Technical Conditions of Contract - nbppl.in
Transcript of Technical Conditions of Contract - nbppl.in
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS
Section A
Technical Conditions of Contract
VOLUME-1A (SECTION A)
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS
INDEX
Sl. No. DESCRIPTION Page NBPPL Doc.
Page No.
1.00 Project Information Page 1 to 1 N 3 to N 3
2.00 Scope of Works Page 1 to 8 N 3 to N 10
3.00 Construction Facilities Page 8 to 11 N 10 to N 13
4.00 T&Ps to be deployed by Contractor Page 11 to 12 N 13 to N 14
5.00 Time Schedule Page 11 to 14 N 13 to N 16
6.00 Other Requirements Page 14 to 29 N 16 to N 31
Annexures
Annexure - A : List Of Equipment’s For
Civil Site Laboratory
Page 30 to 32
N 32 to N 34
Annexure – B : Indicative List Of T&P To
Be Arranged By Contractor Page 33 to 35 N 35 to N 37
Page No.:N 2 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 1 of 35
Clause No. Description
1.0 PROJECT INFORMATION
1.1
Feroze Gandhi Unchahar Thermal Power Station (FGUTPP) Stage-I
(2X210MW) was implemented by UPRVN. Further, it was taken over by NTPC
Ltd. and thereafter NTPC implemented Stage-II (2X210MW) & Stage-III
(1X210MW).
The present expansion proposal is for setting up of a coal based FGUTPP
STAGE-IV (1x500 MW) to be owned by NTPC Ltd. The NTPC BHEL Power
Project Private Limited (NBPPL) is the prime contractor of this project.
The FGUTPP (1X500MW) is located in Raebareli district of Uttar Pradesh. It is
bounded by villages khanpur, Faridpur and khaliqpur khurd. Mustafabad town is
located at a distance of about 3 Kms from plant.
Unchahar railway station on Allahabad- Raebareli board gauge(BG) section of
Northern railway (NR) is 2 KMs away. The nearest airport is located at
Lucknow at a distance of approximately 110 Km from the project site.
The latitude and longitude of Site are 25◦ 54' 50” to 81◦19' 50” respectively.
2.0 SCOPE OF WORK
2.1
The broad scope of work under this package shall include civil, structural and
architectural works related to, but not limited to, the following areas, systems,
structures/ substructures, buildings and facilities in main power house
area(MPH) i.e. from transformer yard up to chimney (Including Chimney)
including foundations for all SG and TG auxiliaries.
1. Main Power House i.e. (T.G. Bay, & De-aerator Bay) including Control
Tower, Interconnections, Crane Girders etc.
2. Machine foundations including top deck on VIS for TG, BFPs (Motor
driven and Turbine Driven), PA, FD & ID fans (including erection but
excluding supply of vibration isolation system).
3. Mill & bunker buildings including bunkers
4. Mills foundations.
5. Boiler Foundations
6. ESP foundations
Page No.:N 3 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 2 of 35
7. ESP & VFD control building including transformer Foundations and
misc. works.
8. Duct foundations
9. Transformer yard civil works i.e. fencing including Transformer
Foundation, Fire Barrier walls, central oil pits, Switch yard equipment
foundations in transformer yard area, paving, fencing, gates, trenches,
drains, bus duct support foundations, rail track along ‘A’ row within
transformer yard area, trench from transformer yard to switch yard of
main plant block area, etc.(GT, UAT,UT)
10. Paving and Misc. Equipment Foundations, trenches, pits, sumps etc in
Main Power House area i.e. from transformer yard to chimney.
11. Civil works for concrete encasement of CW ducts, pipes etc. in Main
Power house area.
12. Foundations including thrust blocks for CW pipes within MPH area.
13. Pipe and cable trenches/ trestles including pedestals, pits etc. within
MPH area
14. Duct supporting columns in main plant area.
15. ARCW pump house/ Air washer building.
16. Compressor house
17. DG set building including DG stack foundation
18. Seal Air Fan foundations
19. Culverts within MPH area
20. Foundations, Super structures including trestles and gallery for transfer
points in Main Power House area.
21. Laying of Earthling mat in Main Power House area
22. Drainage & Sewerage system in Main Power House area & its
connection to the existing/customer system/network.
Page No.:N 4 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 3 of 35
2.2
2.3
23. Duct-banks, cable pits, sumps etc. in Main Power House area.
24. Civil works for machine room of boiler Goods & Passenger elevators in
Boiler area. (up to approx. 100 m height)
25. CST Pump house & Condensate Storage tank foundation
26. Chimney including its electrical works & chimney elevator.
27. Service building including interconnection with Main Power House
Building. Service Building (Which shall be Green Building) The scope
of work also includes architectural (energy efficient design procedures
including rain water harvesting etc. as per specification and coordination
with various electrical/mechanical agencies) designed with conformance
to ECBC GUIDELINES, drawing preparation and approval from
BHEL/NBPPL/NTPC, obtaining required approvals from concerned
govt. authorities regarding energy efficient rating. All the civil, structural
& architectural works including supervision by designated Green
Building consultant for construction to be done on lump sum basis is
included in this B.O.Q. item. The battery limit for this lump sum package
shall be 5.00 m all-round the plinth of service building excluding car
parking & interconnecting gallery to power house but including design &
construction of rain water harvesting.
