalent BSS with suitable adaption for Relevant Monoshaft product. Testing as per ISO 9906 or IS 9137 or IS 5120 or IS 10981

24. Scope of Supply

SITC of Pumpset with __m Cable along with __m Alloy Steel Chain

(Horizontal Portable Stand)

Pumpset fitted with M. S. Base Frame Horizontal, Portable; Wet (Submerged) Installation

Page 118: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

118

Technical Data Sheet of Submerged Centrifugal Pump Set (to be filled up & Co-Stamped by the Contractor & the Pump Manufacturer /his Authorised Dealer & Compulsorily submitted for approval)

Sr. No Description Particulars

1 Make of Pump set

2 Model

3 Design Capacity m3/hr

4 Total Head m WC

5 Shut Off Head

6 Rated Speed & Supply Frequency

7 No of Stages

8 Type of Casing

9 Pump Efficiency @ duty point

10 Pump Input (bkW) @ duty point

11 Maximum Pump Input throughout the Curve

12.1 Motor Efficiency @ Full Load

12.2 Motor Efficiency @ Duty Point

13 Overall Efficiency of Pump-motor set @ duty point

14 Motor Input @ Duty Point

15 Motor Rating & Voltage / Frequency ___ kW & ___ V / __ Hz

16 Class of Insulation of Motor

17 Fill of Motor Air

18 Type of Bearings & its rated L10 life

19 Type of Lubrication

20 Cable Size & MoC

Power Cables

___mm2 x ___Cores x __ Runs

___mm2 x ___Cores x __ Runs

Control Cables ___mm2 x ___Cores x __ Runs

MoC of Conductors Copper

21 Pump’s Delivery Nozzle size Mm

Page 119: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

119

22 Material of Construction (MoC)

22.1 Motor Rotor

22.2 Motor-Pump Shaft

22.3 Pump Casing

22.4 Impeller

22.5 Impeller’s Wearing Ring

22.6 Casing’s Wearing Ring

23 Weight of Pump set ______Kg

24

Whether the Testing of pumps at manufacturer’s works shall be offered with full Bore Electromagnetic or Ultrasonic Flow Meter of maximum 0.5 % accuracy class?

Yes/No

25 Testing and Inspection

25.1 Pump Performance testing Standard

• I/We are bound to supply the above Item of stated manufacture having rated capacity, material of construction and other requirements mentioned in the data sheet.

• The pumpset being offered is of/ of not well proven brand having satisfactory field performance rated for atleast 50 Class "F" insulated, dry motor mono block submerged pumpsets (with enclosed impellers operating in raw or clear water duties) out of which atleast 2nos are/ are not rated atleast equal to 100% of the tendered motor kW & pump Head rating supporting documents for the same are/are not submitted here with in the Technical Bid as per annexure no ___________

____________________ __________________________________

Signature of Contractor Signature of Pump Manufacturer / Dealer

Page 120: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

120

Technical Specifications for Floating Pontoon for mounting of Submerged Centrifugal Pump sets for lifting/ pumping water from reservoir

1. In order to ensure continuity of water supply on the background of depleting water level in the reservoir; the pumps shall be Submerged Centrifugal type. This will ensure that pumps will always remain submerged & work under positive suction and always in auto priming mode without need of operation to prime the same.

2. To serve the above purpose, Submerged Centrifugal pumps (SubCF) will be required to be mounted on floating Pontoon.

3. As per the actual site conditions, floating Pontoon shall have to be designed by the contractor considering stationary / dead loads and live loads under all sorts of worst operating conditions. The design calculations shall have to be submitted to the concern designated authority / Executive Engineer for approval. The layout of floating Pontoon shall be as per illustrative drawing attached with the tender.

4. The floating Pontoon is to carry the pump sets, pump lifting mechanism, pipe lines, valves, pipe leading to bank, Access Bridge, mooring and shipping equipment. The size of pontoon should permit easy access for operation & maintenance purpose.

5. The floating Pontoon shall be designed to carry the weight/ thrust of the 1.1 times of the following as a minimum requirement.

1. Pump-motor set

2. M.S. Skeleton Frame

3. Pontoon modules

4. flooring material and walk way

5. Dead & Live weight of delivery pipe of pump set and its manifolds like enlarger, bend, valves, etc.,

6. Lifting mechanism for the pumps

7. Power Cables, Cable Tray, etc.

8. Installation crew/ gang personnel’s – minimum 4 nos.

6. The floating Pontoon shall consist of the following elements :

1. Mild Steel frame structure should be strong enough to withstand the thrust imposed by the dead and live loads and having sufficient space for man power with tools and tackles to work freely on the Pontoon without any undue vibration/ shaking. Pontoon should be provided with proper handrail /fall protection with toe guard. The painting/coating specification of frame and handrail to be selected by contractor for proper and safe operation of the system for the entire duration of operation.

2. Pontoon modules:

• MOC: HDPE with 11 UV stabilized, • Deck Pattern: slip resistant raised tile pattern, self-draining type • Resistance to Degradation = Extremely High

• Resistance to Impact = Extremely High • Fasteners MOC: SS304

• Module connection: High Density flexible material like rubber • Top deck: aluminum checkered plate

3. It should be ensured that the pontoons should be leak proof to prevent ingress of water into pontoon; under any condition.

Page 121: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

121

4. Sufficient anchoring and mooring arrangement for pontoon is to be designed by the contractor, suitable to the site condition. Please note that no piling and permanent civil structure will be allowed in the reservoir area. For any planned civil activity prior permission is to be obtained from the relevant department by the contractor.

5. The Pontoon may be held in position with suitable diameter of wire rope. One end of the rope is tied to a steel eye-hook or winch at the pumping station on pontoon. The other end is tied to a concrete anchor block of sufficient volume with a hook at the bank or bed. Three anchor blocks are used. One on upstream side to prevent pontoon shifting downstream along the current, and the other two in the bed to prevent the floating pontoon drifting away from position and to keep it stationary.

