You are on page 1of 18

TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011

VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 1 OF 18

COMMON TECHNICAL CONDITION


CONTENT

CLAUSE DESCRIPTION
NO
1.0 PROJECT SYNOPSIS AND GENERAL INFORMATION
2.0 SITE VISIT
3.0 SCOPE OF WORK
4.0 DEVIATIONS
5.0 DEWATERING
6.0 LAND
7.0 WATER
8.0 ELECTRICITY
9.0 CONSUMABLE
10.0 TEST CERTIFICATES
11.0 IMTE
12.0 QUALITY CONTROL & QUALITY ASSURANCE
13.0 PROJECT MANAGEMENT/ CONSTRUCTION MANAGEMENT
14.0 HEALTH SAFETY & ENVIRONMENT
15.0 TEST CERTIFICATE FOR T&P
16.0 ISSUE OF T&P
17.0 MATERIAL HANDLING (POWER MECH ISSUED MATERIAL)
18.0 ISSUE OF MATERIALS
19.0 RETURN OF MATERIALS
20.0 CEMENT AND STEEL CONSUMPTION AND WASTAGE
21.0 RECONCILIATION OF POWER MECH ISSUED MATERIALS
22.0 RECOVERY OF MATERIAL
23.0 CONSTRUCTION OF TEMPORARY OFFICE, STORES ETC
24.0 TOOLS & PLANTS (TO BE PROVIDED BY CONTRACTOR)
25.0 CIVIL LABORATORY
26.0 CONSTRUCTION SCHEDULE
27.0 COMPLETION PERIOD
28.0 CERTIFICATE TOWARDS COMPLETION
29.0 MOBILIZATION ADVANCE
30.0 SECURITY DEPOSIT
31.0 LIQUIDATED DAMAGES
32.0 CONTRACT PRICE
33.0 TAXES AND DUTIES
34.0 INTERIM PAYMENTS
35.0 METHOD OF MEASUREMENT
36.0 EXTRA/ ADDITIONAL ITEMS OF WORK
37.0 DESIGN OFFICE AND FABRICATION DRAWING
38.0 OTHER TERMS
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 2 OF 18

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

CLAUSE DESCRIPTION
NO
1.0 PROJECT SYNOPSIS AND GENERAL INFORMATION
INTRODUCTION

Hinduja National Power Corporation Ltd., hereafter referred to as HNPCL, has awarded to
POWER MECH the job for establishment of coal fired Vizag Thermal Power Project (1040
MW on single Engineering, Procurement and Construction (EPC) package basis, consisting
two (2) units each of capacity 520 MW) at Vishakhapatnam in the state of Andhra Pradesh,
India.

Details of proposed stage/ units


Project name: Vizag Thermal Power Project -2x520 MW
No of units x capacity: 2 x 520 MW.
Project setting up by: Hinduja National Power Corporation Ltd (HNPCL)

It is essential that the bidder visit site and acquaint with the conditions prevailing at site before
submission of the bid. The information given hereunder is for general guidance and shall not
be contractually binding on the/ POWER MECH. All relevant site data/information as may be
necessary shall have to be obtained / collected by the Bidder.
1.1 APPROACH TO SITE

The proposed plant is located at the coast of the Bay of Bengal, approximately 22.5 km
southwest of Vishakhapatnam, in the state of Andhra Pradesh, India. The site is occupying a
coastal site near the village of Pavalavasa.

Details regarding access to the plant site are given below:


It is intended to connect the site by road from Yelamamchali-Gajuwaka highway and by rail to
the broad gauge Kolkata-Chennai line via a new spur at Duvvada station.
The site is close to Vishakhapatnam steel plant which is along the coast to the North-East.
The nearest commercial airport is at Vishakhapatnam located at a distance of 30 kms from
the project site.

Site Related DESIGN DATA:


Unless otherwise specified, the following design conditions shall be considered for the
equipment offered:
a) Longitude / Latitude : 830730 E / 173430 N
b) Elevation above MSL : RL (+) 9 m (approximately) for main plant block
c) Important Meteorological data as obtained from the nearest observatory at
Visakhapatnam from 1931-1960 is as follows;
d) Maximum Monthly Temperature : 44.4 deg. C
e) Minimum Monthly Temperature : 12.8 deg. C
f) Maximum Relative Humidity : 84 %
g) Minimum Relative Humidity : 68 %
h) Design Relative Humidity : 80 %
i) Annual Mean Wind Speed : 10.8 m/sec
j) Maximum Rainfall : 293.3 mm in 24 hours
k) Seismic Zone : Zone-III as per IS-1893
l) Wind Load : The various design parameters, as defined in IS: 875 (Part-3), to be
adopted for the project site shall be as follows:
i) The basic wind speed Vb at ten mtrs above the mean ground level- 50 m/sec.
ii) Other parameters or coefficients shall be as per IS:875 (Part-3) stipulations
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 3 OF 18

m) Topographical Survey: The terrain of the proposed plant site is undulating. The level
of natural ground generally varies between Reduced Level RL (+) 1 m to RL (+) 17m.
2.0 SITE VISIT
Contractor should visit 2x520 MW Vizag project site, to acquaint himself with the conditions
prevailing at site and in and around the plant premises, together with all the statutory,
obligatory, mandatory requirements of various authorities before submission of the bid.
3.0 SCOPE OF WORK
3.1 The scope of works covers Earth work and Concrete works as per specification including supply of
materials (Other than those being supplied by POWER MECH), labour, tools and plants. The
scope of work is indicative but not limited to the given below

A) UNIT 1

Main power house


TG foundation
Transformer yard
Mill and bunker bay
Mill foundations
Boiler foundations
ESP foundations
BFP deck
PA Fan foundations
FD Fan foundations
ID Fan foundations
Cable/pipe racks
Trenches
Duct banks
Paving including roads and drains
Air washer building
ESP control room

3.2 Any buried pipe/ cable coming in the working fronts are to be removed safely by the contractor
at no extra cost to POWER MECH.
3.3 Godavari river Sand to be used for all permanent works under the scope of this contract.
3.4 Mix design for all concreting may be carried out either at site or from a reputed institute;
contractor has to ensure adding of admixture and minimizing of cement content in line with IS
456.
3.5 The work to be performed under this specification consists of providing all labour, materials,
consumables, equipment, temporary works, temporary storage sheds for contractors own use,
temporary colony for labour and staff, temporary site offices, constructional plants
transportation/handling and all incidental items not shown or specified but reasonably implied
or necessary for the completion of subject scope, all in strict accordance with the specifications
including revisions and amendments thereto as may be required during the execution of work.
3.6 The scope shall also include setting up by the bidder a testing laboratory (one AC lab size
4.5mtr x 6mtr and 1 non AC lab 4.5 mtr x 4.5 mtr.) in the field to carry out all relevant tests.
Detail of laboratory equipments as per Annexure-A is to be arranged by the contractor within
quoted rate. For conducting day to day one no. chemist to be deployed as necessary.
3.7 All quality standards, tolerances, welding standards & other technical requirements shall be
strictly adhered to. The Bidder shall fully apprise himself of the prevailing conditions at the
proposed site, climatic conditions including monsoon pattern, soil conditions, local conditions
and site specific parameters and shall include for all such conditions and contingent measures
in the bid, including those which may not have been specifically brought out in the
specifications.
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 4 OF 18