28. Any other buildings, facilities, foundations and structural works, though
not specifically covered but, required to complete the civil structural and
associated works of main plant area.
The works to be performed under this contract consist of providing all Labour,
Supervision, Material, Scaffolding, Construction Equipment’s, Tools and Plants,
Temporary Works, Temporary Storage Sheds, Temporary Colony for Labour &
Staff, Temporary Site offices, Supplies including POL, Transportation and all
incidental items not shown or specified but reasonably implied or necessary for
the proper completion of work in all respects. Testing of all materials, Concrete,
Earthwork Other Allied Works, Preparation of Bar Bending Schedules on the
basis of Construction Drawings, Preparation of Fabrication Drawings, getting
the same approved from employer before commencement of fabrication/erection
at site etc. are included in the rates of items of work. Works shall only be
carried out with Approved Structural Fabrication Drawings and Approved RCC
Construction Drawings.
For the works, the materials issued by the Employer e.g. Cement, Reinforcement
Page No.:N 5 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 4 of 35
2.4
2.5
2.6
2.7
& Structural Steel, the bidder shall be responsible to get the material issued from
the Employer’s stores and transport it to the works site for execution of work at
no extra cost to the employer.
The area of work shall be cleared of all vegetation, rubbish and other
objectionable matter, and materials removed, shall be burnt or otherwise
disposed of as directed by the Engineer-in-Charge.
All precious metal, oil or other minerals of any description and all precious
stones, coils, treasures, relics, antiques, and other similar things which may be
found in or upon the site shall be the property of Owner. The contractor shall
duly preserve the same and from time to time deliver the same to such person or
persons as NBPPL may from time to time appoint to receive the same.
All the works areas shall be adequately flood lighted to the satisfaction of the
Engineer-in-Charge when the work is in progress during the night shifts.
Layout and Levels
1. Before start of the work, one reference line and two bench marks will be
established by NBPPL. Permanent base lines and cross lines shall be
established by the Contractor at sufficiently close intervals as may be
directed by the Engineer with bench marks at all end points to serve as
`Reference Grid’. The contractor shall provide at his expense all
templates, pillars and stakes equipment, materials and labour for
establishing the Grid lines and Pillars and shall be responsible for their
maintenance during the entire period of construction. The contractor
shall maintain a certified copy of drawing showing such approved
reference lines, marks and levels and shall not remove any of them
without the prior approval of the Engineer-in-Charge. The reference
points and pillars already established by NBPPL in the works area shall
be fully protected and maintained by the contractor. He shall repair and
rebuild the same in case of any damage.
2. The contractor shall layout the work from these reference base lines in
consultation with the Engineer-in-Charge and shall be responsible for the
correctness of all measurements and any connection therein,
notwithstanding the fact that the same might have been checked by the
staff of the Engineer-in-Charge.
3. The contractor shall be responsible for the proper execution of the work
to such lines and grades as may be specified in the drawing or established
or indicated by the Engineer-in-Charge from time to time.
Page No.:N 6 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 5 of 35
2.8
2.9
2.10
2.11
2.12
2.13
2.14
Setting of laboratory :
1. The contractor, at his cost, shall set up his own laboratory in the very
close vicinity of the work site as per the directions of Engineer-in-charge.
2. The laboratory shall be equipped with latest testing equipment in
sufficient numbers to carry out all the tests as required under the contract.
The contractor shall ensure that the equipment is available well in
advance of starting of the work to avoid stoppage of work on this
account. (Tentative list of civil laboratory equipment’s enclosed-
Annexure-A).
3. All the tests shall be carried out by the contractor in presence of
Engineer’s representative and a joint record of all observations and
results thereof shall be maintained, and available with the Engineer.
4. No separate payment for these operations/tests and for setting of
laboratory shall be made. The cost of these operations shall be deemed
to have been included in the unit rates tendered for the different items
under bill of quantities.
The unit rates shall include all tools, tackles, material, equipment, fixtures,
labour, temporary works and everything whether of permanent or temporary
nature necessary for the completion of the job in all respects.
In case of any conflict, the requirements stipulated by Section B BOQ shall
prevail and will be binding.
In case of any conflict between the requirements of Section 'C' and those of
Section 'D' or any other section of the specification/tender doc. the
requirements as stipulated in Section 'C' shall prevail and will be binding.