6. A tubular guard railing around outer edge of the pontoon is required to ensure safety of the crew members. A walkway having suitable width and length with tubular guard railing should be provided for approach. Access to the floating pontoon is by a bridge / boat or as applicable

7. Access to the floating pontoon is by a bridge / boat or as applicable. For access bridge the module specification of the pontoon will be applicable

8. The access bridge/walkway shall be designed for 1.2 times of the live and dead load it is like to expose to. Piano hinge connection to be provided for flexibility in the walkway.

9. Floating pontoon is to be equipped with necessary shipping and service equipment’s which includes life-jacket/ life-ring with wire rope-cable etc.

Flexible Delivery Pipeline and Electric Cable:

1. The delivery pipeline comprises of flexible rubber hoses are laid floating on the reservoir water with the help of pipe floats. The line can be extended or dismantled, depending upon the change in the water level and position of the pontoon. Flexible piping System consist of Rubber Hose pipe of required size, run & length with required pipe floats as per detail design recommendation for delivery pipes in such cases.

2. The floats shall be designed to carry the weight/ thrust of at least 1.2 times of the pipe weight in fill condition and similarly for 1.2 times of weight of the cables being supported.

3. Pipe and cable Floats MOC:

• Shell : High Impact Polyethylene, UV stabilized raw material • Bolts, Nuts: SS304 • PU foam filled

4. Each electric motor driven a pump installed on the floating pontoon is fed through its own flexible cables.

Page 122: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

122

ELECTRICAL SPECIFCIATION 1.0 MV VCB SWITCHBOARD 1.1 Supply of indoor, extensible type, drawout type MT VCB panel with dual core CT of appropriate rating for metering and protection as per Detailed Specification & Single Line Diagram The breaker panel shall have following: Bus bar Capacity • Rated Voltage: As per SLD • Rated Short Ckt. Capacity: As per SLD • Rated Busbar Current: As per SLD 1.1.1 ITC of 11 kV VCB Switchboard having 1 No. 630A IC+OG VCB Breaker Panel with 3 element Over current , Earth fault Relay , CT-PT, Metering & Powerpack unit as per Technical specification & standards and as per SLD Drg. 2.0 DISTRIBUTION TRANSFORMER 2.1 Supply of Oil cooled (ONAN), Outdoor type, step-down transformer with OFF load tap Changer as per vendor Specification, Technical Data sheet & IS 1180. 2.1.1 Insallation, testing and commissioning of 750 KVA, 11000/433V, Dyn11, ONAN, Outdoor transformer per the vendor specifications. (IN SUBSTATION AREA) 3.0 H.T. XLPE CABLES 3.1 Supply of 11 KV armoured, 3 Core 240sqmm, XLPE (E) cable as per IS 7098 - P-1. 3.2 H.T. Indoor and Outdoor End Joints: Supply of cable end joints using heat shrinkable cable jointing kits and other required ancillary materials like cable gland, cable sockets, insulation tapes, etc. but excluding cable boxes, to the required 11 kV (E) cables: 3.2.1 Supply & termination of the Heat shrinkable type indoor H.T.cable end terminations suitable for 11 KV, 240 sq.mm. XLPE (E) armoured cable. 3.2.2 Supply & termination of the Heat shrinkable type outdoor H.T.cable end terminations suitable for 11 KV, 240 sq.mm. XLPE (E) armoured cable. 4.0 LOW VOLTAGE PANEL BOARDS 4.1 Supply of Panels as per Specification, Technical Data sheet, IS & relevant drawings. 4.1.1 Supply of PMCC as per Specification, Technical Data sheet, SLD. 4.1.2 Supply of 12 way TPN distribution board for aux power and lighting load. 100A 5.0 LOW VOLTAGE CABLE 5.1 Supply of heavy duty, low voltage, XLPE (IS 7098 - PART-II) insulated, stranded AL / Cu conductor Armoured cables as per specification & IS. 5.2 CABLE GLANDING AND END TERMINATION AND CONNECTI ON Supply, fixing, connection, testing & commissioning of single/double compression brass cable glands and crimping type Bimetalic lugs / sockets with necessary tools and equipments as specified in specifications and IS. For outdoor installations, nickel plated, cone grip type, double compression glands shall be considered. The glands and lugs / sockets shall be suitable for cable size and type mentioned above. The job also includes, if necessary, supply and fixing of extension busbar of same material on circuit breaker or panel board terminal / connector to connect more than one no. of parallel cables or to connect higher size cable to lower size unit. The job also includes earthing the glands and armour of the cable with common earth bar or flexible copper mesh. 5.3 CABLE TRAY Supply of G.I. Perforated and Ladder Type cable tray with bends, tees, clamps and couplers for fixing of cable. 5.3.1 750 mm. wide. - vertical member-75mm x 15mmx 2 mm thick, rungs-35x15x2 mm @250 mm - Ladder Type Cable tray 5.3.2 100 mm. wide., side height 50 mm, thickness 2 mm Perforated Cable Tray 6 EARTHING 6.1 Supply of plate type / pipe type earthing station for various electrical equipments and systems as per IS with following. 6.1.1 Supply of 600 x 600 x 3mm Cu. plate type earthing station for transformer neutral complete with extended strip conductors from plate, water pouring pipe with funnel, connecting hardware, etc. 6.1.2 Supply of 600 x 600 x 3mm Cu. plate type earthing station for D.G neutral complete with extended strip conductors from plate, water pouring pipe with funnel, connecting hardware, etc.. 6.1.3 Supply of 50 mm. N.B., 3.0 mtr. long G.I. Pipe type earthing for Equipment Body complete with complete with extended strip conductors welded with pipe, water pouring arrangement with funnel, connecting hardware, etc.

