You are on page 1of 29

TENDER NO:PSER:SCT:VIZ:C1161:10

VOLUME -- IF

TECHNICAL CONDITIONS OF CONTRACT

FOR

Piling, Civil, Structural and Architectural Work etc. of ‘Coal Handling


Plant’ package and ‘Ash Handling Plant’ package

For

2 X 520 MW

HNPCL/ VIZAG TPP,

Vishakhapatnam, AP

BHARAT HEAVY ELECTRICALS LIMITED


( A GOVT. OF INDIA UNDERTAKING )
POWER SECTOR – EASTERN REGION
PLOT NO. – 9 / 1, DJ – BLOCK,
SECTOR – II, KARUNAMOYEE,
SALT LAKE CITY,
KOLKATA – 700091.
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 1 OF 19

TECHNICAL CONDITION OF CONTRACT


CONTENT

CLAUSE DESCRIPTION
NO
1.0 PROJECT SYNOPSIS AND GENERAL INFORMATION
2.0 SITE VISIT
3.0 SCOPE OF WORK
4.0 DEVIATIONS / CLARIFICATIONS
5.0 DEWATERING
6.0 LAND
7.0 WATER
8.0 ELECTRICITY
9.0 CONSUMABLE
10.0 TEST CERTIFICATES
11.0 I MTE
12.0 QUALITY CONTROL & QUALITY ASSURANCE
13.0 DELETED
14.0 PROJECT MANAGEMENT/ CONSTRUCTION MANAGEMENT
15.0 TEST CERTIFICATE FOR T&P
16.0 ISSUE OF T&P
17.0 DELETED
18.0 MATERIAL HANDLING (BHEL ISSUED MATERIAL)
19.0 ISSUE OF MATERIALS
20.0 RETURN OF MATERIALS
21.0 CEMENT AND STEEL CONSUMPTION AND WASTAGE
22.0 RECONCILIATION OF BHEL ISSUED MATERIALS
23.0 DELETED
24.0 RECOVERY OF MATERIAL
25.0 CONSTRUCTION OF TEMPORARY OFFICE, STORES ETC
26.0 TOOLS & PLANTS (TO BE PROVIDED BY CONTRACTOR)
27.0 CIVIL LABORATORY
28.0 CONSTRUCTION SCHEDULE
29.0 COMPLETION PERIOD
30.0 DELETED
31.0 CERTIFICATE TOWARDS COMPLETION
32.0 RATE REVISION
33.0 PRICE VARIATION COMPENSATION
34.0 INTEREST BEARING RECOVERABLE ADVANCE
35.0 OVER RUN CHARGES
36.0 DELETED
37.0 SECURITY DEPOSIT
38.0 LIQUIDATED DAMAGES
39.0 CONTRACT PRICE
40.0 TAXES AND DUTIES
41.0 INTERIM PAYMENTS
42.0 METHOD OF MEASUREMENT
43.0 EXTRA/ ADDITIONAL ITEMS OF WORK
44.0 DESIGN OFFICE AND FABRICATION DRAWING
45.0 FABRICATION / GALVANISING
46.0 OTHER TERMS

(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 2 OF 19

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 BHEL for
clarification during pre-bid discussions; failing which most stringent interpretation / clause in favour
of BHEL shall be adopted and the same shall be binding to the contractor.

CLAUSE DESCRIPTION
NO
1.0 PROJECT SYNOPSIS AND GENERAL INFORMATION
INTRODUCTION

Hinduja National Power Corporation Ltd., hereafter referred to as HNPCL, has awarded to
BHEL 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/ BHEL. 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 : 83°07’30’’ E / 17°34’30’’ 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
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.

(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 3 OF 19

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 Civil including bore cast –in –situ piling work, structural &
architectural works as per specification including supply of all materials (Other than those
being supplied by BHEL), labour, tools and plants. The scope of work is indicative but
not limited to the given below –
1) Coal Handling Plant Pkg.- Refer detail scope - Annexure 1
2) Ash Handling Plant pkg.- Refer detail scope - Annexure 1

3.2 Any buried pipe/ cable coming in the working fronts are to be removed safely by the contractor
at no extra cost to BHEL.
3.3 deleted
3.4 Godavari river Sand to be used for all permanent works under the scope of this contract.
3.5 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.
3.6 The work to be performed under this specification consists of providing all labour, materials,
consumables, equipment, temporary works, temporary storage sheds for contractors own use,
temporary colony for labour and staff, temporary site offices, constructional plant’s
transportation/handling and all incidental items not shown or specified but reasonably implied
or necessary for the completion of subject scope, all in strict accordance with the specifications
including revisions and amendments thereto as may be required during the execution of work.
3.7 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.
3.8 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.
4.0 DEVIATIONS/CLARIFICATIONS
The bidder is required to submit with his offer in the relevant schedule/ format without any
ambiguity. Any assumptions, presumptions, deviations etc. indicated or implied anywhere by
the bidder except those indicated in the deviation schedule/ format will not be recognized and
will not form a part of consideration / offer. In the absence of such filled-up schedule/ format it
will be understood and agreed that the bidder’s offer is based on strict conformance to the
specification and no negotiation would be allowed in this regard. BHEL reserve the right not to
recognize any / all deviations submitted after opening of the bid.
5.0 DEWATERING
Contractor shall ensure at all times that his work area & approach/ access roads are free from
accumulation of water, so that the materials are safe and the erection/ progress schedule are
not affected. No separate claim in this regard shall be admitted by BHEL. No separate payments
for dewatering of subsoil, surface water or catchments water, if required, at any time during
execution of the work including monsoon period shall be considered by BHEL.
6.0 LAND
6.1 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 BHEL depending upon the area availability.
6.2 Land, as available, may be provided for labour colony within the plot boundary by
(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 4 OF 19

BHEL/HNPCL. The contractor should visit the site to asses the site condition regarding
feasibility of use of land for the purpose. The contractor to construct temporary 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
BHEL/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 BHEL 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 BHEL 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 BHEL.
7.5 Contractor will have to arrange for storage of water to meet the day-to-day requirement. Bidder
will ensure adequate supply of construction water to meet the requirement of water during
major concreting.
7.6 The availability of water (construction as well as drinking) in 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:-

BHEL 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 BHEL. 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
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 BHEL time to time. In case of any major deviation from normally accepted norms is
observed, BHEL 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

(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 5 OF 19

operated electrical drives/ T&Ps are deployed.