The unit rates quoted for various items of B.O.Q shall include all the stipulations
mentioned in Section C and specifications and nothing extra shall be paid except
in B.O.Q rates.
No separate payment for dewatering of sub-soil or surface water (if required
during the execution of work including monsoon period) would be made by the
Employer and the rates in the B.O.Q for various items would be deemed to be
inclusive of all such dewatering, if necessary.
EMPLOYER reserves the unilateral right to split the package in whatsoever
manner he thinks fit, to facilitate the ease of handling of the package. Decision
Page No.:N 7 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 6 of 35
2.15
2.16
2.17
2.18
2.19
2.20
shall be final and binding on the bidder. The same shall need explicit
concurrence of the Bidder.
The Contractor must visit the site prior to submitting his quotations to acquaint
himself fully with the nature, type and scope of work and involvement therein,
law and order and other site conditions. Any additional claim for lack of
knowledge about the site conditions shall not be entertained.
The bidder shall necessarily submit following documents/details along with the
bid:
1. Name & credentials of the agencies proposed to be engaged for design
preparation of fabrication drawings.
2. Name & credentials of agencies proposed to be engaged for conducting
UPV tests on machine foundations.
3. The design of the pile and its reinforcement details proposed to be
adopted for execution of working piles and for the test piles separately
including the details of the pile testing scheme.
4. Name & credentials of agencies for Architectural & planning, civil &
structural design, modelling, day lighting simulation & analysis as per
Green Building ECBC guidelines
5. Name & credentials of pilling agency to be engaged, if any.
6. Name & credentials of agency to be engaged for conducting pile integrity
test.
Approval of Engineer In charge (EIC) is to be obtained before procurement of
any materials for civil works.
The scope of work will also include such other related works although they may
not be specifically mentioned in the above paragraph and all such incidental
items not specified but reasonably implied and necessary for completion of the
job as a whole all as desired and as directed by the Engineer In charge(EIC).
The scope of work covered above is not a comprehensive list of items of work
involved. The scope of work may vary considerably depending on the actual
site/construction requirements for which no extra cost shall be paid.
The work under this contract shall be carried out as per BOQ Cum Rate
Page No.:N 8 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 7 of 35
2.21
2.22
Schedule. In case the description / specifications as per BOQ are found to be
incomplete, the decision of the employer shall be final and binding.
Quantities mentioned in the rate schedules are approximate only and liable for
variation due to change of scope of work / variation in schedule of quantities,
changes in design etc. The tenderers shall undertake to execute actual quantities
as per advice of Engineer In charge(EIC) and accordingly the final contract price
shall be worked out on the basis of quantities actually executed at site and
payments will also be regulated for the same accordingly.The quantities
indicated against each item may vary to any extent; However the rate for
individual items shall remain firm throughout the validity of the contract.
Unless otherwise specified, the work to be provided by the contractor for the
items mentioned in the “Bill of Quantities” shall include but not be limited to the
following.
1. Furnishing all labour, materials, supervision, construction plans,
equipment, supplies, transport, to and from the site, fuel, compressed air,
water, transit and storage insurance and all other incidental items and
temporary works not shown or specified but reasonably implied or
necessary for the proper completion, maintenance and handling over the
works, except in accordance with the stipulations laid down in the
contract documents and additional stipulations as may be provide by the
Engineer In charge(EIC) during the course of works.
2. Furnishing samples of all materials required by the Engineer In charge
(EIC) for testing / inspection and approval for use in the works. The
samples may be retained by the engineer for final incorporation in the
works.
3. Furnishing test reports for the products used or intended to be used, if
called for the specifications or if so desired by the Engineer In
charge(EIC).
4. Giving all notices, paying all fees, taxes etc., in accordance with the
general conditions of contract or in any other tender documents, those are
required for all works including temporary works.
5. Arranging manufacturer’s supervision for items of work done as per
manufacturer’s specifications when so specified.
6. Carrying out topographic survey of the work area and establish levels
and coordinates at suitable intervals from existing grid levels and
Page No.:N 9 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 8 of 35
coordinates furnished by the customer established bench marks, setting
out the locations and levels of proposed structures, constructions and
marking of reference pillars and other identification works etc.,
7. The contractor shall provide the customer/EMPLOYER such a
assistance, instruments, machines, labour and materials as are normally
required for examining, measuring and testing any work and the quality,
weight or quantity of any material used.
8. Providing all incidental items not shown or specified but reasonably
implied or necessary for the successful completion of the work in
accordance with contract.
3.0 CONSTRUCTION FACILITIES
3.1
3.2
3.3
Land 1. Depending upon the availability, Land for contractors office, storage and
other facilities will be allocated with certain time frame and to the extent
available/ considered necessary. The contractor has to plan and use the
existing land inside the project premise 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.
2. The contractor will be responsible for handing back all lands, as handed
over to him by EMPLOYER/Customer.