Page 123: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

123

6.2 Supply charges for interconnecting the earthing stations to respective equipments, in built up trenches, walls / ceiling, buried in ground etc complete with : 1) Supply & fixing accessories like earthing clamp, saddle etc. 2) Supply of corrossion protection of buried conductors with bituminous coating. 6.2.1 50 x 6 Electro grade Cu Strips 6.2.2 50 X 6 Electro grade GI. Strips 6.2.3 4 Sqmm CU flexible earthing wire 7.0 LIGHTING 7.1 Supply of fixtures complete with suitable rating tubeslamps, capacitor, Ballast, Starter and all other necessary accessories to complete the installations. 7.1.1 Supply, Installation, testing and commissioning of Ind. 2x36 FTL 7.1.2 150W Street Light Fixture IP 65 for Yard and outdoor lighting 8.0 11 KV FP SWITCHYARD 8.1 Supply Erection Testing & Commissioning OF 11 KV FOUR POLE STRUCTURE FOR CLIENT Supply of a two pole M.S. structure fabricated out of "I" beam of 11 mtr. length, M.S channel and angle with necessary cross arm, G.I hardwares and other accessories as required with foundations as per drawings and related local standards and practices of Utility company. 11 kV SWITCHYARD ACCESSORIES SHALL BE AS FOLLOWS: a) Set of 400 Amp., 11 KV, 3 pole gang operated single break, vertical mounting air break switch with operating mechanism & Handle. b) Set of 11 KV - drop out fuse assembly with set of 150 Amp. fuse element. c) Set of 5 kA gapless type, 11 kV raed station class lightning arrestor with necessary clamping and mounting steel structure. d) 11 kV rated Disc type insulators with necessary hardwares as per drawing and relevant standards. e) 11 kV rated Pin type insulators with necessary hardwares as per drawing and relevant standards. f) Supply of ACSR , 'RABBIT' conductor with PVC insulated for connection of air break switch, jumpers, lightning arrestor with PVC heat shrinkable type sleeves of 11 KV grade including supply of hardwares, clamps, connectors etc. g) 100 mm diameter GI pipe for cable support. h) CT/PT unit for metering as per Utility company standards and requirements. The cost should include necessary testing & calibration charges as required. i) RELATED CIVIL WORK FOR SWITCHYARD FOR FOUNDATION ETC. TO COMPLETE THE JOB. j) GI Fencing work for switchyard. 6x6 mtr with lockable gate 9.0 SAFETY ACCESSORIES 9.1 Supply of following accessories complete with fixing brackets etc. which shall be supplied by the tenderers with all necessary accessories, tools etc. 9.1.1 440 V DANGER caution board in Hindi & English made from vitreous enameled steel and to be fixed on door/ shutter inside electrical room. 9.1.2 11000 V DANGER caution board in Hindi & English made from vitreous enameled steel and to be fixed on door/ shutter inside HT electrical room. 9.1.3 Supply of 6.5 Kg. Co2 type portable fire extinguisher with necessary clamps, supports and trolley. 9.1.4 Supply of First Aid Box with necessary medicine. 9.1.5 Supply of First Aid and Shock Treatment Chart in glassed box with laminated wooden frame mounted on wall. 9.1.6 Supply of 11 Kv grade 1000 mm wide rubber insulating mat with thickness of 2mx1mx25 mm thick (antiskid type) ISI marked 9.1.7 Supply of 1.1 kV grade 1000 mm wide rubber insulating mat with thickness of 2mx1mx10 mm thick (antiskid type) ISI marked 9.1.8 Supply of 2 x 20 W FL T/L self-contained emergency light with dry type maintenance free battery 10.0 LOCAL CONTROL STATIONS 10.1 Supply of Local control stations with enclosure of FRP, weather-proof suitable for outdoor installation IP65, with Ammeter, to be mounted on wall or existing steel structure or fabricated mounting structure (Support fabrication to be charged under item of Steel Fabrication)

Page 124: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

124

TECHNICAL SPECIFICATION OPERATION & MAINTAINANCE

SCHEDULE B1/3

ITEM NO. 1: The operation and maintenance work including the cost of required all necessary spares, tools, tackles, materials, required skilled and unskilled manpower and including cost of DG set hiring, fuel for DG set, etc. complete. No extra payment shall be made for any consumables required during O&M period for efficient and successful operation and maintenance of the system. Contractor shall demonstrate the quantum of water supplied by approved means and methods to the satisfaction of EIC, no extra payment shall be made for the same.

TECHNICAL SPECIFICATION FOR DISMENTALING SCHEDULE B1/4

DISMANTLING OF ITEMS EXECUTED AT THE END OF THE CON TRACT PERIOD AS PER THE INSTRUCTIONS OF ENGINEER IN CHARGE ITEM NO. 1: Grading and leveling of the exiting profile after removal of pipe and other items. The contractor shall remove the pipeline and all the accessories from site. After removal, the contractor shall carry away and dispose all the material, grade and clear the site. The cost shall include all the labour, tools, tackles, etc. required for the work. The work shall be completed to the satisfaction of the engineer in charge. The rate shall be in square meter basis. ITEM NO. 2 : (2A, 2B, 2C, 2D, & 2E) Removing of existing pipeline incl. removal of specials, valves jointing material including carting and stacking of removed material from site of work to location as instructed by engineer incharge. All the pipelines and its accessories including valves, specials, etc. executed shall be removed from the site and carried away by the contractor to clear the site. The cost shall include all the labour, tools, tackles, etc. required for the work. The work shall be completed to the satisfaction of the engineer in charge. The rate shall be in running meter basis. ITEM NO. 3: Demolition and disposal of unserviceable material with all lead and lift for RCC work. The contractor shall demolish all the RCC structure he has executed during the execution phase. All the material demolished shall be carried away by the contractor and the site shall be made clear. The cost shall include all the labour, tools, tackles, etc. required for the work. The work shall be completed to the satisfaction of the engineer in charge. The rate shall be in cum basis. ITEM NO. 4: Demolition and disposal of unserviceable material with all lead and lift for Brick work. The contractor shall demolish all the Brick work structure he has executed during the execution phase. All the material demolished shall be carried away by the contractor and the site shall be made clear. The cost shall include all the labour, tools, tackles, etc. required for the work. The work shall be completed to the satisfaction of