4.0 DEVIATIONS/CLARIFICATIONS
The bidder is required to submit with his offer in the relevant schedule/ format without any
ambiguity. Any assumptions, presumptions, deviations etc. indicated or implied anywhere by
the bidder except those indicated in the deviation schedule/ format will not be recognized and
will not form a part of consideration / offer. In the absence of such filled-up schedule/ format it
will be understood and agreed that the bidders offer is based on strict conformance to the
specification and no negotiation would be allowed in this regard. POWER MECH reserve the
right not to recognize any / all deviations submitted after opening of the bid.
5.0 DEWATERING
Contractor shall ensure at all times that his work area & approach/ access roads are free from
accumulation of water, so that the materials are safe and the erection/ progress schedule are
not affected. No separate claim in this regard shall be admitted by POWER MECH. No separate
payments for dewatering of subsoil, surface water or catchments water, if required, at any time
during execution of the work including monsoon period shall be considered by POWER MECH.
6.0 LAND
6.1 Availability of land within plant boundary is very limited and the contractor has to plan and use
the existing land considering the use of land by other Civil /mechanical/ electrical contractors
and the storage of plant machineries and materials. The existing land shall be shared by all
erections agencies. Land will be allocated with certain time frame and to the extent available/
considered necessary, and will be reviewed by POWER MECH depending upon the area
availability.
6.2 Land will not be provided for labour colony, the contractor to construct labour colony/ hutment
as per his requirements after obtaining approval of formalities from statutory body.
6.3 The contractor shall provide minimum 1 no. overhead water tank with minmum 20 nos. tap in
their labour colony for drinking/washing etc. purpose. One no. cemented area of suitable width,
length, with tap (s) for washing purpose etc. also to be provided.
6.4 The contractor shall provide minimum 20 nos. of Indian type toilet in their labour colony.
6.5 The contractor will be responsible for handing back all lands, as handed over to him by POWER
MECH/HNPCL.
6.6 Area within plant premises for fabrication, batching plant, office, storage area etc. for
construction purpose shall be provided as per availability free of cost.
7.0 WATER
7.1 POWER MECH will provide construction as well as drinking water at one point each, within 200
m from given work premises, free of cost to the contractor.
7.2 Further necessary network for construction & drinking water system shall be done by the bidder
at his own cost.
7.3 Contractor should arrange on their own, drinking water in their labour colony.
7.4 POWER MECH shall not be responsible for any inconvenience or delay caused due to any
interruption of water supply and the contractor shall claim no compensation for delay in work
for such interruption. Contractor may make standby arrangement for water for which no
separate payment shall be made by POWER MECH.
7.5 Contractor will have to arrange for storage of water to meet the day-to-day requirement. Bidder
will ensure adequate supply of construction water to meet the requirement of water during
major concreting.
7.6 The availability of water (construction as well as drinking) in Vizag project may be limited.
Contractor shall ensure that no water is wasted. In this regard the contractor shall take all
necessary measure towards preservation of water.
8.0 ELECTRICITY
8.1 CONSTRUCTION POWER & GENERAL ILLUMINATION NETWORK:-

POWER MECH Shall Provide Construction Power free of charges at 415V level at one point each
for Batching Plant, Fabrication Yard and Power House area (within 500 M from his workplaces
as mentioned) and bidders has to make his own distribution arrangement to draw electricity.
General illumination system shall be provided by POWER MECH. However, privision of suitable
temporary lights at different floors/working areas for execution of the work & safety of workmen
shall be provided by the vendor, within the quoted rate. The illumination should be such that
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 5 OF 18

minimum illumination requirement as spefied by Indian standards for general illumination is


maintained.
GENERAL:-
If any other voltage level (other than normally available) is required, the same shall be
arranged by the contractor from power supply as above. Contractor will have to provide at his
own cost necessary calibrated energy meters (tamper proof, suitably housed in a weather proof
box with lock & key arrangement) at point of power supply along with calibration certificate
from authorized / accredited agency for working out the power consumption. In case of
recalibration required for any reason the necessary charges including replacement by calibrated
meters is to be borne by the contractor. Supply of electricity shall be governed by Indian
Electricity Act and Installation Rules and other Rules and Regulation as applicable. The
contractor shall ensure usage of electricity in an efficient manner and the same may be audited
by POWER MECH time to time. In case of any major deviation from normally accepted norms is
observed, POWER MECH will reserve the right to impose penalty as deemed fit for such cases.
In case the chimney is in the scope of the bidder; it is a mandatory requirement that DG set of
adequate capacity to be installed for chimney passenger lift operation as a stand-by
arrangement.
8.2 The bidder shall have to provide earth leakage circuit breaker at each point wherever human
operated electrical drives/ T&Ps are deployed.
8.3 The power supply will be from the available grid. POWER MECH shall not be responsible for any
inconvenience or delay caused due to any interruption of power supply/ variation in voltage
level and no compensation for delay in work can be claimed by the contractor due to such non-
supply on the grounds of idle labour, machinery or any other grounds.
8.4 Bidder will have to arrange sufficient illumination at their own work areas.
8.5 The contractor should ensure that the work in critical areas is not held up in the event of power
breakdown. In the event of breakdown in the electric supply, if the progress of work is
hampered, it will be the responsibility of the contractor to step up the progress of work after
restoration of electric supply so that overall progress of work is not affected.
8.6 The contractor shall have to make arrangement at their own cost for illumination that will be
required in the working area for execution of the work & safety of workmen.
8.7 Though the contruction power is provided free of charge, it is the responsibility of the vendor to
ensure efficient utilization of the electricity. Suitable audit shall be carried out jointly by POWER
MECH & vendor on a periodic basis to ensure the same. In case at any point of time it is found
that contruction power is being used inefficantly or for any other purpose thanthe intended use,
the vendor will be suitably penalized as per the provision of the contract. The maximum penalty
that can be imposed on the vendor shall be limited to one months electricity charges (as will be
obtained from the energy meter at drawal point) per incident of inefficient use or misuse.
9.0 CONSUMABLE
9.1 All consumables, like gas, electrodes, chemicals, lubricants etc. required for the scope of work,
shall be arranged by the contractor at his cost unless otherwise specifically mentioned in the
contract.
9.2 All consumables to be used for the job shall have to be approved by HNPCL/ POWER MECH
prior to use.
9.3 In the event of failure of contractor to bring necessary and sufficient consumables, POWER
MECH may arrange for the same at the risk and cost of the contractor. The entire cost towards
this along-with overhead shall be paid by the contractor or deducted from the contractors bills.
10.0 TEST CERTIFICATES
Necessary test certificates of all materials supplied by contractor are to be produced to POWER
MECH prior to use of those materials.
11.0 IMTE
The contractor shall ensure deployment of reliable and calibrated Instrument, Measuring, and
Test Equipment (IMTE). The IMTE shall have test calibration certificate from authorized / Govt
approved agencies. The contractor shall also keep provision of alternate engagement for such
IMTE so that the work does not suffer when a particular IMTE is sent for calibration. Re-testing/
re-calibration shall also be arranged by the contractor at their own cost at regular interval
during the period of use as advised by POWER MECH.
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 6 OF 18