8.3 The power supply will be from the available grid. BHEL 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 BHEL &
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 month’s 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/ BHEL prior to use.
9.3 In the event of failure of contractor to bring necessary and sufficient consumables, BHEL may
arrange for the same at the risk and cost of the contractor. The entire cost towards this along-
with overhead shall be paid by the contractor or deducted from the contractor’s bills.
10.0 TEST CERTIFICATES
Necessary test certificates of all materials supplied by contractor are to be produced to BHEL
prior to use of those materials.
11.0 IMTE
The contractor shall ensure deployment of reliable and calibrated instrument, measuring, and
test Equipment (IMTE). The IMTE shall have test calibration certificate from authorized / Govt
approved agencies. The contractor shall also keep provision of alternate engagement for such
IMTE so that the work does not suffer when a particular IMTE is sent for calibration. Re-testing/
re-calibration shall also be arranged by the contractor at their own cost at regular interval
during the period of use as advised by BHEL.
12.0 QUALITY CONTROL & QUALITY ASSURANCE
Contractor’s Engineers and supervisors shall be adequately qualified and also inclined to do a
quality job. The quality assurance Engineer shall co-ordinate all aspects of quality control,
inspection, implementation of quality assurance procedures laid down in Quality Plan and
technical specification by BHEL. He shall fill up quality assurance log sheets / formats and
submit to BHEL for joint inspection and acceptance. The contractor shall fill up, maintain &
preserve the quality records in computerized media. DVC/BHEL’s authorized representative shall
be given free access at all time to such quality related records etc. for inspection, review etc.
13.0 DELETED
14.0 PROJECT MANAGEMENT/ CONSTRUCTION MANAGEMENT
To meet the need of construction management at site, contractor shall provide the following
services within quoted/ accepted rates.
14.1 PLANNING & MONITORING
14.1.1 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 BHEL.
(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 6 OF 19

14.1.2 The bidder shall also prepare progress report indicating progress on key activities, management
summary for critical activities, list of actions requiring attention of BHEL. This schedule is to be
preferably made in PRIMAVERA/MS PROJECTS, so that the same is compatible with BHEL’s
project management software.
14.1.3 DELETED
14.1.4 The contractor’s site office must have facilities of communications like Fax, E-mail, and
telephone with STD facility within a month from LOI.
14.2 PROGRESS REPORTING
14.2.1 The bidder shall submit daily, weekly and monthly progress reports for work force, materials
reports, consumables (gases/electrodes) report and other reports as per pro-forma considered
necessary by the BHEL. In case of any failure on contractor’s part to comply with this, BHEL
may at its discretion, consider to withhold part payment against their RA bills.
14.2.2 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.
14.2.3 The daily work force reports shall clearly indicate the work force deployed, category-wise
specifying also the activities in which they are engaged.
14.2.4 Weekly progress review meetings will be held at site during which actual progress during the
week vis-à-vis scheduled program shall be discussed or actions to be taken for achieving
targets. For discussions, the contractor shall present program of subsequent week. The
contractor shall constantly update/revise his work program to meet the overall requirement.
14.2.5 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.
14.2.6 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 contractor’s RA bill.
14.2.7 Successful bidder has to provide for electronic/ computerized storing and re-production/
printing/ plotting of various data, log sheets, protocols, measurements etc. These may be
stored in CD (as per requirement) and handed over to BHEL as per requirement.
14.3 SITE ORGANIZATION
14.3.1 The contractor shall maintain a site organization of adequate strength in respect of manpower,
construction machinery and other implements at all time for smooth execution of the contract
headed by a competent construction manager for site operations with sufficient level of
authority to take site decisions. The vendor will submit organization chart (showing the name of
SITE-IN-CHARGE) with individual bio-data indicating various levels of experts to be posted for
supervision in the fields of supervision and execution, quality, material management, planning,
safety, etc. The organization shall be reinforced from time to time, as required to make up
slippage (if any) from the schedule without any commercial implication to BHEL. The
organization chart is to be submitted within 10 days from the date of LOI.
14.3.2 Following (minimum) engineering manpower with power plant/CHP & AHP construction
background to be deployed at site by the successful vendor for their day to day supervision etc.
14.3.2.1 Qualified safety officers with assistants (exclusive for Officer – One Nos.(Civil+structural)
safety supervision for project jobs). Assistant - One nos.(Civil+structural)
14.3.2.2 Site supervising engineer and supervisors for Piling One no. Enigineers
work etc. One no. supervisors
14.3.2.3 Engineer & Supervisors for quality inspection. One nos Engineer each for Civil + and
one for Structural)
One supervisors for Civil + one for
Structural)

Min 5 years experience civil surveyor with 2


(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 7 OF 19

degree/diploma in civil engineering


14.3.2.4 Site supervising engineer and supervisors for civil works Three nos Enigineers
in civil works of CHP/AHP area. Six nos supervisors
14.3.2.5 Site supervising engineer and supervisors for Structural One no. Enigineer.
job. Three nos supervisors
14.3.2.6 Chemist/Lab assitant for Civil Laboratory One per shift 2 numbers minimum
14.3.3 Deputation of above man-power shall be jointly decided at site in line with construction
schedule. Along with supporting technical staff like electrician and other equipment
maintainance staff
14.3.4 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.
14.3.5 In the event of non deputation of engineer/ supervisor by the bidder as per above agreed
schedule, BHEL shall reserve the right to deduct Rs 50,000.00 per man-month for engineer, Rs
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.
14.3.6 BHEL reserves the right to reject or approve the list of personnel proposed by the contractor.
The persons whose bio-data have been approved by BHEL will have to be posted at site and
deviation in this regard will not be permitted unless specific & reasonable justification is made.
14.3.7 In addition to above, a well experienced qualified engineer to be designated, as ‘Project Co-
coordinator’, shall be deployed by the contractor. Such engineer shall have adequate exposure
on the job and shall remain fully involved in all planning activities, guidance etc to contractor’s
own team during the complete execution period of contract.
14.3.8 The contractor should also submit to BHEL for approval a list of T&Ps along with their fitness
certificates. The tools & tackles shall not be removed from site without written permission of
BHEL.
14.3.9 Deleted
14.3.10 The contractor should also submit network programs for the erection of various items. These
networks shall show the HNPCL/ BHEL hold points (CHP), which have to be cleared by HNPCL/
BHEL, or their authorized representatives before further erection can take place. These
programs for the erection would clearly identify responsibilities of the contractor and HNPCL/
BHEL. It is the responsibility of the contractor to get the Networks approved by BHEL within
four weeks of the date of finalization of award of work/ placement of LOI.
14.4 CONSTRUCTION MANAGEMENT
14.4.1 Based on the approved program, the contractor shall submit a program of construction/
erection/ commissioning for the implementation. These programs would be amplified showing
start of erection and subsequent activities and shall form the basis for site execution and detail
monitoring. The three monthly rolling program with the first month’s program being tentative
based on the site condition would be prepared based on these programs. The contractor shall
also be involved along with HNPCL / BHEL to tie up detailed resources mobilization plan over
the period of the contract matching with the performance targets.
14.4.2 The program would be jointly finalized by the site in-charge of the contractor with BHEL/
HNPCL’s project coordinator as well as the site-planning representative. The erection program
will also identify sequential events matching financial turnover.
14.4.3 The contractor is liable to furnish all documentary evidences towards payment of Works
Contract Tax as and when required by BHEL.
14.4.4 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/BHEL. The construction methodology to
be adopted shall be suitable to ensure proper termination of pile in the starta as specified.
14.5 DELETED
14.6 HEALTH SAFETY & ENVIRONMENT
14.6.1 It is imperative on the part of the contractor to join and effectively contribute in joint measures
such as tree plantation, environment protection, contributing towards social up-liftment,
conversion of packing woods to school furniture, keeping good relation with local populace etc.
14.6.2 Round the clock experienced paramedical personnel with first aid facility & one ambulance