Page 125: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

125

the engineer in charge. The rate shall be in cum basis. ITEM NO. 5: Dismantling steel work including distempering and stacking the material with all lead and lift. The contractor shall demolish all the steel work he has executed during the execution phase. All the material demolished shall be carried away by the contractor and the site shall be made clear. The cost shall include all the labour, tools, tackles, etc. required for the work. The work shall be completed to the satisfaction of the engineer in charge. The rate shall be in cum basis. (Signature of Contractor) Address &Seal: CHIEF ENGINEER (GEN)

GSECL, UKAI, TPS

Page 126: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

126

SECTION –H

� SCHEDULE-B � DRAWINGS FOR TENDER PURPOSE.

Page 127: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

127

SCHEDULE – B1/1

Sr. No Item Description Qty. Rate Unit Amount

1 A Excavation for foundation for following depths including sorting out and stacking of useful materials and disposing off the excavated stuff upto 50 Meter lead Upto 1.5m depth

2500.0 Rs. 67.20 CMT Rs. 168,000.00

Loose or soft soil

1 B Excavation for foundation for following depths including sorting out and stacking of useful materials and disposing off the excavated stuff upto 50 Meter lead Upto 1.5m depth

700.0 Rs. 147.00 CMT Rs. 102,900.00

Dense or hard murrum

1 C Excavation for foundation for following depths including sorting out and stacking of useful materials and disposing off the excavated stuff upto 50 Meter lead Upto 1.5m depth 700.0 Rs. 150.00 CMT Rs.

105,000.00

Soft rock

1 D Excavation for foundation for following depths including sorting out and stacking of useful materials and disposing off the excavated stuff upto 50 Meter lead Upto 1.5m depth

230.0 Rs. 339.00 CMT Rs. 77,970.00

Hard rock 2 A Excavation for foundation for following depths

including sorting out and stacking of useful materials and disposing off the excavated stuff upto 50 Meter lead from 1.5 to 3.00 mt

70.0 Rs. 74.40 CMT Rs.

5,208.00

Loose or soft soil 2 B Excavation for foundation for following depths

including sorting out and stacking of useful materials and disposing off the excavated stuff upto 50 Meter lead from 1.5 to 3.00 mt depth

70.0 Rs. 157.00 CMT Rs. 10,990.00

Hard Murrum 2 C Excavation for foundation for following depths

including sorting out and stacking of useful materials and disposing off the excavated stuff upto 50 Meter lead from 1.5 to 3.00 mt depth

70.0 Rs. 163.00 CMT Rs. 11,410.00

Soft Rock

2 D Excavation for foundation for following depths including sorting out and stacking of useful materials and disposing off the excavated stuff upto 50 Meter lead from 1.5 to 3.00 mt depth

25.0 Rs. 352.00 CMT Rs. 8,800.00

Hard Rock

3 Providing and laying cement concrete work 1:1.5:3 (1- Cement : 1.5- Coarse sand : 3graded stone aggregates 20 mm nominal size) and curing complete excluding cost of formwork and reinforcement for reinforced concrete work

1400.0 Rs. 3,543.00 CMT Rs.

4,960,200.00

4 Providing formwork of ordinary timber planking or water proof ply so as to give a rough finish including centering shuttering strutting and propping etc. Height of propping and centering below supporting floor to ceiling not exceeding 4 M. and removal of the same for in situ reinforced concrete and plain concrete work in. (A) Foundations Footings Bases of Columns etc. and Mass concrete.

5010.0 Rs. 110.00 SMT Rs. 551,100.00

5 Providing T M T. bar reinforcement for R.C.C. work including bending binding and placing in position etc complete up to floor two level.

140000 Rs. 44.40 KG Rs. 6,216,000.00

6 Masonry work using fly ash bricks having crushing strength not less than 50 kg./Sq.Cm. in foundation and plinth in Cement Mortar 1:5. (1- Cement : 5 fine sand) 20.00 Rs. 3,381.00 CMT Rs.

67,620.00

Page 128: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

128

7 A Manufacture, supply, delivery, Lowering, laying and jointing with Heat Shrink Sleeve in position to correct line & level of submerged Arc Welded MS pipe, having beveled ends plate or coil confirming to IS -3589-2001 or its latest revision/amendment for the following outside diameter at site including all taxes, duties, insurance, transportation, freight charges, octroi, inspection charges, loading, unloading conveyance to department stores, stacking, jointing material, labour, etc. complete. The pipe should not be lined but should be painted with two coat of red oxide on outer surface, pipe should be laid on pedestal or chair or anchor grout/ pile upon prepared bedding in trenches the rate include conveyance from departmental store to site work loading, unloading, jointing with special fitting like elbow, tee, coupling, bends, flange with nut & bolts and hydro testing etc. comp. The work should be completed as per the scope of tender and to the satisfaction of engineer deducting cost of 3LPE COATING OUETRSIDE& INSIDE SOLVENT FREE EPOXY LINING) Note:-Cost of concrete & reinforcement for pedestal, cost of piling, anchor strip/rod, shall be paid separately