12.0 QUALITY CONTROL & QUALITY ASSURANCE


Contractors Engineers and supervisors shall be adequately qualified and also inclined to do a
quality job. The quality assurance Engineer shall co-ordinate all aspects of quality control,
inspection, implementation of quality assurance procedures laid down in Quality Plan and
technical specification by POWER MECH. He shall fill up quality assurance log sheets / formats
and submit to POWER MECH for joint inspection and acceptance. The contractor shall fill up,
maintain & preserve the quality records in computerized media. DVC/POWER MECHs
authorized representative shall be given free access at all time to such quality related records
etc. for inspection, review etc.
13.0 PROJECT MANAGEMENT/ CONSTRUCTION MANAGEMENT
To meet the need of construction management at site, contractor shall provide the following
services within quoted/ accepted rates.
13.1 PLANNING & MONITORING
13.1.1 The bidder shall prepare detail construction schedule (L-3) as per completion dates given in this
document. This schedule must include all milestone and key activities for each subsystems/
components in the areas of engineering (wherever applicable), procurement, manufacture
(wherever applicable), ecogniz, excavation/ construction/ erection. This network must conform
to the overall project schedule. The bidder should also ensure monitoring of these activities at
least weekly basis to start with and on daily basis whenever required by POWER MECH.
13.1.2 The bidder shall also prepare progress report indicating progress on key activities, management
summary for critical activities, list of actions requiring attention of POWER MECH. This schedule
is to be preferably made in PRIMAVERA/MS PROJECTS, so that the same is compatible with
POWER MECHs project management software.
13.1.3 The bidder will have to install 2 nos PCs (multimedia PC work station Pentium- core-2 Duo, with
a processor of 1 GHz or above, Min 320 GB HDD, 4 GB RAM, 100/1000 MBPS LAN card) of
HCL/HP/ZENITH/DELL or equivalent make with Window 7 O/S and required software like MS
Office 2010 Professional, AutoCAD 2010 or higher, PageMaker (7.0) etc, ADOBE PDF CREATOR
with one no laserjet printer compatible for A3 size printing (ink/ cartridge for which to be
supplied as and when required), one no laserjet printer compatible for A4 size printing (ink/
cartridge for which to be supplied as and when required) with power backup at places, as per
instruction of POWER MECH for exclusive use of POWER MECH. (The vendors may consider
about 500 pages of printing per month in order to estimate the consumption of ink/cartridge
etc.). These computers/ printers shall remain contractors property and they will be allowed to
take out the same after completion of the site works. The contractor shall provide data /
information etc in prescribed formats for periodical updating of the progress reports, material
management reports, updating of network pertaining to the contractors scope of work etc. The
contractor shall also provide two nos. computer operators and four numbers service staff for
miscellaneous service for POWER MECHs use at site/ Kolkata for reconciliation, progress review
& day-to-day planning purpose, documentation etc. These facilities are to be provided within 40
days from LOI date till completion of site works or as decided by POWER MECH. If contractor
fails to provide computer/ printer or personnel as per requirement, for a continuous period of
fifteen days or more, POWER MECH shall have the right to deduct the amount as per following
rates on prorate basis, from contractors RA bill or any other dues.
13.1.3.1 @ Rs 12,000/- (twelve thousand)/ month for each computer operator or at actual (rate +30%)
if POWER MECH arranges this facility, whichever is lower.
13.1.3.2 @ Rs 8,000/- (eight thousand)/ month for each computer with printer or at actual (rate +30%)
if POWER MECH arranges this facility, whichever is lower.
13.1.3.3 @ Rs 8,000/- (eight thousand) / month for each service staff or at actual (rate +30%) if
POWER MECH arranges this facility, whichever is lower.
13.1.3.4 In the event of the contract period getting extended beyond the stipulated time for reasons not
attributable to the bidder. The bidder will be reimbursed at the above mentioned rate or (actual
+15%), whichever is lower, if the services of operator/service staff are being used by POWER
MECH.
13.1.4 The contractors site office must have facilities of communications like Fax, E-mail, and
telephone with STD facility within a month from LOI.
13.2 PROGRESS REPORTING
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 7 OF 18

13.2.1 The bidder shall submit daily, weekly and monthly progress reports for work force, materials
reports, consumables (gases/electrodes) report and other reports as per pro-forma considered
necessary by the POWER MECH. In case of any failure on contractors part to comply with this,
POWER MECH may at its discretion, consider to withhold part payment against their RA bills.
13.2.2 The progress report shall indicate the progress achieved against planned with reasons
indicating delays, if any, and shall give the remedial actions which the contractor intends to
take to make good the slippage or lost time, so that further works again proceed as per the
original program and the slippages do not accumulate and effect the overall program.
13.2.3 The daily work force reports shall clearly indicate the work force deployed, category-wise
specifying also the activities in which they are engaged.
13.2.4 Weekly progress review meetings will be held at site during which actual progress during the
week vis--vis scheduled program shall be discussed or actions to be taken for achieving
targets. For discussions, the contractor shall present program of subsequent week. The
contractor shall constantly update/revise his work program to meet the overall requirement.
13.2.5 Periodic progress reviews on the entire activities of execution in respect of supply and works in
scope of bidder will be held once in a month at Calcutta/site. These meetings will be attended
by reasonably higher officials of the contractor and will be used as a forum for discussing all
areas where progress needs to be speeded up. The contractor shall be further responsible for
ensuring that suitable steps are taken to meet various targets decided upon such meetings.
13.2.6 During construction contractor shall take an average forty colour digital photograph / slides
(indicating date) each month (not less than nine per week) of the works during progress.
In case of failure in providing such photograph in each month, an amount of Rs. 20,000/- per
month shall be deducted from contractors RA bill.
13.2.7 Successful bidder has to provide for electronic/ computerized storing and re-production/
printing/ plotting of various data, log sheets, protocols, measurements etc. These may be
stored in CD (as per requirement) and handed over to POWER MECH as per requirement.
13.3 SITE ORGANIZATION
11.3.1 The contractor shall maintain a site organization of adequate strength in respect of manpower,
construction machinery and other implements at all time for smooth execution of the contract
headed by a competent construction manager for site operations with sufficient level of
authority to take site decisions. The vendor will submit organization chart (showing the name of
SITE-IN-CHARGE) with individual bio-data indicating various levels of experts to be posted for
supervision in the fields of supervision and execution, quality, material management, planning,
safety, etc. The organization shall be reinforced from time to time, as required to make up
slippage (if any) from the schedule without any commercial implication to POWER MECH. The
organization chart is to be submitted within 10 days from the date of LOI.
13.3.2 Following (minimum) engineering manpower with power plant construction background to be
deployed at site by the successful vendor for their day to day supervision etc.
13.3.2.1 Qualified safety officers with assistants (exclusive for Officer Two Nos.(Civil+structural)
safety supervision for project jobs). Assistant - Two nos.(Civil+structural)
13.3.2.2 Site supervising engineer and supervisors for Piling Two nos Enigineers
work etc. Two nos supervisors
13.3.2.3 Engineer & Supervisors for quality inspection. Two nos Engineer (Civil + Structural)
Two supervisors (Civil + Structural)