3. Area within plant premises for fabrication, batching plant, office, storage
area etc. for construction purpose shall be provided as per availability
free of cost.
Construction of temporary office, stores etc.
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.
Electricity
1. Contractor shall have to deploy the dg sets for carrying out the tender
works. However electricity (for construction purpose only) may be
provided free of cost at employer’s single point source subject to
availability. Bidders have to make his own distribution arrangement to
Page No.:N 10 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 9 of 35
3.4
draw electricity.
2. Contractor will have to procure & install general illumination system
during construction right from start of his work. This system will include
temporary pole lighting, portable lighting towers with dg back-up for
different floors/working areas for execution of the work & safety of
workmen till the permanent illumination system is established, within the
quoted rate. The illumination should be such that minimum illumination
requirement as specified by Indian standards for general illumination is
maintained.
3. 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 EMPLOYER time to time. In case of any major
deviation from normally accepted norms is observed, EMPLOYER will
reserve the right to impose penalty as deemed fit for such cases.
4. For chimney work it is a mandatory requirement that DG set of adequate
capacity to be installed for chimney passenger lift operation as a stand-by
arrangement.
5. Demobilization of the facilities after completion of works shall be in
Contractors scope.
6. The bidder shall have to provide earth leakage circuit breaker at each
point wherever human operated electrical drives/ T&Ps are deployed.
7. The power supply will be from the available grid. EMPLOYER 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. 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.
Water
Page No.:N 11 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 10 of 35
3.5
3.6
1. Contractor has to make his own arrangement for construction and
drinking water by resorting to the methods like bore well, water tankers
etc. Necessary network for construction & drinking water system shall be
done by the bidder at his own cost. Contractor is to get the construction
water tested and approved by the customer at his own cost. However
employer shall acquire and pay for all permits, approvals and/or licenses
from all local, state or national govt. authorities or public service
undertakings in the country where the site is located, which such
authorities or undertakings require the employer to obtain in the
employer’s name for the execution of contract (They include those
required for the performance by both the contractor and employer of their
respective obligations under the contract).
2. Contractor should arrange on their own, drinking water in their labour
colony.
3. EMPLOYER 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 EMPLOYER.
4. 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.
Communication Facilities
Contractor will have to arrange for all necessary communication facilities i.e.
Telephone, fax, internet, intranet, e-mail etc. for proper site operations.
Compressed Air Supply
1. Contractor will have to arrange for Supply of Compressor and all other
equipment required for compressor and compressed air system including
pipes, valves, storage systems etc.
2. Installation of the above system and operation and maintenance of the
same will be in contractor’s scope.
3. Contractor will have to arrange for Supply of the all the consumables for
the above system during the contract period.
Page No.:N 12 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 11 of 35
4.0 T&PS TO BE DEPLOYED BY CONTRACTOR
4.1
4.2
4.3
4.4
4.5
Tentative list of T&P to be deployed by contractor for successful completion of
work is given in Annexure –B.
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 EMPLOYER, if any) measuring (calibrated)
instruments & handing equipment’s to maintain work progress for timely
completion of total work as per contract. In case of project requirement, some
activities may have to pre-pone. In such cases the contractor may have to deploy
additional T&P.
Quoted rate shall be inclusive of such emerging requirements. However,
contractor shall submit deployment plan of all T&P along with tender bid.
In the event of any failure on the part of the contractor to deploy T & P to
sustain desired work progress, EMPLOYER may at his discretion also terminate
the contract on this ground, after giving due notice, and take out any or whole
amount of the contract from the scope of the contractor. In the event of failure of
contractor to deploy necessary and sufficient T&P/ IMTEs to maintain work
progress, EMPLOYER will be at liberty to arrange the same at the risk & cost of
contractor including transportation cost of same from any of EMPLOYER site/
other agency & charges as applicable shall be deducted from contractor’s RA
bill. Decision of EMPLOYER in this regard will be final & binding on
contractor.
T&P shown in the Annexure –B are tentative based on planned progress
requirement .Actual Mobilization schedule, based on front availability, drawings
and material availability at site is to reviewed and mutually agreed with
EMPLOYER site periodically from time to time for mobilization of major
T&Ps, and the same have to be adhered to and no change will be permitted
without written approval of EMPLOYER site.
Further requirement of T&P will be reviewed from time to time at site and
contractor will provide additional T&P/ equipment’s to ensure completion of
entire work within schedule time without any financial implication to
EMPLOYER. All other T&Ps shall be provided by the contractor without any
extra cost to EMPLOYER. Vendor will give advance intimation & certification
regarding capacity etc. prior to dispatch of heavy equipment’s.
5.0 TIME SCHEDULE
5.1
Mobilization Contractor shall mobilize necessary resources within 1 month from the date of
issue of LOI or as per the directive of Project Manager / Construction Manager.