(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 8 OF 19

including driver, fuel etc., and shall be available at site, being provided by other agency.

The above facilities will be shared by various BHEL 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.

No medical facility within / near the site shall be provided by BHEL.


14.6.3 No staff quarter shall be provided by BHEL.
14.6.4 No borrow area for earth shall be arranged / provided by BHEL.
14.6.5 Common road shall be provided by BHEL 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.
14.6.6 The contractor shall solely be responsible for the safety, quality, & quantity of material after it
is handed over and issued to contractor by the BHEL.
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 BHEL will provide 1 no. Crawler crane of capacity class 250T and above for structural
work of TP/Conveyor gallery / Trestles in power block area, free of cost on sharing
basis. The above high capacity crane to be provided by BHEL shall be shared by various other
contractors and the contractor shall plan his activities accordingly in co-ordination with BHEL
site engineers.
16.2 Crane returned in defective/damaged condition (defect/damage occurred during use due to
negligence of contractor) shall be rectified promptly to the full satisfaction of BHEL engineer
failing which suitable recovery along with BHEL overheads will be made from contractor's bills/
dues.
16.3 BHEL shall provide fuel, lubricants, mobil, cardium compound, hydraulic oil, air and fuel filter
etc. on free of cost basis for this crane. Regular maintenance and Break down maintenance
(not attributable to the contractor) of the BHEL crane is excluded from the scope of the
contractor. However, necessary services as required for shortening/ extending of crane boom
are included in the scope of contractor.
16.4 BHEL shall provide crane operator for this crane free of cost. However, the contractor shall
bear only overtime charges, if any, for the operator provided by BHEL for services provided
beyond the prescribed working hours of cranes. Such OT deployment shall be with prior
intimation and consent of BHEL.
16.5 In case of exigency leading to crane operator not being available with BHEL, the contractor will
have to deploy experienced crane operator after due permission of BHEL engineers. During
such operation, the contractor shall have to take the full responsibility of safe operation of
crane
16.6 In case of non-availability of high capacity crane to be provided by BHEL due to break down,
major overhauls distribution pattern or any other reason, the contractor shall plan/ augment/
alter his activities to meet erection/ commissioning targets in consultation with BHEL and no
compensation will be admissible on above ground.
16.7 Consolidation of ground and arrangement of sleepers/sand bag filling etc. for safe operation/
Movement of equipment including cranes/trailers etc. shall be the responsibility of the
contractor at his cost.
16.8 In the event of BHEL issued T&P, measuring instruments etc. the contractor and BHEL shall
maintain joint protocol about the condition of all T&P, instruments etc. taken from BHEL’s
custody and return to BHEL 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 BHEL’s store subject to normal wear & tear.
16.9 After use of T&P items issued by BHEL the same shall be returned to BHEL in good working

(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 9 OF 19

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 BHEL from this contract or from any
other contract.
17.0 DELETED
18.0 MATERIAL HANDLING (BHEL ISSUED MATERIAL)
18.1 Cement, reinforcement, earthing MS Rod, structural steel (MS plates, ISMB, ANGLE,
CHANNEL, Chequred plate, Stainless Steel Plate/liner) will be issued free of cost by BHEL for
use in the work covered in this contract.
18.2 Cement & steel will be issued to the contractor from BHEL/Customer’s store within the plant
premises, on weighment basis. Receipt from BHEL/Customer’s stores, handling /
transportation to work site, unloading etc. will be under the scope of work within his quoted
rate.
18.3 Open land (free from encumberance) shall be provided by BHEL 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 at his own cost.
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 BHEL and shall protect
the same from theft, damage and weathering.
18.4 The contractor shall construct waterproof cement store for initial period (capacity minimum
1000 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.
18.5 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.
18.6 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
the penal rate specified in the tender.
18.7 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 BHEL.
18.8 The contractor shall maintain proper store account for all the BHEL issued materials and shall
give three copies of once in two months computerised reconciliation statement of such
account to the BHEL.
18.9 deleted
18.10 The contractor shall solely be responsible for the safety & quality of material after it is handed
over and issued to contractor by BHEL.
18.11 BHEL issued materials shall not under any circumstances taken out of the project site unless
otherwise permitted by BHEL.
19.0 ISSUE OF MATERIALS
19.1 ISSUE OF CEMENT
19.1.1 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.
19.1.2 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.
19.2 ISSUE OF STEEL