13.3.2.4 Site supervising engineer and supervisors for civil works Three nos Enigineers
in power block area. Four nos supervisors
13.3.2.5 Site supervising engineer and supervisors for Structural Two nos Enigineers
job. Two nos supervisors
13.3.2.6 Chemist for Civil Laboratory One no.
13.3.3 Deputation of above man-power shall be jointly decided at site in line with construction
schedule.
13.3.4 Engineer/ supervisor for other functions like store & purchase, material management, planning,
fin, admn etc are to be provided as per site requirement and not considered above.
13.3.5 In the event of non deputation of engineer/ supervisor by the bidder as per above agreed
schedule, POWER MECH shall reserve the right to deduct Rs 50,000.00 per man-month for
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 8 OF 18

engineer, Rs 30,000.00 per man-month for the supervisor/ safety officer/chemist and Rs. 25000
per man-month for safety supervisor from RA bills. Further induction of manpower regarding
site supervisor & site engineer will be decided at site as per requirement without any financial
implication.
13.3.6 POWER MECH reserves the right to reject or approve the list of personnel proposed by the
contractor. The persons whose bio-data have been approved by POWER MECH will have to be
posted at site and deviation in this regard will not be permitted unless specific & reasonable
justification is made.
13.3.7 In addition to above, a well experienced qualified engineer to be designated, as Project Co-
coordinator, shall be deployed by the contractor. Such engineer shall have adequate exposure
on the job and shall remain fully involved in all planning activities, guidance etc to contractors
own team during the complete execution period of contract.
13.3.8 The contractor should also submit to POWER MECH for approval a list of T&Ps along with their
fitness certificates. The tools & tackles shall not be removed from site without written
permission of POWER MECH.
13.3.9 Deleted
13.3.10 The contractor should also submit network programs for the erection of various items. These
networks shall show the HNPCL/ POWER MECH hold points (CHP), which have to be cleared by
HNPCL/ POWER MECH, or their authorized representatives before further erection can take
place. These programs for the erection would clearly identify responsibilities of the contractor
and HNPCL/ POWER MECH. It is the responsibility of the contractor to get the Networks
approved by POWER MECH within four weeks of the date of finalization of award of work/
placement of LOI.
13.4 CONSTRUCTION MANAGEMENT
13.4.1 Based on the approved program, the contractor shall submit a program of construction/
erection/ commissioning for the implementation. These programs would be amplified showing
start of erection and subsequent activities and shall form the basis for site execution and detail
monitoring. The three monthly rolling program with the first months program being tentative
based on the site condition would be prepared based on these programs. The contractor shall
also be involved along with HNPCL / POWER MECH to tie up detailed resources mobilization
plan over the period of the contract matching with the performance targets.
13.4.2 The program would be jointly finalized by the site in-charge of the contractor with POWER
MECH/ HNPCLs project coordinator as well as the site-planning representative. The erection
program will also identify sequential events matching financial turnover.
13.4.3 The contractor is liable to furnish all documentary evidences towards payment of Works
Contract Tax as and when required by POWER MECH.
13.4.4 Piling shall be done by using rotary hydraulic rig. Two stages flushing of pile bore shall be
ensured by air lift technique duly approved by HNPCL/POWER MECH. The construction
methodology to be adopted shall be suitable to ensure proper termination of pile in the starta as
specified.
13.4.5 Average rate of fabrication per month shall not be less than 700 T - 750 T. During peak period,
minimum fabrication should be 800 MT - 850 MT per month.
13.4.6 Average rate of erection per month shall not be less than 700 T - 750 T. During peak period,
minimum erection should be 800 MT - 850 MT per month.
14.0 HEALTH SAFETY & ENVIRONMENT
14.1 It is imperative on the part of the contractor to join and effectively contribute in joint measures
such as tree plantation, environment protection, contributing towards social up-liftment,
conversion of packing woods to school furniture, keeping good relation with local populace etc.
14.2 Round the clock experienced paramedical personnel with first aid facility & one ambulance
including driver, fuel etc., and shall be available at site, being provided by other agency.

The above facilities will be shared by various POWER MECH contractors working at site on
chargeable basis to the providing agency (actual cost distributed among the various vendors
present at site availing the facility on a prorate basis). The subject facility will be strengthened
as per the requirement during peak work progress at site, by other vendor. Individual vendor
may co-ordinate with the providing agency in this regard.
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 9 OF 18

No medical facility within / near the site shall be provided by POWER MECH.
14.3 No staff quarter shall be provided by POWER MECH.
14.4 No borrow area for earth shall be arranged / provided by POWER MECH.
14.5 Common road shall be provided by POWER MECH free of cost, however, temporary approaches
for erection/work spots under the scope of work, as required for movement of cranes, trailers,
trucks, transit mixers, dumpers, etc. shall be arranged by the contractor at his own cost.
14.6 The contractor shall solely be responsible for the safety, quality, & quantity of material after it
is handed over and issued to contractor by the POWER MECH.
15.0 TEST CERTIFICATE FOR T&P
All T&P, lifting tackles and pulling devices to be deployed by the contractor must bear valid /
latest test certificates for their suitability, and the documents shall be preserved at site.
16.0 ISSUE OF T&P
16.1 Power Mech will provide the following Major T&P
1. Automatic concrete batching plant
2. Transit mixer
3. Truck mounted concrete mixer cum pump alongwith placing boom
4. Concrete pump portable
16.2 In the event of POWER MECH issued T&P, measuring instruments etc. the contractor and
POWER MECH shall maintain joint protocol about the condition of all T&P, instruments etc.
taken from POWER MECHs custody and return to POWER MECH after use. The contractor
shall not use this equipment for purposes other than the scope of work given in this tender
document. It is the responsibility of contractor to keep these equipments always in working
condition and ensure their safe return in working condition to POWER MECHs store subject to
normal wear & tear.
16.3 After use of T&P items issued by POWER MECH the same shall be returned to POWER MECH
in good working condition subject to normal wear & tear failing which recoveries at the book
value of the item or the market rate prevailing at the time of returning the items, whichever is
higher shall be made from the payments due to the contractor from POWER MECH from this
contract or from any other contract.
17.0 MATERIAL HANDLING (POWER MECH ISSUED MATERIAL)
17.1 Cement, reinforcement, earthing MS Rod, will be issued free of cost by POWER MECH for
use in the work covered in this contract.
17.2 Cement & steel will be issued to the contractor from POWER MECH/Customers store within
the plant premises, on weighment basis. Receipt from POWER MECH/Customers stores,
handling / transportation to work site, unloading etc. will be under the scope of work within his
quoted rate.
17.3 Open land (free from encumberance) shall be provided by POWER MECH on free of cost
basis. Contractor shall maintain one centralized fenced store cum bar bending yard (Area
Approx. 70mx70m). Hard surfacing of this yard and all round drain shall be carried out by the
contractor at his own cost within the quoted rate.
Batching plant area shall be provided within plant premises and contractor shall make use of
the area for installation and operation of the Batching Plant provided by Power Mech.
The bidder shall make complete arrangement of necessary security personnel, to safeguard
all such materials in his custody. Materials issued will be used only for construction of
permanent work. The contractor shall take care of material issued by POWER MECH and
shall protect the same from theft, damage and weathering.
17.4 The contractor shall construct waterproof cement store for initial period (capacity minimum
400 MT) for storing and stacking of cement, CGI/ asbestos roofing (slope) with brick masonry
wall, PCC flooring. Materials required for the same shall be provided by contractor at his own
cost. Cement has to be kept over wooden raised platform. Stacking of cement is to be done
as per IS codes with proper illumination and locking arrangements.
17.5 The contractor shall in no case be entitled for any compensation or damages on account of
any delay in supply or non-supply thereof for all or any such material.
17.6 Clotting of cement and excessive rusting of steel must be avoided. In case, due to any cause
attributable to the contractor, such clotting of and/or rusting of steel occur rendering the same
unusable, then such quantity of cement /steel shall be recovered from the interim payment at
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 10 OF 18

the penal rate specified in the tender.