Page No.:N 13 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 12 of 35
5.2
5.3
Such resources shall be progressively augmented to match the schedule of
milestones and completion.
Completion Schedule
1. Entire work as detailed in tender specification shall be completed within
28 months from the scheduled date of Issue of LOI.
2. In order to meet above schedule in general, and any other intermediate
targets set, to meet customer/ project schedule requirements, contractor
shall arrange & augment all necessary resources from time to time on the
instructions of EMPLOYER.
3. The work under the scope of this contract is deemed to be completed in
all respects, only when all the works are carried out as per satisfaction of
EMPLOYER. The decision of EMPLOYER on completion date shall be
final and binding on the contractor.
Milestones
Sl.
No.
Activity Time from date of LOA
1.0.0 Date of LOA Zero date
2.0.0 Mobilisation Within 2 Weeks
3.0.0 Start of Piling for Initial Pile Load
Tests (Vert., Lateral, & Pull out)
Within 1 Month
4.0.0 Completion of Initial Pile Load Tests
(Vert., Lateral, & Pull out)
Within 3 Months
5.0.0 Boiler Area
5.1.0 Start of Boiler Area Piling Within 2Months
5.2.0 Complete Handing over of Boiler
foundations for Boiler erection
Within 4 Months
6.0.0 ESP Area
6.1.0 Start of ESP foundations Within 4 Months
6.2.0 Complete Handing over of ESP
foundations for ESP erection
Within 8 Months
7.0.0 Main Power House Block Including
TG Top Deck
7.1.0 Start of Main Power House Area Piling
including piling for TG deck
foundations
Within 3.5 Months
7.2.0 Completion of Main Power House
Area Piling
Within 5.5 Months
7.3.0 Start of Main Power House area
Foundations
Within 6 Months
7.4.0 Complete Handing over of Main Power
House Area foundations for erection
Within 8 Months
Page No.:N 14 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 13 of 35
7.5.0 Start of Main Power House Area
Column Fabrication
Within 4 Months
7.6.0 Start of Main Power House Area
Column Erection
Within 6 Months
7.7.0 Start of Erection of Roof Trusses and
Crane Girder
Within 8 Months
7.8.0 Start of Side Cladding on A-Row and
C-Row
Within 10 Months
7.9.0 Completion of Erection of Roof
Trusses and Crane Girder
Within 11 Months
7.10.0 Start of Roof Concreting Within 9 Months
7.11.0 Completion of Roof Concreting Within 12 Months
7.12.0 Start of TG Raft including Pile Cap Within 6 Months
7.13.0 Completion of TG Raft including Pile
Cap
Within 8 Months
7.14.0 Completion of TG Foundations –
Columns, beams & Staging &
Placement of VIS.
Within 10 Months
7.15.0 Start of TG Top Deck Within 11 Months
7.16.0 Readiness of Foundation for Condenser
Erection
Within 12 Months
7.17.0 Completion of TG Top Deck Including
UPV Test & Handing Over Deck for
TG Erection
Within 13 Months
7.18.0 Readiness of TG Hall For TG Erection Within 13 Months
8.0.0 Chimney
8.1.0 Start of Chimney Area Piling Within 3 Months
8.2.0 Completion of Chimney Area Piling Within 5 Month
8.3.0 Start of Chimney Pile Cap Within 5.5 Months
8.4.0 Completion of chimney & chimney
Elevator
Within 21 Months
9.0.0 Mill and Bunker Building
9.1.0 Completion of Mill & Bunker building
Piling
Within 4 Months
9.2.0 Complete Handing over of Mill &
Bunker building foundations.
Within 13 Months
10.0.0 Transformer Yard
10.1.0 Start of Civil Works Within 8 Months
10.2.0 Complete Handing Over of
Foundations for Erection
Within 17 Months
11.0.0 Service Building
11.1.0 Start of Foundations including Pile Cap Within 8 Months
Page No.:N 15 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 14 of 35
11.2.0 Completion of Building in all Respect Within 24 Months
12.0.0 ESP Control Room Building
12.1.0 Start of Foundations Within 9 Months
12.2.0 Handing over of Building for start of
Erection
Within 17Months
13.0.0
Air Washer Building – Completion
of Building Including Pile Cap and
Foundations
Within 13Months
14.0.0 ID Fan foundation completion
including Top Deck
Within 15 Months
15.0.0 FD Fan foundation completion
including Top Deck
Within 16 Months
16.0.0 PA Fan foundation completion
including Top Deck
Within 17 Months
17.0.0 Complete handing over of Misc.
Buildings & Facilities and
completion of punch points
Within 28 Months
Based on the above milestone the bidder shall furnish the detailed quantified
work program (L2 network) along with T&P list for completion of the works.
These documents shall be submitted by the bidder along with the bid. The said
program shall be finalized with the owner within 15 days of placement of award.