(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 10 OF 19

19.2.1 The steel shall be issued to the contractor free of cost on the following basis.
19.2.1.1 Structural steel (MS Plate, ISMB, ANGLE, CHANNEL, Stainless Steel Plate / Liner, chequred Plate
and EOT Crane Rails) – Weighment basis (unit – MT).
19.2.1.2 Reinforcement steel (TMT), earthing MS Rod – Weighment basis (unit – MT).
19.2.2 All the steel (structural steel (MS Plate, ISMB, CHANNEL, ANGLE, Stainless Steel Plate / Liner,
chequred Plate and EOT Crane Rails), reinforcement (TMT), earthing MS Rod issued by the
BHEL shall be properly accounted for. The total quantity of steel required for the work will be
calculated from the approved Bar Bending schedule, fabrication drawings. The measurement
for payment as well as for accounting shall be based on the sectional weights as indicated in
the following/applicable latest IS specifications.
IS: 808-1964 Beams, Channels and Angles
IS: 1730-1961 Plates
Reinforcements Fe-500 confirming to IS: 1786. or grade-1 of IS:432 (part-I)
19.2.3 In case any such sectional weights are not available in the above documents, the manufacturer
recommendation shall be binding.
19.2.4 The steel issued to the contractor shall be mainly in standard length and sections as received
from the supplier. However, the contractor shall be bound to accept the steel in length as
available in the project stores no claims for extra payment because of issue of non-standard
length will be entertained.
19.2.5 In case MS flats as required in the fabrication of structures are not available, the contractor
shall cut such width out of the available MS plates to make flats at no extra cost till such
material is available and procured by BHEL.
19.3 The contractor shall satisfy himself of the quality and quantity of the materials at the time of
taking delivery from BHEL/ HNPCL stores. No claims whatsoever will be entertained by BHEL
because of quality or quantity after the materials are taken by the contractor from BHEL/
HNPCL stores.
19.4 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.
19.5 Bidders to ensure that no lamination materials are taken over by them from BHEL. Fabrication
wastage, if any due to above, shall not be compensated by BHEL
19.6 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.
19.7 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 BHEL.
20.0 RETURN OF MATERIALS
20.1 RETURN OF CEMENT
20.1.1 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 BHEL/ 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/ BHEL
will not be entitled to handling and incidental charges. Surplus sealed and good conditioned
cement bags will be taken back on weighment basis.
20.2 RETURN OF STEEL INCLUDING SCRAP
20.2.1 All surplus steel and all wastage materials will be taken back on weighment basis.
20.2.2 Surplus, unused and un-tampered steel shall be sorted section-wise and returned separately for
a place directed by BHEL/Engineer within the project area; Return of such materials will not be
entitled to any handling and incidental charges.
20.2.3 All wastage/ scrap (including wastage, unusable scrap) shall be returned to the stores on
weighment basis and a receipt obtained for material accounting purposes. Return of such
material will not be entitled to any additional cost due handling and transportation and
incidental charge.
20.2.4 Scrap for reinforcement steel and structural steel shall be returned separately.
(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 11 OF 19

21.0 CEMENT AND STEEL CONSUMPTION AND WASTAGE


21.1 CEMENT CONSUMPTION
21.1.1 The theoretical consumption of cement shall be based on the following.
21.1.1.1 For design mix concrete as per approved design mix.
21.1.1.2 For nominal mix concrete work, as per minimum cement as specified or as approved by
Engineer-in-charge.
21.1.2 For item of works, where volume mix is permitted in writing by the BHEL, for masonry 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.
21.1.3 Actual consumption = Issue – Surplus/ unused quantity of cement returned in good condition
by contractor to store. (No sweep cement will be taken back by BHEL).
21.2 CEMENT WASTAGE
21.2.1 Allowable wastage : One and half percent (+1.5%) of theoretical consumption of cement
unless specified otherwise in the technical specification.
21.2.2 For any material issued by BHEL to the contractor free of cost, and which is not accounted for
by the contractor to BHEL, then recovery for such material shall be effected at penal rates.
21.2.3 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).
21.3 REINFORCEMENT STEEL & MS ROUND CONSUMPTION
21.3.1 The theoretical consumption of various diameter of reinforcement and 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.
21.3.2 Actual consumption = Issue – Surplus.
21.3.3 Surplus = Un-tampered and unused quantity of steel returned by the contractor to BHEL store
along-with relevant documents.
21.3.4 Wastage = Actual consumption – Theoretical consumption.
21.4 REINFORCEMENT STEEL & MS ROUND WASTAGE
21.4.1 Allowable wastage : (+4%) of the theoretical consumption shall be considered as allowable
wastage.
21.4.2 Wastage and scrap shall be as per actual weighment basis.
21.4.3 Sl no Reinforcement steel , 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).
21.5 STRUCTURAL STEEL CONSUMPTION
21.5.1 The theoretical consumption of various sections shall be based on approved drawings. Weights
shall be calculated considering the sectional weights as per Indian standard as mentioned in
relevant clause. No extra shall be payable to the contractor for any deviation in weights for the
two different procedures adopted for issue and calculation of the theoretical consumption
including rolling tolerances.
21.5.2 Actual consumption = Issue – Surplus.

(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 12 OF 19

21.5.3 Surplus = Untempered, unused, uncut quantity of steel returned by the contractor to BHEL
store.
21.5.4 Wastage = Actual consumption – Theoretical consumption.
21.6 STRUCTURAL STEEL WASTAGE
21.6.1 Allowable wastage : 4 % (four percent) of the theoretical consumption shall be considered.
Wastage is further classified as cut pieces and scrap measured as per actual weightment basis.
Invisible wastage (loss of materials due to gas cutting, straightening of edges etc) shall be
limited to 0.5 % (zero point five percent) of theoretical consumption and shall be considered for
reconciliation purposes only. But this invisible wastage shall be considered to be included in
allowable wastage (i.e. four percent).
21.6.2 Sl no Structural steel and SS liner Basis of issue & penal recovery
S-1 Theoretical consumption (without considering any Free
wastage, scrap or loss) as per specification & drg.
S-2 Wastage limited to plus four percent (+4%) of the Free
aforesaid theoretical consumption (S-1) towards
allowable wastage.
S-3 Wastage beyond four percent (4%) of the aforesaid Penal rate
theoretical consumption (S-1).
21.7 All wastage reinforcement, MS round and structural steel shall be returned to BHEL.
22.0 RECONCILIATION OF BHEL ISSUED MATERIALS
22.1 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.
22.2 The contractor shall properly account for the material issued to him as specified herein to the
satisfaction of BHEL certifying that the balance material are available with contractor’s custody
at site.
22.3 If it is noticed by BHEL that the wastage is high and calls recovery at the penal rate, then BHEL
will proceed for recovery for the excess wastage as per penal recovery rates as specified from
RA bill.
22.4 The approved drawings/ bar bending schedules are to be considered for the purpose of
reconciliation of materials.
23.0 DELETED
24.0 RECOVERY OF MATERIAL
24.1 If wastage exceeds the specified limit, the recovery of excess wastage shall be made from
monthly RA bill at the penal rate stipulated below.
24.2 PENAL RATE OF MATERIALS
Item Penal rate (Rs)
24.2.1 Cement (OPC/ PPC/PSC). 6,500/- per MT.
24.2.2 Reinforcement steel and MS round etc. 58,000/- per MT.
24.2.3 Stainless Steel Plate / Liner 6,00,000/- per MT
24.2.4 Structural steel materials. 65,000/- per MT.
25.0 CONSTRUCTION OF TEMPORARY OFFICE, STORES ETC
25.1 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.
26.0 TOOLS & PLANTS (TO BE PROVIDED BY CONTRACTOR)
26.1 Tentative list of T&P to be deployed by contractor for successful completion of work is detailed
below.
26.2 It may be noted that the list is not exhaustive and is only for general guidance. The contractor
is required to provide all necessary T&P (other than those specified to be provided by BHEL, if
any) measuring (calibrated) instruments & handing equipments 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.
26.3 In the event of any failure on the part of the contractor, BHEL may at his discretion also