17.7 No material shall be issued to the contractor except as those indicated above i.e. cement and
steel unless otherwise expressly provided for in the contract. Contractor will have to make his
own arrangement at his own cost for procurement of any other material as required for the
works and of such quality as acceptable to POWER MECH.
17.8 The contractor shall maintain proper store account for all the POWER MECH issued materials
and shall give three copies of once in two months computerised reconciliation statement of
such account to the POWER MECH.
17.9 The contractor shall solely be responsible for the safety & quality of material after it is handed
over and issued to contractor by POWER MECH.
17.10 POWER MECH issued materials shall not under any circumstances taken out of the project
site unless otherwise permitted by POWER MECH.
18.0 ISSUE OF MATERIALS
18.1 ISSUE OF CEMENT
18.1.1 Cement as received from the manufacturer/ stockiest will be issued free of cost to the
contractor. The theoretical weight of each bag of cement for issued purposes will be considered
as 50 kg, the contractor shall be accountable for the cement issued to him on this notional
weight only. No claim whatsoever will be entertained because of difference between theoretical
and actual weight of the bags of cement.
18.1.2 The empty cement bags duly accounted for against issue shall be the property of the bidder
and the same shall be disposed by the bidder as per statutory regulation prevailing in the
project.
18.2 ISSUE OF STEEL
18.2.1 The steel shall be issued to the contractor free of cost on the following basis.
18.2.1.2 Reinforcement steel (TMT), earthing MS Rod Weighment basis (unit MT).
18.3 The contractor shall satisfy himself of the quality and quantity of the materials at the time of
taking delivery from POWER MECH/ HNPCL stores. No claims whatsoever will be entertained by
POWER MECH because of quality or quantity after the materials are taken by the contractor
from POWER MECH/ HNPCL stores.
18.4 The contractor shall submit to the engineer, a statement indicating estimated quantity of
cement and steel required at least two months in advance. In addition, the contractor shall also
furnish the estimated requirement of cement and steel during a month by the third week of the
previous month indicating his requirement.
18.5 Bidders to ensure that no lamination materials are taken over by them from POWER MECH.
Fabrication wastage, if any due to above, shall not be compensated by POWER MECH
18.6 Bidder to note that all fasteners like MS/HT/HSFG bolts/nuts, lock nuts, washers etc shall be
supplied by the bidder as per applicable item of BOQ-cum Rate schedule.
18.7 Bidder to note that cement and steel required for his enabling job like store/site office etc shall
be arranged at his own cost. All TG staging material shall be arranged by contractor at his own
cost. Bidder shall do the design for its structure just immediately after receipt of TG deck
drawing and obtain approval from POWER MECH.
19.0 RETURN OF MATERIALS
19.1 RETURN OF CEMENT
19.1.1 Sealed cement bags remaining unused and in perfectly good condition at the time of
completion or termination of the contract shall be returned promptly, (within 15 days from
assessment) if POWER MECH/ Engineer is satisfied of the physical condition of the cement.
Return of such cement to the project stores/ place as identified within the project area by
Engineer/ POWER MECH will not be entitled to handling and incidental charges. Surplus sealed
and good conditioned cement bags will be taken back on weighment basis.
20.0 CEMENT AND STEEL CONSUMPTION AND WASTAGE
20.1 CEMENT CONSUMPTION
20.1.1 The theoretical consumption of cement shall be based on the following.
20.1.1.1 For design mix concrete as per approved design mix.
20.1.1.2 For nominal mix concrete work, as per minimum cement as specified or as approved by
Engineer-in-charge.
20.1.2 For item of works, where volume mix is permitted in writing by the POWER MECH, for masonry
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 11 OF 18

works, plaster other miscellaneous items, the cement consumption shall be governed by the
Statement of Cement Consumption attached to the Delhi schedule of Rates of CPWD-DSR-
2007 unless otherwise specified in the specifications or the drawing of contract or mutually
agreed by Engineer-in-charge and contractor.
20.1.3 Actual consumption = Issue Surplus/ unused quantity of cement returned in good condition
by contractor to store. (No sweep cement will be taken back by POWER MECH).
20.2 CEMENT WASTAGE
20.2.1 Allowable wastage : One and half percent (+1.5%) of theoretical consumption of cement
unless specified otherwise in the technical specification.
20.2.2 For any material issued by POWER MECH to the contractor free of cost, and which is not
accounted for by the contractor to POWER MECH, then recovery for such material shall be
effected at penal rates.
20.2.3 Sl no Cement consumption Basis of issue & penal recovery
C-1 Theoretical consumption (without considering any Free
wastage or loss).
C-2 Actual consumption being Limited to one and half Free
percent (+1.5%) of aforesaid theoretical consumption
towards allowable wastage.
C-3 Actual consumption beyond one and half percent Penal rate
(+1.5%) of above (C-1).
20.3 REINFORCEMENT STEEL & EARTHING MS ROUND CONSUMPTION
20.3.1 The theoretical consumption of various diameter of reinforcement and earthing MS round shall
be based on approved construction drawing and bar bending schedule. Weight shall be
calculated considering the sectional weights as per Indian standards. No extra cost shall be
payable to the contractor for any deviation in weights for the different procedures adopted for
issue and calculation of the theoretical consumption including rolling tolerances.
20.3.2 Actual consumption = Issue Surplus.
20.3.3 Surplus = Un-tampered and unused quantity of steel returned by the contractor to POWER
MECH store along-with relevant documents.
20.3.4 Wastage = Actual consumption Theoretical consumption.
20.4 REINFORCEMENT STEEL & EARTHING MS ROUND WASTAGE
20.4.1 Allowable wastage : (+4%) of the theoretical consumption shall be considered as allowable
wastage.
20.4.2 Wastage and scrap shall be as per actual weighment basis.
20.4.3 Sl no Reinforcement steel & earthing rod MS round Basis of issue & penal recovery
R-1 Theoretical consumption (without considering wastage Free
and scrap or loss)
R-2 Wastage limited to plus four percent (+4%) of Free
aforesaid theoretical consumption (R-1) towards
allowable wastage.
R-3 Wastage beyond four percent (+4%) of the Penal rate
theoretical consumption above (R-1).
20.7 All wastage reinforcement, MS round (for earthing) and structural steel shall be returned to
POWER MECH.
21.0 RECONCILIATION OF POWER MECH ISSUED MATERIALS
21.1 The contractor shall submit a reconciliation statement of cement and steel issued to him, once
in two months. The same may be submitted alongwith RA Bill.
21.2 The contractor shall properly account for the material issued to him as specified herein to the
satisfaction of POWER MECH certifying that the balance material are available with contractors
custody at site.
21.3 If it is noticed by POWER MECH that the wastage is high and calls recovery at the penal rate,
then POWER MECH will proceed for recovery for the excess wastage as per penal recovery
rates as specified from RA bill.
21.4 The approved drawings/ bar bending schedules are to be considered for the purpose of
reconciliation of materials.
22.0 RECOVERY OF MATERIAL
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 12 OF 18