200.0 Rs. 12,482.00 RMT Rs. 2,496,400.00

Outer Diameter 914mm Dia with 8 mm th

7 B Manufacture, supply, delivery, Lowering, laying and jointing with Heat Shrink Sleeve in position to correct line & level of submerged Arc Welded MS pipe, having beveled ends plate or coil confirming to IS -3589-2001 or its latest revision/amendment for the following outside diameter at site including all taxes, duties, insurance, transportation, freight charges, octroi, inspection charges, loading, unloading conveyance to department stores, stacking, jointing material, labour, etc. complete. The pipe should not be lined but should be painted with two coat of red oxide on outer surface, pipe should be laid on pedestal or chair or anchor grout/ pile upon prepared bedding in trenches the rate include conveyance from departmental store to site work loading, unloading, jointing with special fitting like elbow, tee, coupling, bends, flange with nut & bolts and hydro testing etc. comp. The work should be completed as per the scope of tender and to the satisfaction of engineer deducting cost of 3LPE COATING OUETRSIDE& INSIDE SOLVENT FREE EPOXY LINING) Note:-Cost of concrete & reinforcement for pedestal, cost of piling, anchor strip/rod, shall be paid separately

4830.0 Rs. 9,877.00 RMT Rs. 47,705,910.00

Outer Diameter

813mm Dia with 7.1 mm th.

Page 129: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

129

7 C Manufacture, supply, delivery, Lowering, laying and jointing with Heat Shrink Sleeve in position to correct line & level of submerged Arc Welded MS pipe, having beveled ends plate or coil confirming to IS -3589-2001 or its latest revision/amendment for the following outside diameter at site including all taxes, duties, insurance, transportation, freight charges, octroi, inspection charges, loading, unloading conveyance to department stores, stacking, jointing material, labour, etc. complete. The pipe should not be lined but should be painted with two coat of red oxide on outer surface, pipe should be laid on pedestal or chair or anchor grout/ pile upon prepared bedding in trenches the rate include conveyance from departmental store to site work loading, unloading, jointing with special fitting like elbow, tee, coupling, bends, flange with nut & bolts and hydro testing etc. comp. The work should be completed as per the scope of tender and to the satisfaction of engineer Deducting cost of 3LPE COATING OUETRSIDE& INSIDE SOLVENT FREE EPOXY LINING) Note:-Cost of concrete & reinforcement for pedestal, cost of piling, anchor strip/rod, shall be paid separately

650.0 Rs. 2,840.00 RMT Rs. 1,846,000.00

Outer Diameter

406.4 mm Dia. with 4 mm th. 7 D Manufacture, supply, delivery, Lowering, laying and

jointing with Heat Shrink Sleeve in position to correct line & level of submerged Arc Welded MS pipe, having beveled ends plate or coil confirming to IS -3589-2001 or its latest revision/amendment for the following outside diameter at site including all taxes, duties, insurance, transportation, freight charges, octroi, inspection charges, loading, unloading conveyance to department stores, stacking, jointing material, labour, etc. complete. The pipe should not be lined but should be painted with two coat of red oxide on outer surface, pipe should be laid on pedestal or chair or anchor grout/ pile upon prepared bedding in trenches the rate include conveyance from departmental store to site work loading, unloading, jointing with special fitting like elbow, tee, coupling, bends, flange with nut & bolts and hydro testing etc. comp. The work should be completed as per the scope of tender and to the satisfaction of engineer deducting cost of 3LPE COATING OUETRSIDE& INSIDE SOLVENT FREE EPOXY LINING)Note:-Cost of concrete & reinforcement for pedestal, cost of piling, anchor strip/rod, shall be paid separately

20.0 Rs. 1,702.00 RMT Rs. 34,040.00

Outer Diameter

219.1 mm Dia. with 4.5 mm th.

Page 130: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

130

7 E Manufacture, supply, delivery, Lowering, laying and jointing with Heat Shrink Sleeve in position to correct line & level of submerged Arc Welded MS pipe, having beveled ends plate or coil confirming to IS -3589-2001 or its latest revision/amendment for the following outside diameter at site including all taxes, duties, insurance, transportation, freight charges, octroi, inspection charges, loading, unloading conveyance to department stores, stacking, jointing material, labour, etc. complete. The pipe should not be lined but should be painted with two coat of red oxide on outer surface, pipe should be laid on pedestal or chair or anchor grout/ pile upon prepared bedding in trenches the rate include conveyance from departmental store to site work loading, unloading, jointing with special fitting like elbow, tee, coupling, bends, flange with nut & bolts and hydro testing etc. comp. The work should be completed as per the scope of tender and to the satisfaction of engineer deducting cost of 3LPE COATING OUETRSIDE& INSIDE SOLVENT FREE EPOXY LINING) Note:-Cost of concrete & reinforcement for pedestal, cost of piling, anchor strip/rod, shall be paid separately

210.0 Rs. 1,181.00 RMT Rs. 248,010.00

Outer Diameter

168.3mm Dia with 4 mm.th. 8 A Providing, supplying, lowering, laying and fixing ISI

mark CI D/F Sluice Valves of following Class and Diameter including all taxes, Insurance, transportation, freight charges, octroi, inspection charges, loading, unloading, conveyance to departmental stores, stacking etc, complete with labour and material

5.0 Rs. 44,809.00 NOS Rs. 224,045.00

Sluice Valve PN-1 with hand wheel/cap operated

400 dia 8 B Providing, supplying, lowering, laying and fixing ISI

mark CI D/F Sluice Valves of following Class and Diameter including all taxes, Insurance, transportation, freight charges, octroi, inspection charges, loading, unloading, conveyance to departmental stores, stacking etc, complete with labour and material

4.0 Rs. 6,084.00 NOS Rs. 24,336.00

Sluice Valve PN-1 with hand wheel/cap operated

150 dia 8 C Providing & supplying of CI temper proof Air valves

with SS 304 float gun metal nozzle of approved make and quality of following class and diameter including all taxes, insurance, transportation, freight charges, octroi, inspection charges, loading, unloading , transportation to site or stores, stacking, etc. complete.