(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 13 OF 19

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, BHEL will be at liberty to arrange the same at the risk & cost of
contractor including transportation cost of same from any of BHEL site/ other agency & charges
as applicable shall be deducted from contractor’s RA bill. Decision of BHEL in this regard will be
final & binding on contractor.
26.4 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
26.4.1 CIVIL WORKS OF CHP & AHP As per Annexure - 2
26.4.2 Structural works of CHP & AHP As per Annexure - 3

26.5 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 BHEL. Further requirement will be reviewed time to
time at site and contractor will provide additional T&P/ equipments to ensure completion of
entire work within schedule/target date of completion without any financial implication to
BHEL. Vendor will give advance intimation & certification regarding capacity etc prior to
dispatch of heavy equipments.
26.6 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.
26.7 In the event of non mobilsation of any T&P by the successful bidder and as a result progress
of work sufferred, BHEL reserves the right to deduct suitable amount from the dues of the
bidder.
27.0 CIVIL LABORATORY
27.1 Contractor shall establish and maintain civil laboratory with necessary equipment (as per
Annexure-A) for conducting relevant site tests, as required.
28.0 CONSTRUCTION SCHEDULE
28.1 Entire work shall be carried out in accordance with the construction schedule given below,
within the stipulated completion period. Within 30 days of LOI, the contractor shall discuss
with BHEL site engineer & furnish the (L-3) construction schedule indicating all milestones on
the basis of major activities and get it approved from BHEL Engineer.
28.2 Schedule for major construction activities covered under the scope of work is as below–
28.2.1 As per the bar chart enclosed Annexure 4. Contractor should prepare a detail completion
program of civil and structural work along with offer.
28.3 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 BHEL/HNPCL Engineer.
28.4 Contractor shall submit daily work program based on above construction schedule.
29.0 COMPLETION PERIOD
29.1 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.
29.2 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.
29.3 Transit mixer, minimum 4 nos. are to be deployed befor start of pile concreting.
29.4 The entire work under this scope shall be successfully completed in all respect within 26
(twenty six) months from the date of Start of work, as certified by Construction Manager,
BHEL. Mobilisation period is 15 days from date of LOI/ date of intimation by BHEL, whichever
is later.
30.0 DELETED
31.0 CERTIFICATE TOWARDS COMPLETION
The work under the scope of the contractor shall be deemed to have been completed in all
respects only when so certified by BHEL/ HNPCL. The decision of BHEL in this regard shall be
final and binding on the contractor.
(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 14 OF 19

32.0 RATE REVISION


Not applicable.
33.0 PRICE VARIATION COMPENSATION
Not Applicable.
34.0 INTEREST BEARING RECOVERABLE ADVANCE
Interest bearing recoverable advance is applicable as per relevant clause of GCC(Clause
No.2.13).
35.0 OVER RUN CHARGES (ORC)
Over Run charges are not admissible under this contract.
36.0 DELETED
37.0 SECURITY DEPOSIT
It shall be as per relevant clause of GCC.
38.0 LIQUIDATED DAMAGES
It shall be applicable as per relevant clause of GCC.
39.0 CONTRACT PRICE
39.1 The bidder shall quote their rates strictly in accordance with prescribed rate schedule of
Volume-III.
39.2 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.
39.3 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.

40.0 TAXES AND DUTIES


40.1 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.
40.2 All taxes (except Service Tax including Educational Cess and other Cess on service tax, if
any) , Works Contract Tax under A.P. V.A.T ACT, charges royalties, duties, Octroi ,Cess,
any State or Central Levy and other Taxes for materials obtained for the work and for the
Execution of the Contract shall be borne by the Contractor and shall not be payable extra.
Any Increase of the same at any stage during execution of the Contract shall have to be
borne by the Contractor . Quoted price of the bidder shall be inclusive of all such
The Contractor must opt Composition mode u/s. 7 (c) of CHAPTER III of A.P.VALUE ADDED
TAX and discharge tax to the Exchequer accordingly . The Contractor is responsible to
furnish all documentary evidences towards payment of Works Contract Tax and that such
Contractor /Vendor is a registered VAT Dealer under the said ACT and the Turnover of such
amount is included in the prescribed Return filed by such Contractor /Vendor.

Submission of Tax Invoice as well as Monthly or Quarterly Return , as the case may be , is
a must after Grossing up the Bills as the price is inclusive of VAT and any other
documents in connection with State VAT ACT , as may be required from time to time.
40.3 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 BHEL-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.
40.4 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
(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 15 OF 19

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 BHEL-P.S.E.R on Contractor’s 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 .

40.5 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 BHEL-P.S.E.R on production of relevant supporting
document to the satisfaction of BHEL-P.S.E.R. However, the Vendor shall obtain prior
approval from BHEL-P.S.E.R before depositing new taxes and duties.
41.0 INTERIM PAYMENTS
41.2 For all items of works, as per the the Price schedule, Vol-III, billing shall be on item rate
basis.
41.2.1 All admissible recovered/ adjustments etc. shall be made from the interim payable amount.
41.2.2 Retention Amount shall be as per Cl. No. 2.22 of the GCC.
41.3 1.5 % of gross bill amount shall be paid in the following manner on certification by BHEL
engineer after compliance of each of following activity in each month. In case of non-
fulfilment of respective activity by vendor in each month, no payment shall be made by BHEL
against corresponding activity and no claim of bidder at a later date, whatsoever, in this
regard shall be entertained by BHEL..
41.3.1 0.7 % shall be paid on compliance of house keeping of vendor’s working area and store/
office areas.
41.3.2 0.3 % shall be paid on compliance of general illumination of vendor’s working area and
stores, office area.
41.3.3 0.2 % shall be paid on compliance of applicable OHSAS requirement as per guidelines of
BHEL/ PSER and as specified in the tender.
41.3.4 0.3 % shall be paid on compliance of applicable safety requirement as per guidelines of
BHEL/ PSER and as specified in the tender.