22.1 If wastage exceeds the specified limit, the recovery of excess wastage shall be made from
monthly RA bill at the penal rate stipulated below.
22.2 PENAL RATE OF MATERIALS
Item Penal rate (Rs)
22.2.1 Cement (OPC/ PPC/PSC). 6,500/- per MT.
22.2.2 Reinforcement steel and earthing rod etc. 58,000/- per MT.
22.2.3 Stainless Steel Plate / Liner 6,00,000/- per MT
22.2.4 Structural steel and hand railing materials. 65,000/- per MT.
23.0 CONSTRUCTION OF TEMPORARY OFFICE, STORES ETC
23.1 The contractor shall arrange at his own cost cleaning of area allotted, construction of his
temporary office, stores, cement godown etc. and also the watch and ward of all the above.
Materials required for the same shall be provided by contractor at his own cost.
24.0 TOOLS & PLANTS (TO BE PROVIDED BY CONTRACTOR)
24.1 Tentative list of T&P to be deployed by contractor for successful completion of work is detailed
below.
24.2 It may be noted that the list is not exhaustive and is only for general guidance. The contractor
is required to provide all necessary T&P (other than those specified to be provided by POWER
MECH, if any) measuring (calibrated) instruments & handing equipments for timely completion
of total work as per contract. In case of project requirement, some activities may have to pre-
pone. In such cases the contractor may have to deploy additional T&P. Quoted rate shall be
inclusive of such requirements. However, contractor shall submit deployment plan of all T&P
along with tender bid.
24.3 In the event of any failure on the part of the contractor, POWER MECH may at his discretion
also terminate the contract on this ground and take out any or whole amount of the contract
from the scope of the contractor. In the event of failure of contractor to deploy necessary and
sufficient T&P/ IMTEs, POWER MECH will be at liberty to arrange the same at the risk & cost of
contractor including transportation cost of same from any of POWER MECH site/ other agency
& charges as applicable shall be deducted from contractors RA bill. Decision of POWER MECH
in this regard will be final & binding on contractor.
24.4 Following Major T&Ps to be arranged by contractor within the time as indicated against each
T&P.
Major T&P items Mobilizing time from the date of start
of work
24.4.5 2 nos. hydra (10/ 12 T cap) 1st within 25 days from start of work.
Balance progressively as per site
requirement
24.4.8 4 nos. submerged arch welding machine As per site requirement.
24.4.12 2 no. trailor 15T Within 100 days.
24.4.16 1 No. jack hammers/pavement breakers. As per site requirement
24.4.21 1 No. hydraulic excavator / Poclain As per site requirement
24.4.22 1 No. JCB As per site requirement
24.4.30 1 no. Concrete cutting power tools (DD2E of As per site requirement
HILTI/BOSCH make)
24.4.31 1 no. Concrete coring machine for drilling in concrete As per site requirement.
upto 150mm dia alongwith diamond bits
24.4.32 1 no. air compressor (250 CFM minimum) Within 45 to 75 days.
24.4.33 2 nos. self priming dewatering pump 5 HP (diesel/ Within 20 days.
electric)
24.4.34 Two nos. 10 HP submersible mono-block electric pump Within 60 days.
(KOS-1040+ of Kirloskar or equivalent),
24.4.35 2 nos. self priming dewatering pump 2 HP (diesel/ Within 30 days.
electric)
24.4.36 2 nos. curing pump 1.5 /2 HP (pump for curing at Within 60 days.
heights)
24.4.37 1 no. dozer. Within 25 days.
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 13 OF 18

24.4.38 19 / 20mm thick Ply shuttering board (4500 sqm) Within 90 days.
24.4.39 19 / 20mm thick Ply shuttering board (4500 sqm) Within 120 days.
24.4.40 8 nos. dumper 3 nos. Within 20 days.
Balance within 30 days
24.4.41 2 nos. reinforcement bending machine Within 30 days.
24.4.42 2 nos. reinforcement cutting machine Within 30 days.
24.4.43 40,000 RM MS scaffolding pipe / ACROW PIPE As per site requirement
PREFERABLY CUP LOCK SYSTEM
24.4.44 04 nos. power driven earth rammer Within 60 days.
24.4.45 1 no. vibromax (earth compacter) Within 45 days.
24.4.46 2 nos. Vibro compactor/ plate compactor drum width Within 120 days
750mm
24.4.47 1 no. compression testing machine (200 T cap) Within 45 days.
24.4.48 Civil laboratory equipments as per list attached in Within 55 days.
ANNEX `A`with temporary building one AC lab size
4.5mtrx6mtr and 1 non AC lab 4.5 mtrx4.5 mtr
24.4.50 2 no total station with adequate arrangement for Within 15 days.
Surveyors.
24.4.51 1 no theodolite 1 second accuracy Within 15 days.
24.4.52 2 nos auto level & staff + 2 nos as required Within 15 days.
24.4.53 125 nos concrete cube moulds Within 15 days.
24.4.55 Adequate no. of small trucks 2T/5T for movement As per requirement.
within site
24.4.58 1No. 125KVA Electric Generator Within 60 Days
24.4.59 10 Nos. Concrete vibrator with adequate needle 4Nos (at least 2nos. diesel driven)
(3Nos. diesel driven +7Nos. electric driven) within 30 Days. Balance diesel/electric
by 60 to 75 days
24.4.60 Portable fire extinguishers as below: Within 90 days
Soda acid 10 sets.
Dry chemical powder 10 sets
CO2 5 sets.
Water & sand bucket (4 buckets in one stand) 5 sets.
Fire hose with nozzle (50 M length) 4 sets.
24.5 T&P shown in the above mentioned list are minimum requirement. Mobilisation schedule as
mutually agreed at site for major T&Ps, have to be adhered to and no change will be permitted
without written approval of POWER MECH. Further requirement will be reviewed time to time at
site and contractor will provide additional T&P/ equipments to ensure completion of entire work
within schedule/target date of completion without any financial implication to POWER MECH.
Vendor will give advance intimation & certification regarding capacity etc prior to dispatch of
heavy equipments.
24.6 All T&P and all IMTEs, which are required for successful and timely execution of the work
covered within the scope of this tender, shall be arranged and provided by the contractor at his
own cost in working condition.
24.7 In the event of non mobilsation of any T&P by the successful bidder and as a result progress of
work sufferred, POWER MECH reserves the right to deduct suitable amount from the dues of the
bidder.
25.0 CIVIL LABORATORY
25.1 Contractor shall establish and maintain civil laboratory with necessary equipment (as per
Annexure-A) for conducting relevant site tests, as required.
26.0 CONSTRUCTION SCHEDULE
26.1 Entire work shall be carried out in accordance with the construction schedule given below,
within the stipulated completion period. Within 30 days of LOI, the contractor shall discuss with
POWER MECH site engineer & furnish the (L-3) construction schedule indicating all milestones
on the basis of major activities and get it approved from POWER MECH Engineer.
26.2 Schedule for major construction activities covered under the scope of work is as below
Major activity description Completion schedule from date of start of work
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 14 OF 18