10.0 Rs. 46,380.00 NOS Rs. 463,800.00

Air Valves double acting 200 dia with isolating sluice valve PN1.0

9 A Valve chamber suitable for the the pipe size as per drawing in fly ash brick masonry with precast RCC cover complete as per technical specification and instruction of engineering in charge

3.0 Rs. 29,239.00 NOS Rs. 87,717.00

For size up to 300 mm 9 B Valve chamber suitable for the the pipe size as per

drawing in fly ash brick masonry with precast RCC cover complete as per technical specification and instruction of engineering in charge

5.0 Rs. 63,813.00 NOS Rs. 319,065.00

For 350 mm to 500 mm size 10 A Providing and fixing mild steel dowel bars of following

dia. for anchoring by drilling holes in hard rock including necessary bending, hooking of dowel bars and grouting the holes complete as per detailed drawing and as directed.

120.0 Rs. 485.00 NOS Rs. 58,200.00

16mm

Page 131: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

131

11

Steel work, welded in built up sections framed work including cutting, hoisting, fixing in position and applying a priming coat of read lead paint. (D) In trusses and trussed purlins, upto 25 M. span and 15 M. overall height. (upto 10 ton) as per designs and directions of Engineer in charge.

2500.00 Rs. 61.03 KGS Rs. 152,575.00

12 A Anchor piles of 200mm dia provided at 30m c/c for anchoring MS pipe for the stretch where pipe is layed directly on the ground

170.00 Rs. 625.00 NOS Rs. 106,250.00 Boring holes 3.5 m deep in all types of soil & rock (for

cast in situ piles) and getting out the soil and disposal of the surplus excavated soil as directed within a lead of 50 Meter for following diameter of pipes.(i)200 mm

12 B Anchor piles of 200mm dia provided at 30m c/c for anchoring MS pipe for the stretch where pipe is layed directly on the ground 170.00 Rs. 250.00 NOS Rs.

42,500.00 Extra for under reaming inside the bore Holes for under reamed piles of following Diameter.(i) 200 mm

12 C Anchor piles of 200mm dia provided at 30m c/c for anchoring MS pipe for the stretch where pipe is layed directly on the ground

22.00 Rs. 3,865.00 CMT Rs. 85,030.00 Providing and laying cement concrete CC 1:1:2 for

R.C.C. bored piles of 200mm. diameter including ramming, vibrating and finishing complete.

12 D Anchor piles of 200mm dia provided at 30m c/c for anchoring MS pipe for the stretch where pipe is layed directly on the ground

2000.00 Rs. 44.40 KGS Rs. 88,800.00

Providing T M T. bar reinforcement for R.C.C. work including bending binding and placing in position etc complete for R.C.C.Bored piles as per detailed drawing, including hooking, tying welding and including forming the cage and lowering it in position.

13 Filling in foundation and plinth with murrum or selected soil in layers of 20cm. thickness including watering, ramming and consolidating etc. complete. (upto 10 ton)

750.00 Rs. 252.00 CMT Rs. 189,000.00

Murrum brought from outside 2-15 km 14 Restoration of road of any type and thickness after

laying of pipe line to its original condition as per the specification and direction of Engineer-in-charge

50.00 Rs. 624.00 SMT Rs. 31,200.00

15 Drilling of horizontal bore hole for MS main pipline under road tracks in all strata with required length including fixing of NP3 Class RCC casing pipe of suitable size and thickness. Rate includes cost of drilling of bore hole, casing pipe pushing, etc. complete but excluding the cost of MS main, valves and other items. 1300 mm dia bore hole with 1200 mm dia NP 3 RCC casing pipe

30.00 Rs. 35,280.00 RMT Rs. 1,058,400.00

16 Providing, erecting and fixing of RCC stand Post with platform including cost of material, labour, tools and tackles complete to the satisfaction of engineer in charge excluding the cost of RCC work

3.00 Rs. 4,300.00 NOS Rs. 12,900.00

17 Supply and installation of suitable size Potable cabin for housing of panel and sitting arrangement for operator, complete with door, windows, necessary ventilation, exhaust fan, electrical lighting, ceiling fan arrangement required for effective working and operation of the electrical panel; the cost includes cost of supply, installation and making necessary arrangement for cable etc complete as per instruction of engineer in charge

1.00 Rs. 574,420.00 NOS Rs.

574,420.00

Page 132: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

132

18 Work for hiring of JCB of required capacity for excavation in soil, ash, coal, boulders, debris, mud etc. any where at required location as per instruction of Engineer In Charge. The The rate includes the hiring charge of JCB with driver & and diesel and all safety precautions. The payment will be made for the hours actual deployed. No payment shall be done for tranceportation up to any required location and visa versa. The agency has to arrange the JCB immediately at any time as and when required as directed by engineer in charge.

100.00 Rs. 1,089.00 HRS Rs. 108,900.00

19

Providing & Laying ( to level or slope ) and jointing reinforced concrete light duty non-pressure pipes I.S. class NP 2 of the following internal diameter with collar joints including testing of joints complete 35.00 Rs. 2,580.00 RMT Rs.

90,300.00

(M) 1200 mm Dia

20

Providing & placing ash filled bags for diverting of water flow at sides of pipe culvert and as and when required for stopping detortion of side soil to getting collapse in water flow and strengthing the sides of pipe culvert. The rates are including cost of empty cement bags, filling the same with available ash necessary sticking of the same and placing equal distance up to required height etc. complete as directed by Engineer In Charge at any elevation. The rates are also include risk of any accident to labours etc. complete.

4000.00 Rs. 7.97 NOS Rs. 31,880.00

21

Filling available excavated earth (excluding rock) in trenches. plinth, sides of foundations etc. in layers not exceeding 20 cm. in depth consolidating each deposited layer by ramming and watering.