41.4 Contractor’s RA bill, complete & correct in all respects, certified by BHEL engineer, shall be
paid in the following manner.
41.4.1 60 % (sixty percent) of payable amount of RA bill shall be made within 15 days of date
receipt of bill.
41.4.2 Balance payment within 30 days of receipt of bill.
41.5 BHEL site at its discretion, may further split up the above percentages of break up and effect
payment to suit the site condition, cash flow requirement, according to the progress of work.
(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 16 OF 19

41.6 Such payment as above shall be effected only on certification by BHEL against completion of
each stage.
41.7 No bills including RA bills will be paid to individual consortium partners in case of consortium
arrangement.
42.0 METHOD OF MEASUREMENT
Mode of measurement shall be as per relevant clauses of technical specification of this
tender. In case the same is not available the relevant IS 1200 in conjunction of IS code
3385 shall be adopted. In case the same is also not available, the standard procedure
adopted in CPWD shall be adopted. In case the same is also not available in CPWD, the
measurement of the work done will be based on the mutual agreement between BHEL and
contractor. In all the above cases, the interpretation of BHEL will be final and binding to the
contractor.
43.0 EXTRA/ ADDITIONAL ITEMS OF WORK
It shall be as per Cl. 2.15.7 of GCC.

44.0 DESIGN OFFICE AND FABRICATION DRAWING


44.1 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 BHEL, 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 BHEL at the
office of BHEL/ PEM, Noida. BHEL 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 BHEL Engineering office at Noida, is required for appointment of such agency.
44.2 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 BHEL-PEM.
44.3 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.
45.0 FABRICATION / GALVANISING
45.1 All the fabrication of structural steel items (except nuts/bolts) shall be done in fabrication
yard inside project premises. Bidders to note that all fasteners like MS/HT/HSFG bolts, nuts,
lock nuts, washers etc. shall be supplied by bidder as per technical specification/ drawings.
45.2 Bidder, at his own cost, shall supply electrodes required for fabrication, erection of structural
steel as per specification and approval of BHEL.
45.3 However, in case of exigency as considered fit by BHEL, BHEL may permit the contractor to
get some specific portion of fabrication / Galvanizing work done at qualified shop (s) out side
the project premises. For steel to be issued to the contractor for such purpose, 50% of the
value of such steel as worked out as per BHEL’s procurement rates shall be furnished by the
contractor in the form of BG. Such BG shall be returned depending on the receipt of
fabricated / Galvanized steel back to site.
46.0 OTHER TERMS
46.1 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 BHEL, depending on project's requirement
and on prior acceptance of BHEL, bidder may associate agencies for deployment of skilled/
unskileld manpower only for site execution. Bidder should arrange all resources, like T&P,
materials, consumables, supervision etc directly for the subject job.
46.2 All other term & conditions of this specification, not mentioned above shall be governed by
the pertinent provisions of GCC, Volume-IB.

(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 17 OF 19

ANNEXURE `A`
LIST OF EQUIPMENTS FOR CIVIL SITE LABORATORY

CONCRETE TESTING EQUIPMENT


SL NAME OF TEST NAME OF SIZE OF EQIPMENT IS REF.
NO. EQUIPMENT
1 Initial & final setting time, Vicat Apparatus Standard IS 5513
Consistency of cement with desk pot
2 Shrinkage of cement, Le Chatelier's Standard IS 5514
Auto Clave Test appratus Auto
Clave Equipment
3 Abrasion value test Los Angles Standard IS 2386
Abrasion testing
machine
4 Aggregate Impact value Aggregate Impact Standard IS 9377
test value testing
machine with blow
counter
5 Aggregate crushing value Crushing value Standard IS 2386
test apparatus
6 Flakiness index Thickness gauge Standard IS 2386
for measuring
flakiness index
7 Elongation Index Elongation guage Standard IS 2386
8 Bulk density, voids and Measuring 3, 5,10 & 15 liters
bulking appratus cylinders cylinders
9 Concrete Compressive Digital 2000KN capacity IS 2505
test Compressive
Testing Machine
with 2000 KN
capacity.
10 Cement motor cube Mortor Cube 70.6 x 70.6 x 70.6 mm, IS 10086
casting mould 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 Standard IS 4031
vibrating vibration machine
for cement testing

(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 18 OF 19

15 Course agregate Sieve Sieve set 450mm dia GI Frames IS 383


analysis (Concrete & Size: 125 mm, 90 mm,
Road Works) 75 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 Sieve set 200 mm dia Brass IS 383
analysis sieves; 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
18 Silt content check Sand silt content Standard
beaker
19 Ultrasonic pulse velocity UPV appratus for Standard
test 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 IS 2720
apparatus core 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 600x600x600mm
range 50° C to (min.size)
300° C
2 Electronic balance 3 nos 600gx0.01g, 10g and 50
kg
3 Physical balance 5 kg capacity Weights upto 5 kg
4 Thermometer Temperature Digital
range 0° C to 150°
C
5 Poker Thermometer Temperature 02 nos each required
(Concrete Road) range 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
(REV-00)
TENDER NO – PSER:SCT:VIZ:C1161:10
VOLUME-IF TECHNICAL CONDITIONS OF CONTRACT PAGE 19 OF 19

13 Digital paint thickness 02 nos 500 micron Range


meter 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 IS 13311
hammer
17 Screw Gauge 02 nos 0.1 mm-10mm, Least
count 0.05
18 Digital paint thickness 02 nos 150 micron range
meter for
masanory/concrete
painting measurement

(REV-00)
PROJECT:
2 x 520 MW , HNPCL
HNPCL
ISG-BANGALORE
COAL HANDLING PLANT CHP & AHP scope

ANNEXURE-1 TO TCC

1.0 SCOPE OF WORK AND OTHER INSTRUCTIONS:

1.1 Coal Handling Plant:

This scope of work and specification covers supply of all labour,


materials(except those supplied by BHEL free of cost), tools and tackles
and construction of all civil and architectural works on item rate basis.