a) Foundation of Boiler Within 180 days from start of work


b) Foundation of Power House Progressively within 240 days from start of work
c) Foundation of ESP Within 210 days from start of work
d) TG deck casting completion Within 425 days from start of work
e) Mill Bunker readiness for coal filling Within 810 days from start of work
26.3 Above schedule is indicative. The contractor shall plan his work in such a manner so as to
meet the overall project schedule, in consultation with POWER MECH/HNPCL Engineer.
26.4 Contractor shall submit daily work program based on above construction schedule.
27.0 COMPLETION PERIOD
27.1 Contractor shall establish mix design for pile concreting at site either by taking trial mix at site
or from a reputed institution within very short time period, may be by enhanced curing method
as per relevant I.S.
27.2 Portable automatic batching plant of minimum 15 m3/HR. capacity is to be installed within 30
days from the LOI date, to ensure pile concreting from batching plant source only.
27.3 Transit mixer, minimum 4 nos. are to be deployed befor start of pile concreting.
27.4 The entire work under this scope shall be successfully completed in all respect within 35 (thirty
five) months from the date of Start of work, as certified by Construction Manager, POWER
MECH. Mobilisation period is 15 days from date of LOI/ date of intimation by POWER MECH,
whichever is later.
28.0 CERTIFICATE TOWARDS COMPLETION
The work under the scope of the contractor shall be deemed to have been completed in all
respects only when so certified by POWER MECH/ HNPCL. The decision of POWER MECH in this
regard shall be final and binding on the contractor.
29.0 MOBILIZATION ADVANCE
No mobilization advance is admissible under the contract
30.0 SECURITY DEPOSIT
It shall be as per relevant clause of GCC.
31.0 LIQUIDATED DAMAGES
It shall be applicable as per relevant clause of GCC.
32.0 CONTRACT PRICE
32.1 The bidder shall quote their rates strictly in accordance with prescribed rate schedule of Volume-
III.
32.2 The unit rates quoted for various items of BOQ cum rate schedule shall include all stipulations
mentioned in this document as well as in other Volumes of the tender documents and nothing
extra over B.O.Q. rate shall be payable.
32.3 The quantities of the various items mentioned in the BOQ cum rate schedules of items of
Volume-III are approximate, based on very preliminary information and may vary to any extent
or to be deleted altogether. The quoted rates of each item will remain firm throughout the
period of execution including extension, for reasons whatsoever, as long as variation in the total
value of the work executed under any part of the this contract including extra items, if any, but
excluding any price variation, remains within +/- 30 % (plus/minus thirty percent) of the
awarded price as per LOI / WO.
33.0 TAXES AND DUTIES
33.1 TDS under Income Tax, V.A.T etc, if any, shall be deducted at prevailing rates on Gross
Invoice Value from the Running Bills unless Exemption Certificate from the Appropriate
Authority/ Authorities is furnished.
33.2 All taxes (except Service Tax including Educational Cess and other Cess , if any) , Works
Contract Tax under V.A.T ACT, charges royalties, duties, Octroi , any State or Central Levy
and other Taxes for materials obtained for the work and for the Execution of the Contract shall
be borne by the Contractor and shall not be payable extra. Any Increase of the same at any
stage during execution of the Contract shall have to be borne by the Contractor . Quoted price
of the bidder shall be inclusive of all such requirements after taking the Input Credit , if any,
as per provisions of the State V.A.T ACT. The Contractor is responsible to furnish all
documentary evidences towards payment of Works Contract Tax as and when required by
POWER MECH.. Submission of Tax Invoice is a must after Grossing up the Bills as the
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 15 OF 18

price is inclusive of VAT and any other documents in connection with State VAT ACT , as may
be required from time to time.
33.3 The Contractor has to make his own arrangement at his cost for completing the formalities , if
required , with State V.A.T. Act Authorities , for bringing their materials , plants and machinery
at Site for the execution of the Works under this Contract , Road Permit / Way Bill . if required,
shall be arranged by the Contractor and POWER MECH-P.S.E.R will not supply any Road
Permit/Way Bill for this purpose. The Contractor must be a Registered Dealer with the State
VAT Act ,if not Registered yet and a copy of the said Registration Certificate along with TIN
Number must be provided to Site R.A.O.
33.4 Service Tax: Finance Act, 2007 introduced a new sub-clause (zzzza) to Section 65 (105)
which provided for levying Service Tax on execution of Works Contract with effect from 1.6.07
Notification No. 32/2007-Service Tax provides an option (of composition) to the person liable
to pay service tax in relation to works contract service to pay an amount equal to 4.12 % of the
gross amount charged for the Works contract instead of normal rate provided in the Sec. 66 of
the Act. However, this option of paying service tax @4.12 %( at present) on gross value can
be exercised prior to payment of service tax in respect of said Works contract and the option
so exercised shall be applicable for the entire works contract and shall not be withdrawn until
the completion of said works contract.

As such, Service Tax as legally leviable & payable by the Contractor under the above
provisions of applicable law/Act , shall be paid by POWER MECH-P.S.E.R on Contractors
Gross Bill.

The Contractor shall furnish proof of Service Tax registration with Central Excise Division
covering the Services as well as exercising the aforesaid option i.e. the Composition
Scheme under Notification 32/2007 under this Contract.

Registration should also bear endorsement for the premises from where the billing shall be
done by the Contractor on B.H.E.L-P.S.E.R for this Project.

B.H.E.L-P.S.E.R will not be held to be responsible for non-compliance of various Service


Tax Rules, being framed from time to time

Contractor is allowed to include the value of free issue of materials mainly Steel & Cement
based on monthly Consumption basis to enable them to comply with Notification 23/2009
S.T for arriving at Gross Amount charged .
33.5 For reimbursement of Service Tax, following documents are to be submitted.
a. Original invoice indicating Service Tax separately.
b. Copy of Service Tax paid challan duly certified by bidders recognized signatory stating that
the amount paid in the said challan includes above Service Tax of POWER MECH.
33.6 New Taxes & duties , if imposed subsequent to due date of offer submission, by statutory
authority during Contract period ( including extension, if the same is not attributable to the
contractor), shall be reimbursed by POWER MECH-P.S.E.R on production of relevant
supporting document to the satisfaction of POWER MECH-P.S.E.R. However, the Vendor shall
obtain prior approval from POWER MECH-P.S.E.R before depositing new taxes and duties.
34.0 INTERIM PAYMENTS
34.2 For all items of works, as per the the Price schedule, Vol-III, billing shall be on item rate basis.
34.2.1 All admissible recovered/ adjustments etc. shall be made from the interim payable amount.
34.2.2 Retention Amount shall be as per Cl. No. 2.22 of the GCC.
34.3 1.5 % of gross bill amount shall be paid in the following manner on certification by POWER
MECH engineer after compliance of each of following activity in each month. In case of non-
fulfilment of respective activity by vendor in each month, no payment shall be made by POWER
MECH against corresponding activity and no claim of bidder at a later date, whatsoever, in this
regard shall be entertained by POWER MECH..
34.3.1 0.7 % shall be paid on compliance of house keeping of vendors working area and store/ office
areas.
34.3.2 0.3 % shall be paid on compliance of general illumination of vendors working area and stores,
office area.
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 16 OF 18