Bidder to note that, during Mobilisation period the bidder shall have to ensure
submission and finalisation/ completion of following activities besides other
activities required to be completed for execution of work:
a) Submission of design of piles (for both 760 mm and 600 mm dia. piles)
for the rated capacity and getting the same approved from owner. This
shall be applicable both for test piles as well as for working piles.
b) Submission of test pile load testing scheme for 760 mm and 600 mm dia
piles for vertical & pullout loads and getting the same approved from
owner.
c) Submission of details of agency for conducting the Pile Integrity test and
getting the same approved from owner.
d) Getting the Concrete Mix Design done from the reputed agencies as
specified in Section-C (Specific Technical Requirements) and getting the
same approved from owner. The Mix design shall be got done for
different grades of concrete separately each for OPC and PPC.
e) Submission of details of Agency proposed to be engaged & getting the
same approved from the owner for preparation of fabrication Drawings.
f) To mobilise minimum 2 Nos. rigs during mobilisation period for
conducting Pile load Tests. Balance rigs shall be mobilised at site at least
Page No.:N 16 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 15 of 35
15 days prior to start of piling in different areas. The program for the
same shall be discussed by the bidder with the Owner.
Extension Of Time For Completion
1. If the completion of work as detailed in the scope of work gets delayed
beyond the contract/completion period, the contractor shall request for an
extension of the contract and EMPLOYER at its discretion may extend
the contract.
2. Based on the reviews jointly signed, the works balance at the end of
original contract period less the backlog attributable to the contractor
shall be quantified, and the number of months of ‘Time extension’
required for completion of the same shall be jointly worked out. Within
this period of ‘Time extension’, the contractor is bound to complete the
portion of backlog attributable to the contractor. Any further ‘Time
extension’ or ‘Time extensions’ at the end of the previous extension shall
be worked out similarly.
3. However if any ‘Time extension’ is granted to the contractor to facilitate
continuation of work and completion of contract, due to backlog
attributable to the contractor alone, then it shall be without prejudice to
the rights of EMPLOYER to impose penalty/ LD for the delays
attributable to the contractor, in addition to any other actions
EMPLOYER may wish to take at the risk and cost of contractor.
4. A joint programme shall be drawn for the balance amount of work to be
completed during the period of ‘Time Extension’, along with matching
resources to be deployed by the contractor as per specified format.
Review of the programme and record of shortfall shall be done.
5. During the period of ‘Time extension’, contractor shall maintain their
resources as per mutually agreed program.
6. At the end of total work completion as certified by Engineer In
charge(EIC), and upon analysis of the total delay, the portion of time
extensions attributable to (i) Contractor, (ii) Force majeure conditions,
and (iii) EMPLOYER, shall be worked out and shall be considered to be
exhausted in the same order. The total period of time extensions shall be
the sum of (i), (ii) and (iii) above and shall be equal to period between
the scheduled date of completion and the actual date of completion of
contract. LD shall be imposed/ levied for the portion of time extensions
attributable to contractor and recoverable from the dues payable to the
Page No.:N 17 of 37
TECHNICAL CONDITIONS OF CONTRACTMAIN PLANT CIVIL WORKS PACKAGE
FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001Rev. No.: Dated :
Section A:TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001Rev. No.:
TECHNICAL SPECIFICATIONS Page 16 of 35
contractor.6.0 OTHER REQUIREMENTS6.1
6.2
Capacity of Bidder:
Capacity of the prospective bidders shall be assessed by NBPPL before awardingthe contract based on the ‘Assessment of Capacity of Bidder’ procedure followedby BHEL and as applicable in the similar type of jobs. If the bidder is found ‘NotQualified’ as per the assessment carried out for this tender, his bid shall not beconsidered.
Materials1. The contractor shall, at his own expenses (Inclusive of Taxes), provide all
materials other than the free issue materials like structural steel,reinforcement steel, cement etc. required for the work.
2. All stores and materials to be provided by the Contractor shall be of thebest kind in conformity with the specifications laid down in the contractor as per relevant Indian standard and the Contractor shall, if requestedby the Engineer In charge(EIC), furnish proof to the satisfaction ofEngineer In charge(EIC) that the materials so comply.
3. The Contractor shall, at his own expense and without delay, supply to theEngineer In charge (EIC) samples of materials proposed to be used in theworks. The Engineer In charge(EIC) shall within seven days of supplyof samples or within such further period as he may require will intimateto the Contractor in writing, whether samples are approved by him ornot. If samples are not approved, the Contractor shall forthwith arrange tosupply to the Engineer In charge (EIC) for his approval fresh samplescomplying with the specifications laid down in the Contract. Any delayin approval of samples (original or fresh ones) shall not make thecontractor eligible for any compensation.