Civil & Architectural scope of work inclusive of construction of civil works


for the following structures:

a) Wagon Tippler– 1 No.


b) Track Hopper with Machinery Hatches – 1 Nos
c) Deep underground Transfer Houses – 1 Nos
d) Crusher House-1 No.
e) Junction Towers – 9 no’s
f) Truck Hopper – 1 No
g) Single conveyor Tunnel – 1 No
h) Double conveyor tunnel interconnecting track hopper/wagon
tippler/Underground TP to PH1 - 1 No.
i) Pent house –2 Nos.
j) Foundations for Gravity take up structures – 1 Lot
k) Dust Suppression & Dust Extraction Pump house, water tank and connected
pipe supporting pedestal works.
l) Civil works for Ventilation system.
m) Trestles & Gallery for conveyor – 1 Lot.
n) MCC and control rooms – 3 numbers.
o) Inter connecting roads/ Box culverts/ Pipe culverts etc in CHP-Area.
p) Stacker reclaimer including drive house -2 Nos
q) Coal stock pile & drainage works.
r) Coal settling pond including pump house room and piping supports up to
ETP.
s) Bull Dozer Shed.
t) Cable trestle.
u) Rain water Drainage works of CHP area, connecting road etc.
v) Dismantling of obstructions below or above ground level if any.
w) Toilet blocks.
x) Lighting mast Foundation.
y) Work shop building of double storied.
z) Compress House -1
aa) In Motion weigh Bridge control room and Platform – 1 No.
bb) Paving/ Area grading/ landscaping.

Document No. Sh. A-1 /4


PROJECT:
2 x 520 MW , HNPCL
HNPCL
ISG-BANGALORE
COAL HANDLING PLANT CHP & AHP scope

cc) Machine room for the elevator - 1


dd) Control Room for Coal sampling unit -1 No.
ee) Substations near MCC building – 3 Nos
ff) Any other works not mentioned above but covered in the scope of works of
contract.

1.2 Ash Handling Plant & Others:

This Scope & specification covers, supply of all labour, materials (except
those supplied by BHEL free of cost) and construction of all civil, structural
and architectural works on item rate basis. This is for the proposed Ash
Handling Plant System.

a) Vacuum Pump House - 2 Nos


b) Ash water Pump House & ash water tank
c) Ash slurry pump house & slurry sump.
d) Bottom ash hopper – 2 Nos
e) Bottom ash over flow sump – 1 lot
f) Auxiliary foundation related to Bottom Ash hopper – 1 Lot
g) Foundation Pipe rack structure
h) Pedestals, trenches etc. for Fly ash lines/ Ash slurry lines. – 1 Lot
i) Fly ash silos -2 No.
j) Silo Utility building
k) Intermediate Surge Tower – 4 Nos.
l) MCC& Control room-3 No.
m) Cable trestle
n) Drain sumps.
o) Fencing & compound in silo area.
p) Grade slab around silos.
q) Connecting roads from buildings & structures to nearest main roads.
r) Toilet blocks.
s) Street light foundation.
t) Substations near MCC building – 3 Nos
u) Clarifier including chemical house and pipe supports – 1 Nos
v) Paving/Box culverts/ Pipe culverts etc in AHP-Area.
w) Ash slurry line pedestals/trestles/ Thrust blocks up to Ash dyke area – 1 Lot
x) Service road from plant to Ash dyke along the slurry line – 1 lot
y) RCC Bridge /Box culverts/ pipe culverts connecting service Roads for
crossing nallahs.
z) Any other works not mentioned above but covered in the scope of works of
contract

Document No. Sh. A-2 /4


PROJECT:
2 x 520 MW , HNPCL
HNPCL
ISG-BANGALORE
COAL HANDLING PLANT CHP & AHP scope

2.0 STRUCTURES INCLUDED IN THE SCOPE OF WORK

Structural steel work shall include generally but not be limited to the steel
constructions listed below:

i) Wagon Tipplers-1No.
ii) Track Hopper – 1Nos
iii) Crusher House
iv) Junction Towers-8 No
v) Truck Hopper-1 No.
vi) Stacker Reclaimer-Anchor structures including scrap for
counter weights- 2 No
vii) Coal conveyor galleries and trestles
viii) Bull dozer Shed
ix) Cable racks
x) Work shop building
xi) Monorails/EOT Crane girder as required
xii) Pump house shed near coal settling pond if required..
xiii) Pipe and cable rack
xiv) Silo staircase/ Roof beams/ monorail at silo top
xv) Fly ash evacuation towers etc
xvi) Any other work not mentioned above but required for as per
specification and tender documents.
xvii) Any other structures / works not mentioned above but
required for completion and commissioning of CHP.

GENERAL SCOPE OF WORK

This tender specification for complete structural steel works of Coal Handling
plant & Ash handling system on Item rate basis includes preparation and
approval fabrication drawings, supplying, fabrication and erection of structural
steel works including columns, beams, bracings, supporting structures for floors
and roof slabs including under deck metal profiled sheeting as required, color

Document No. Sh. A-3 /4


PROJECT:
2 x 520 MW , HNPCL
HNPCL
ISG-BANGALORE
COAL HANDLING PLANT CHP & AHP scope

coated/Translucent sheet cladding, Structures for lift enclosures, Crane gantry


girder, monorails(Including Bunker Bldg.), Handrails, platforms and walk ways,
ladders, staircases, hopper gratings, hopper liners, scrap steel for counter
weights, dust chutes, seal plates, Louvers, windows and doors etc including
supplying and fixing of anchor bolts, gratings, PTFE bearings, , High strength
friction grip bolts, washers and nuts, supplying and applying of paints, grouting of
column base etc., complete including supply of all materials (except those
structural steel proposed to be supplied by BHEL free of cost),
consumables, labour, tools & plants, transportation and storage, sample
testing etc. all complete as per specifications and drawings for proper and
successful execution of the job for Coal Handling Plant of 2x520 MW
HNPCLTPP , Vizag.

The detailed scope of work and the technical requirements for the work to be
executed under this specification shall be as per the Customer specification,
approved drawings, specific technical requirements.

The detail scope of work covered above is not a comprehensive list of items of
work involved. The detail scope of work may vary considerably depending on the
actual requirements.