1000.00 Rs. 78.60 CMT Rs. 78,600.00

Total Rs. 68,443,476.00

SCHEDULE B1/2

ITEM DESCRIPTION UNIT QTY Rate Amount Mechanical Costing

1 Supply installation testing and commissioning of suitable pumps as per technical specification.

1.1 Flow : 800m3/hr , Head = 30m NOS 6 Rs.1,863,533.400 Rs.11,181,200.401

1.2

Flow : 500m3/hr , Head = 35m NOS 2 Rs.1,084,240.871 Rs.2,168,481.741

2 Design engineering supply and installation testing and commissioning of pontoon structure suitable for the safe operation of the above pumps along with hand rail as per the technical specification and contractors design complete to the satisfaction of engineer in charge

NOS 1 Rs.13,248,111.250 Rs.13,248,111.250

3 Design engineering supply and installation testing and commissioning of floating access way for man access and cable laying from reservoir bank to pontoon with all safety consideration, the walk way to be designed for safe operation as per the technical specification and contractors design complete to the satisfaction of engineer in charge

M 150 Rs.83,918.542 Rs.12,587,781.250

4 Design engineering supply and installation testing and commissioning of Flexible individual pump discharge pipe in rubber flexible Hose

M 1,200 Rs.9,811.542 Rs.11,773,850.000

Page 133: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

133

5 Design engineering supply and installation testing and comssioning of pipe floats for supporting flexible delviery pipe from pump to common header on bank

NOS 200 Rs.55,327.250 Rs.11,065,450.000

ELECTRICAL COSTING

6 MV VCB SWITCHBOARD: Installation, testing and commissioning (ITC) of indoor, extensible type, drawout type MT VCB panel with dual core CT of appropriate rating for metering and protection as per Detailed Specification & Single Line Diagram.

NOS 1 Rs.491,021.025 Rs.491,021.025

7 Distribution Transformer: Installation, Testing and Commissioning of Oil cooled (ONAN), Outdoor type, step-down transformer with OFF load tap Changer as per Specification, Technical Data sheet & IS.

NOS 1 Rs.1,249,493.850 Rs.1,249,493.850

8 H.T. XPLE CABLES: Supply, Laying, connecting, testing and commissioning of 11 KV armoured, 3 Core 240sqmm, XLPE cable as per IS 7098 cable including all accessories, termination kits and supports etc. as specified and shown on drawings.

JOB 1 Rs.47,780.288 Rs.47,780.288

9.0 LOW VOLTAGE PANEL BOARDS: Supply, Installation, assembling, connection, testing and commissioning of Panels as per Specification, Technical Data sheet, IS & relevant drawings.

JOB 1 Rs.4,008,613.331 Rs.4,008,613.331

10.0 LOW VOLTAGE CABLE: Supply, Laying, connection, testing and commissioning of heavy duty, low voltage, XLPE (IS 7098 - PART-II) insulated, stranded AL / Cu conductor Armoured cables as per specification & IS.

10.1 2x3C X 400 SQ. MM. AL XLPE (transformer to MCC panel) MTR 100 Rs.1,510.864 Rs.151,086.444

10.2 3C X 240 SQ. MM. AL XLPE (MCC Panel to Junction Box to TPS pumps) MTR 1800 Rs.1,001.005 Rs.1,801,809.144

10.3 3C X 120 SQ. MM. AL XLPE (MCC Panel to Junction Box of GEB colony Pumps) MTR 600 Rs.519.189 Rs.311,513.469

10.4 4C X 16 SQ. MM. AL XLPE (Auxilary and lighting) MTR 300 Rs.148.466 Rs.44,539.756

10.5 7C X 1.5 SQ. MM CU XLPE Cable (MCC Panel to LCP of Pumps and PMU of Pumps to MCC Panel)

MTR 2400 Rs.173.249 Rs.415,797.470

11 CABLE TRAY : Supply, Installation, laying and connection of G.I. Perforated and Ladder Type cable tray with bends, tees, clamps and couplers for fixing of cable.

11.1 750 mm. wide. - vertical member-75mm x 15mmx 2 mm thick, rungs-35x15x2 mm @250 mm - Ladder Type Cable tray MTR 150 Rs.649.970 Rs.97,495.544

11.2 100 mm. wide., side height 50 mm, thickness 2 mm Perforated Cable Tray MTR 100 Rs.249.946 Rs.24,994.613

12 Earthing: Supply, installation, connection and testing of plate type / pipe type earthing station for various electrical equipments and systems as per IS

LS 1 Rs.210,424.500 Rs.210,424.500

13 LIGHTING: Supply, Installation, assembling, connection, testing & commissioning of fixtures complete with suitable rating tubeslamps, capacitor, Ballast, Starter and all other necessary accessories to complete the installations.

LS 1 Rs.75,563.125 Rs.75,563.125

Page 134: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

134

14 SITC OF 11 KV FOUR POLE STRUCTURE: Supply of a two pole M.S. structure fabricated out of "I" beam of 11 mtr. length, M.S channel and angle with necessary cross arm, G.I hardwares and other accessories as required with foundations as per drawings and related local standards and practices of Utility company.

JOB 1 Rs.315,648.231 Rs.315,648.231

15 SITC of Safety accessories like portable fire extiguisher, sign board, danger caution board, first aid box, rubber insultaing mat, emergency light etc complete with fixing brackets etc. which shall be supplied by the tenderers with all necessary accessories, tools etc.

LS 1 Rs.24,895.063 Rs.24,895.063

16 LOCAL CONTROL STATIONS: SITC of Local control stations with enclosure of FRP, weatherproof suitable for outdoor installation IP65, with Ammeter, to be mounted on fabricated mounting structure

NOS. 8 Rs.2,099.350 Rs.16,794.800

17 Miscellaneous Items: Supply, install, terminate the double compression brass glands of suitable size with lugs and exhaust system for pumping station and panel room.

LS 1 Rs.42,319.750 Rs.42,319.750

TOTAL Rs.71,354,665.044

SAY Rs.71,354,665.000

SCHEDULE B1/3 Operation & Maintenance Cost

Sr.