4. The Engineer In charge(EIC) shall have full powers for removal of anyor all of the materials brought to site by the Contractor which are notin accordance with the Contract specifications or do not conform incharacter or quality to samples approved by him. In case of default onthe part of the Contractor in removing rejected materials, the EngineerIn charge (EIC) shall be at liberty to have them removed by other means.The Engineer In charge (EIC) shall have full powers to procure otherproper material to be substituted for rejected materials and in the event ofthe Contractor refusing to comply; he may cause the same to be suppliedby other means. All costs, which may attend upon such removal and / or
Page No.:N 18 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 17 of 35
substitution, shall be borne by the Contractor.
5. The Contractor shall indemnify EMPLOYER, its representatives or
employees against any action, claim or proceeding relating to
infringement or use of any patent or design or any alleged patent or
design rights and shall pay any royalties or other charges which may be
payable in respect of any article or material or part thereof included
in the Contract. In the event of any claim being made or action being
brought against EMPLOYER or any agent, servant or employee of
EMPLOYER in respect of any such matters as aforesaid, the
Contractor shall immediately be notified thereof, provided that such
indemnity shall not apply when such infringement has taken place in
complying with the specific directions issued by EMPLOYER but the
Contractor shall pay any royalties or other charges payable in respect of
any such use, the amount so paid being reimbursed to the Contractor
only if the use was the result of any drawings / specifications issued after
submission of the tender.
6. The Engineer In charge(EIC) shall be entitled to have tests carried out as
specified in the Contract for any materials supplied by the Contractor
other than those for which, as stated above, satisfactory proof has
already been furnished, at the cost of the Contractor and the Contractor
shall provide at his expense all facilities which the Engineer may
require for the purpose. If no tests are specified in the Contract, and
such tests are required by the Engineer, the Contractor shall provide
all facilities required for the purpose and the charges for these tests
shall be borne by the Contractor only. The cost of materials consumed
in tests shall be borne by the Contractor in all cases except when
otherwise provided.
7. In addition, the Contractor shall perform / submit at his own cost such
tests / samples as may be required by the Engineer In charge (EIC) out of
the materials used by the company except for the costs of materials used
in such tests/ samples.
8. Material required for the works, whether brought by the Contractor or
supplied by EMPLOYER, shall be stored by the Contractor only at places
approved by the Engineer. Storage and safe custody of material shall be
the responsibility of the contractor.
9. EMPLOYER's officials concerned with the Contract shall be entitled at
any time to inspect and examine any materials intended to be used in or
on the works, either on the Site or at factory or workshop or other
Page No.:N 19 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 18 of 35
6.3
6.4
place(s) where such materials are assembled, fabricated, manufactured or
at any place (s) where these are lying or from which these are being
obtained and the Contractor shall give such facilities as may be
required for such inspection and examination.
10. All materials brought to the Site shall become and remain the property
of EMPLOYER and shall not be removed off the Site without the
prior written approval of the Engineer In charge(EIC). But whenever
the Works are finally completed and advance, if any, in respect of any
such material is fully recovered, the Contractor shall at his own expense
forthwith remove from the Site all surplus material originally supplied by
him and upon such removal, the same shall re-vest in and become
the property of the Contractor.
Execution Of Work
1. The work shall be executed in a workman like manner and to the entire
satisfaction of the Engineer and as per technical specification issued with
tender. In case of conflict, the decision of the Engineer In charge (EIC)
shall be final & binding.
2. The Engineer In charge(EIC) will communicate or confirm his
instructions to the Contractor in respect of the execution of the work in a
"Work Site Order Book” maintained at his office and the Contractor shall
visit this office daily and shall confirm receipt of such instructions by
signing the relevant entries in this book. Such entries will rank as order
or notices in writing within the intent and meaning of these conditions.
Setting Out
1. All the works shall be set out to the true lines, grades and elevation
indicated on the drawing. The contractor shall be responsible to locate
and set out the works. Only one grid reference line and bench mark
shall be made available for setting out the works under the contract.
This reference lines shall be used as datum for the works under the
contract and the contractor has to establish for his work area at available
points horizontal and vertical control points. The contractor shall inform
EMPLOYER well in advance of the times & places at which he wishes to
do work in the area allotted to him so that suitable datum points
established by him are checked by EMPLOYER / Customer to enable the
contractor to proceed with the works. Any work done without being
properly located may be removed and / or dismantled by the contractor at
its own expenses.
Page No.:N 20 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 19 of 35
6.5
6.6
6.6.1
6.6.2
2. The contractor shall at his own expense take all proper and responsible
precautions to preserve and maintain these datum marks to its true
position In the event of these marks being disturbed or obliterated by
accident or due to any other cause whatsoever, the same may be
deemed necessary placed by EMPLOYER / Customer at contractor's
expenses.
Site Drainage
All water including sub-soil water which may accumulate on the Site during the
progress of the works or in trenches and excavations, including monsoon period
shall be removed by the contractor from the Site to the satisfaction of the
Engineer In charge(EIC). It will also be responsibility of the contractor to de-
water all the foundation pits, trenches with suitable de-watering methods like,
pumping out, well point system etc. Considering the depth of water table at
plant site. All such expenditure on de-watering shall be deemed to be included
in quoted rates.