Document No. Sh. A-4 /4


ANNEXURE -2 TO TCC

Minimum requirement of equipments, instruments and tools etc For Civil


works to be provided by the contractor.
Sl.No DESCRIPTION QTY UNIT
L&T Poclain CK 90-3 Excavator or
1 1 No.
Equivalent
L&T Poclain CK 170 Excavator or
2 2 No
Equivalent
3 L&T poclain CK 300 or Equivalent 1 No.
4 Escorts Crane or Equivalent 1 No.
5 Trucks 7 No.
6 Tractor with Trailer 3 No.
7.1 Concrete Batching Plant, 30 m3 per Hr. 1 No.
7.2 Concrete Batching Plant, 15 m3 per Hr. 1 No.
8 Transit Mixer 5 No.
9 Concrete Pump 3 No.
10 Concrete Mixer 7/10 Cft Operated 6 No.
11 Concrete Weigh Batchers 5 No.
12 Concrete Immersion Vibrators 15 No.
13 Air Compressors 4 No.
14 Concrete Pressure Grouting Pumps 4 No.
15 Compression Testing Machine 1 No.
16 Total Station 1 No.
17 Levelling Instruments (dumpy, laser) 4 No.
18 Steel Forms/ Plywood 25000 sqm
Steel Propos/Steel Spans/ Steel
19 180 MT
Staging/Scaffolding Pipes
20 Steel Couplers For Staging pipes 50000 No.
21 Builders Hoists (Electricity Operated) 3 No.
22 Jack Hammers 8 No.
23 Pavement Breakers 3 No.
24 Water Pumps of Various sizes 3 No.
Dewatering Pumps of different capacities
25 60 No.
(as per well point system)
26 Welding Transformers 10 No.
27 Water Tanker 2 No.
28 Electrode Baking Oven -Fixed Type 3 No.
29 Electrode Baking Oven - Portable Type 3 No.
30 Welding Accessories As required
Portable Grinding Machine of Various
31 As required
Sizes
32 All special Tools & Equipment As required
33 Fillet Weld Measuring Gauge As required
34 Electronic distance measuring device 1 No.
35 Spring Balance 2 No.
36 Electric Winches 2 No.
37 Spray Painting Equipments - -
38 Paint thickness measuring device 1 No.
39 Drilling Machine As required
40 Safety net As required
41 Steel tapes & measuring device As required
42 Safety devices for usage at work site As required
43 Portable fire extinguisher As required
44 Noise Level Indicator 1 No.
45 Air Quality Monitoring Instruments 1 No.
46 Walkie & Talkie 1 No.
47 Emergency Medical Aid Kits 2 No.
Portable insulated metal site office (cabin)
of minimum size 35M(length) X 5M
(width) X 3M height) with required
48 1 No.
furniture, lighting ventilation and air
Conditioning space and with required
doors and windows aluminium fitting etc.
Portable insulated metal/ plastic (sintax or
approved equivalent) toilet of minimum
49 1 No.
size 5M(length) X 3M (width) X 3M
height) with required sanitory fittings
PVC (Sintax or approved equivalent) water
50 2 No.
tank of 3000litres capacity)
51 Piling rigs and Accessories (hydraulic rigs) 9 No.
52 Boom P{lacer min 35m long 1 No.
53 Pile capacity testing Facility As required
Any other equipment, instruments, tools
54 As required
etc.
ANNEXURE-3 TO TCC
Minimum requirement of equipments, instruments and tools etc. For structural
and fabrication works to be provided by the contractor.

Sl.No DESCRIPTION QTY UNIT

1 Trucks-20 T capacity 01 No
2 Tractor with Trailer 02 Nos.
3 Tractor with Trailer – 40 feet length 02 Nos.
4 Total station (one second accuracy, digital) 01 No
5 Levelling Instruments (dumpy, laser) 02 Nos.
6 Welding Transformers 10 Nos.
7 Welding rectifier, 600/400 AMS and generator sets 5 Nos.
8 Electrode Baking Oven – Fixed Type 04 Nos.
9 Electrode Baking Oven – Portable Type 10 Nos.
10 Welding Accessories As Required
11 Portable Grinding Machine of various sizes As Required
12 All special Tools & equipment As Required
13 Fillet Weld measuring gauge As Required
14 Any other equipments, instruments, tools etc. As Required
15 Escort Crane – 10 T Capacity 2 Nos.
16 Escort Crane – 5 T Capacity 2 Nos.
17 Crane 955 – 75 T Capacity –min. 75 M Boom Length 1 Nos.
18 Crane 855 – 40 T Capacity –min. 50 M Boom Length 1 Nos.
19 Crane tyre mounted – 10 T Capacity- min.15 M Boom 1 Nos.
Length
20 Jib Arm minimum 10 M length 2 Nos.
21 Hydras – 20 T Capacity 2 Nos.
22 Jeep – Car 2 Nos.
23 Diesel power generator of required capacity 1 No.
24 Portable hand held welding generator 2 Nos.
25 Pencil grinding 3 Nos.
26 Hand grinding-Min. 2.5 m long 15 Nos.
27 Buffing Tools of required size 3 Nos.
28 Plane and Milling machine --- Required capacity 1 No.
29 Electronic Plumb 10 kg & 20 kg capacity 2 Nos.
30 Illumination Dome lights and general illumination As per
requirement
31 Marking tools etc. As per
requirement
32 Grouting pump 2 Nos.
33 Pug cutting machine 2 Nos.
34 Gas cutting sets 7 Nos.
35 Electric Winches 10T,5T, 3T & 1T 3 Nos.
36 Hook Chuck 3 Nos.
37 Chain Pulley Block 3 T to 10 T capacity 4 Nos.
38 Other Erection tools and tackles As per
requirement
39 Sand blasting equipment required capacity 1 Sets
40 Spray painting equipments required capacity 2 Sets
41 Paint thickness measuring instrument 2 Nos.
42 Torque Wrench 2 Sets
43 Drilling machine --- Radial type required capacity 3 Nos.
44 Drilling machine --- Pillar type required capacity 2 Nos.
45 Drilling machine --- Hand drill required capacity 7 Nos.
46 Lathe machine required capacity 1 Nos.
47 Safety ladder for AC sheet laying required size 1 Sets
48 Safety net As per
requirement
49 Steel tapes and measuring device As per
requirement
50 Personal protective safety equipments for usage at work As per
site including safety helmets, shoes, goggles etc. requirement
51 Portable fire extinguisher 5 Nos.
52 Noise level indicator 1 Nos.
53 Air quality monitoring instruments 1 Nos.
54 Walkie and talkie 2 Sets
55 Emergency medical aid kits 3 Nos.
56 Welding quality control equipment such as MPI, LPI. As per
R.T & U.T etc. requirement
57 Local stress relieving equipment As per
requirement
58 Concrete/steel scraper for storage 1500 Nos.
59 Storage yard steel sheets 50 MT
ANNEXURE‐4
11/12/2010
HINDUJA NATIONAL POWER CORPORATION : 2X 520 MW TPP, VIZAG

WORK SCHEDULE FOR CHP AND AHP CIVIL & STRUCTURAL WORKS

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30
FEB11 FEB12 JAN13
CHP CIVIL

JUL11 APR13
CHP STRUCTURAL WORKS

MAR11 SEP12
AHP CIVIL WORKS

JUN11 FEB13
AHP STRUCTURAL WORKS

You might also like