No. Description Unit Quantity Rate Amount

1

Cost of operation and maintenance of the whole system including the cost of required all necessary spares, tools, tackles, materials, required skilled and unskilled manpower and including cost of DG set hiring, fuel for DG set, etc. complete. No extra payment shall be made for any consumables required during O&M period for efficient and successful operation and maintenance of the system. Contractor shall demonstrate the quantum of water supplied by approved means and methods to the satisfaction of EIC, no extra payment shall be made for the same.

MONTH 4 Rs. 944,225.00 Rs. 3,776,900.00

Total Rs. 3,776,900.00

SCHEDULE B1/4 DISMANTLING Sr. No.

Description Unit Qty Rate Amount

1 Grading and leveling of the exiting profile after removal of pipe and other items.

SQM 9000.00 Rs. 5.00 Rs. 45,000.00

2 A Removing of existing pipeline incl. removal of specials, valves jointings material including carting and stacking of removed material from site of work to location as instructed by engineer in charge.

Internal Diameter

900 Dia RMT 200.00 Rs. 235.00 Rs. 47,000.00

2 B Removing of existing pipeline incl. removal of specials, valves jointings material including carting and stacking of removed material from site of work to location as instructed by engineer in charge.

Internal Diameter

Page 135: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

135

800 Dia RMT 730.00 Rs. 206.00 Rs. 150,380.00

2 C Removing of existing pipeline incl. removal of specials, valves jointings material including carting and stacking of removed material from site of work to location as instructed by engineer in charge.

Internal Diameter

750 Dia RMT 4100.00 Rs. 194.00 Rs. 795,400.00

2 D Removing of existing pipeline incl. removal of specials, valves jointings material including carting and stacking of removed material from site of work to location as instructed by engineer in charge.

Internal Diameter

400 Dia RMT 650.00 Rs. 105.00 Rs. 68,250.00

2 E Removing of existing pipeline incl. removal of specials, valves jointings material including carting and stacking of removed material from site of work to location as instructed by engineer in charge.

Internal Diameter

200 Dia RMT 20.00 Rs. 58.00 Rs. 1,160.00

2 F Removing of existing pipeline incl. removal of specials, valves jointings material including carting and stacking of removed material from site of work to location as instructed by engineer in charge.

Internal Diameter

150 Dia RMT 210.00 Rs. 44.00 Rs. 9,240.00

3 Demolition and disposal of unserviceable material with all lead and lift for RCC work.

CMT 1451.00 Rs. 665.00 Rs. 964,915.00

4 Demolition and disposal of unserviceable material with all lead and lift for Brick work.

CMT 56.00 Rs. 346.00 Rs. 19,376.00

5 Dismantling steel work including distampering and stacking the material with all lead and lift.

KGS 146921 Rs. 2.30 Rs. 337,918.30

Total Rs.2,438,639.30

Say Rs.2,438,640.00

SCHEDULE B2: BUY BACK VALUE

Sr. No.

Description Unit Qty Rate Amount

1 Value of buying back all the equipments supplied and work executed during the execution phase by the contractor like MS pipe, flexible pipe, pipe specials, valves, pumps, pontoon with floating access and floats, panels, panel boards, transformers, porta-cabin, structural steel, reinforcement steel, dismantled concrete, dismantled brick work, cables, etc. after the completion of O and M phase and dismantling of the system. The cost includes the charges for loading, unloading, stacking, transportation of materials; site clearance complete to the satisfaction of engineering in charge. No extra amount shall be paid for the same.

lumpsum 1 Rs. 29,245,854.00 Rs.29,245,854.00

Total Rs. 29,245,854.00

Page 136: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

136

NOTE:- 1 The responsibility and liabilities of labors engaged for this work will be totally of contractor who has been awarded

this contract and he will take away all these laborers to his own establishment on completion of the contract. The GSECL will not be held any responsible and liable in any way in the matter.

2 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 if the same is claimed in invoice.

3 The rate of above all items are for any heights to carry out the various works at different elevation or location irrespective of quantum of work and to be carried out as and when required by GSECL.

4 The agency has to carry out the above all items in the Running Plant / Running Canal and due care has to be taken from safety point of view. The GSECL will not be held responsible for any accident that may occur during carrying out the works.

5 The payment will be made on the base of quantity of actual work done. Further payment will be done within 30 days from the date of joint measurement.

6 As per requirement of ISO 9001 & 14001and GSECL rules and regulations, maintenance work must be carried out. 7 Supply & works Invoice should be raised separately. 8

The Invoice to be raised in case of supply of materials, If Not full, VAT at prevailing rate will be deducted and deposited to the authority.

Name of Schedule Amount Schedule – B1

B1/1 Rs. 6,84,43,476.00 B1/2 Rs. 7,13,54,665.00 B1/3 Rs. 37,76,900.00 B1/4 Rs. 24,38,640.00

Total Amount of Schedule – B1 Rs. 14,60,13,681.00 Schedule – B2 Total Amount of Schedule – B2 Rs. - 2,92,45,854.00 Name of Schedule % Offer Schedule – B1 Rs. 14,60,13,681.00

___________% Above, ___________% Below,

Schedule – B2 Rs. 2,92,45,854.00

___________% Above, ___________% Below,

Note: While price bid evaluation the bidder whose net offer (B1-B2) is lowest will be deemed to be lowest bidder L1 (Signature of Contractor)

Address &Seal: CHIEF ENGINEER (GEN) GSECL, UKAI, TPS

Page 137: W.T. NO:- 3067 - Gujarat Urja Vikas Nigam Office/Ukai Thermal Power... · • GENERAL GUIDELINES RELEVANT TO I.S. 57 To ... Rs.2,92,45,854.00 (Buy Back) ... The bidder shall have

137

DRAWINGS FOR TENDER PURPOSE All drawings are attached with E- Tender.