34.3.3 0.2 % shall be paid on compliance of applicable OHSAS requirement as per guidelines of
POWER MECH/ PSER and as specified in the tender.
34.3.4 0.3 % shall be paid on compliance of applicable safety requirement as per guidelines of
POWER MECH/ PSER and as specified in the tender.
34.4 Contractors RA bill, complete & correct in all respects, certified by POWER MECH engineer, shall
be paid in the following manner.
34.4.1 60 % (sixty percent) of payable amount of RA bill shall be made within 15 days of date receipt
of bill.
34.4.2 Balance payment within 30 days of receipt of bill.
34.5 POWER MECH site at its discretion, may further split up the above percentages of break up and
effect payment to suit the site condition, cash flow requirement, according to the progress of
work.
34.6 Such payment as above shall be effected only on certification by POWER MECH against
completion of each stage.
34.7 No bills including RA bills will be paid to individual consortium partners in case of consortium
arrangement.
35.0 METHOD OF MEASUREMENT
Mode of measurement shall be as per relevant clauses of technical specification of this tender.
In case the same is not available the relevant IS 1200 in conjunction of IS code 3385 shall be
adopted. In case the same is also not available, the standard procedure adopted in CPWD shall
be adopted. In case the same is also not available in CPWD, the measurement of the work done
will be based on the mutual agreement between POWER MECH and contractor. In all the above
cases, the interpretation of POWER MECH will be final and binding to the contractor.
36.0 EXTRA/ ADDITIONAL ITEMS OF WORK
It shall be as per Cl. 2.15.7 of GCC.
37.0 DESIGN OFFICE AND FABRICATION DRAWING
37.1 Drawing showing enough details for the construction as per specification shall be furnished to
the contractor in a phased manner as far as possible. Based on design drawings of structures ,
to be issued to the contractor from time to time by POWER MECH, contractor will prepare &
submit within 15 days of receipt, the detail fabrication/ shop drawing including tabulated form of
bill of materials (BOM), joint calculations, for comments/ approval of POWER MECH at the office
of POWER MECH/ PEM, Noida. POWER MECH reserves the right to assess the capability of the
agency to be deployed by contractor for preparation of such fabrication drawing, and prior
approval from POWER MECH Engineering office at Noida, is required for appointment of such
agency.
37.2 Since time is the essence of the contract, the contractor must indicate the location of their
design office where from such detailed activities will be made operative. It is preferred that the
contractor have establishement / liason office at Delhi /Noida with a co-ordinator for better co-
ordination with POWER MECH-PEM.
37.3 Contractor shall submit progress report pertaining to fabrication drawing, by 7th of each month,
drawing-wise, section-wise cumulative Bill of Materials for which Engineering drawing has been
issued to them and status of fabrication drawing.
38.0 OTHER TERMS
38.1 While bidder's scope include deplyment of all resources, like T&P, materials, consumables,
manpower including supervision etc for proper completion of the subject job and no sub-
contracting for execution of the job is allowed by POWER MECH, depending on project's
requirement and on prior acceptance of POWER MECH, bidder may associate agencies for
deployment of skilled/ unskileld manpower only for site execution. Bidder should arrange all
resources, like T&P, materials, consumables, supervision etc directly for the subject job.
38.2 All other term & conditions of this specification, not mentioned above shall be governed by the
pertinent provisions of GCC, Volume-IB.
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 17 OF 18

ANNEXURE `A`
LIST OF EQUIPMENTS FOR CIVIL SITE LABORATORY

CONCRETE TESTING EQUIPMENT


SL NO. NAME OF TEST NAME OF SIZE OF EQIPMENT IS REF.
EQUIPMENT
1 Initial & final setting time, Vicat Apparatus Standard IS 5513
Consistency of cement with desk pot
2 Shrinkage of cement, Auto Le Chatelier's Standard IS 5514
Clave Test appratus Auto Clave
Equipment
3 Abrasion value test Los Angles Standard IS 2386
Abrasion testing
machine
4 Aggregate Impact value test Aggregate Impact Standard IS 9377
value testing
machine with blow
counter
5 Aggregate crushing value Crushing value Standard IS 2386
test apparatus
6 Flakiness index Thickness gauge for Standard IS 2386
measuring flakiness
index
7 Elongation Index Elongation guage Standard IS 2386
8 Bulk density, voids and Measuring cylinders 3, 5,10 & 15 liters cylinders
bulking appratus
9 Concrete Compressive test Digital Compressive 2000KN capacity IS 2505
Testing Machine
with 2000 KN
capacity.
10 Cement motor cube casting Mortor Cube mould 70.6 x 70.6 x 70.6 mm, IS 10086
minimum 06 sets desired.
11 Concrete Cube casting Concrete Cube 150x150x150mm, IS 10086
Mould minimum 20 sets desired
considering TG Raft major
concereting activity.
12 Workability of concrete Slump cone Standard, atleast 04 nos IS 456
13 Specific gravity of Pycnometer Standard, atleast 02 nos IS 383
aggregates
14 Cement mortor cube Motorised vibration Standard IS 4031
vibrating machine for cement
testing
15 Course agregate Sieve Sieve set 450mm dia GI Frames IS 383
analysis (Concrete & Road Size: 125 mm, 90 mm, 75
Works) mm, 63 mm, 53 mm, 40
mm, 20 mm, 16 mm, 12.5
mm, 10 mm, 4.75 mm,
Pan and cover
16 Fine agregate sieve analysis Sieve set 200 mm dia Brass sieves; IS 383
Size 4.75 mm, 2.36 mm,
1.18 mm 600 micron, 300
micron, 150 micron, 75
micron, 75 micron, Pan
and cover
17 Seive Shaker Motorised Sieve Mfg. Catalogue
shaker
TENDER NO - PM:CIVIL:HNPCL-VIZAG:108:2011
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 18 OF 18

18 Silt content check Sand silt content Standard


beaker
19 Ultrasonic pulse velocity test UPV appratus for Standard
concrete

Soil Testing Equipment (Levelling & Grading)


1 Liquid limit test Liquid limit Standard IS 2720
apparatus
2 Core Cutter test core cutter Rammer, 6 nos of std core IS 2720
apparatus cutter mould, dolly
3 Proctor density test Std proctor Standard IS 2720
Compaction
apparatus
4 Moisture Content Rapid moisture Standard, atleast 04 nos IS 2720
meter

Process Control Accessories


1 Hot air oven Temperature range 600x600x600mm
50 C to 300 C (min.size)
2 Electronic balance 3 nos 600gx0.01g, 10g and 50
kg
3 Physical balance 5 kg capacity Weights upto 5 kg
4 Thermometer Temperature range Digital
0 C to 150 C
5 Poker Thermometer Temperature range 02 nos each required
(Concrete Road) 0 C to 50 C &
150 C
6 Measuring jars 2 nos set of each 100ml, 200ml, 500ml &
size 1000 ml
7 Gauging trowlers 4 nos 100mm & 200 mm with
wooden handle
8 Spatula 2 nos each size 100mm & 200 mm with
long blade wooden handle
9 Stainless steel scoop 2 nos each 2 kg and 5 kg
10 Vernier calipers 2 nos each 12" and 6" Sizes
11 Digital pH meter 01 nos .01 mm least count
12 Digital micrometer 01 nos 0.01 mm least count
13 Digital paint thickness meter 02 nos 500 micron Range
for steel
14 GI tray 02 nos each 600x450x50mm,
450x300x40mm,
300x250x40mm
15 Electric morter mixer 01 nos 0.25 CUM capacity
16 Rebound hammer test 01 nos Digital Rebound hammer IS 13311
17 Screw Gauge 02 nos 0.1 mm-10mm, Least
count 0.05
18 Digital paint thickness meter 02 nos 150 micron range
for masanory/concrete
painting measurement

You might also like