Return Of Materials
Return Of Cement
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 EMPLOYER / 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/ EMPLOYER will not be entitled
to handling and incidental charges. Surplus sealed and good conditioned cement
bags will be taken back on weighment basis.
Return Of Steel Including Scrap
1. All surplus steel and all wastage materials will be taken back on
weighment basis.
2. Surplus, unused and un-tampered steel shall be sorted section-wise and
returned separately for a place directed by EMPLOYER /Engineer within
the project area; Return of such materials will not be entitled to any
handling and incidental charges.
3. All wastage/ scrap (including wastage, unusable scrap) shall be returned
to the stores on weighment basis and a receipt obtained for material
Page No.:N 21 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 20 of 35
6.7
6.7.1
6.7.2
accounting purposes. Return of such material will not be entitled to any
additional cost due handling and transportation and incidental charge.
Cement And Steel Consumption And Wastage
Cement Consumption
1. The theoretical consumption of cement shall be based on the following.
2. For design mix concrete as per approved design mix.
3. For nominal mix concrete work, as per minimum cement as specified or
as approved by Engineer-in-charge.
4. For item of works, where volume mix is permitted in writing by the
EMPLOYER, 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 CPWDDSR-
2013 unless otherwise specified in the specifications or the drawing of
contract or mutually agreed by Engineer-in-charge and contractor.
5. Actual consumption = Issue – Surplus/ unused quantity of cement
returned in good condition by contractor to store. (No sweep cement will
be taken back by EMPLOYER).
Cement Wastage
1. Allowable wastage: One and half percent (+1.5%) of theoretical
consumption of cement unless specified otherwise in the technical
specification.
2. For any material issued by EMPLOYER to the contractor free of cost,
and which is not accounted for by the contractor to EMPLOYER, then
recovery for such material shall be affected at Recovery rates.
Sl.No. Cement consumption Basis of issue &
recovery
C-1 Theoretical consumption (without considering
any wastage or loss).
Free
C-2 Actual consumption being Limited to one and
half percent (+1.5%) of aforesaid theoretical
consumption towards allowable wastage.
Free
C-3 Actual consumption beyond one and half Recovery rate
Page No.:N 22 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 21 of 35
6.7.3
6.7.4
6.7.5
percent (+1.5%) of above (C-1).
Reinforcement Steel & MS Round Consumption
1. The theoretical consumption of various diameters 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.
2. Actual consumption = Issue – Surplus.
3. Surplus = Un-tampered and unused quantity of steel returned by the
contractor to EMPLOYER store along-with relevant documents.
4. Wastage = Actual consumption – Theoretical consumption.
Reinforcement Steel & MS Round Wastage
1. Allowable wastage: (+4%) of the theoretical consumption shall be
considered as allowable wastage.
2. Wastage and scrap shall be as per actual weighment basis.
Sl.No. Reinforcement steel Basis of issue & penal
recovery
R-1 Theoretical consumption (without considering
wastage and scrap or loss)
Free
R-2 Wastage limited to plus four percent (+4%) of
aforesaid theoretical consumption (R-1)
towards Allowable wastage.
Free
R-3 Wastage beyond four percent (+4%) of the
theoretical consumption above (R-1).
Recovery rate
Structural Steel Consumption
1. The theoretical consumption of various sections shall be based on
approved drawings.
2. Weights shall be calculated considering the sectional weights as per
Indian standard as mentioned in relevant clause. No extra shall be
Page No.:N 23 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 22 of 35
6.7.6
6.8
payable to you for any deviation in weights for the two different
procedures adopted for issue and calculation of the theoretical
consumption including rolling tolerances.
3. Actual consumption = Issue – Surplus.
4. Surplus = Untempered, unused, uncut quantity of steel returned by you to
EMPLOYER store.
5. Wastage = Actual consumption – Theoretical consumption.
Structural Steel Wastage
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).
Sl.No. Structural steel and SS liner Basis of issue & penal
recovery
S-1 Theoretical consumption (without considering
any wastage, scrap or loss) as per specification
& drg.
Free
S-2 Wastage limited to plus four percent (+4%) of
the aforesaid theoretical consumption (S-1)
towards allowable wastage.
Free
S-3 Wastage beyond four percent (4%) of the
aforesaid theoretical consumption (S-1).
Recovery rate
2. All wastage reinforcement, MS round and structural steel shall be
returned to EMPLOYER.
Reconciliation Of EMPLOYER Issued Materials 1. The contractor shall submit a reconciliation statement of cement and steel
issued to him every month. The same may be submitted along with RA
Bill.
2. The contractor shall properly account for the material issued to him as
specified herein to the satisfaction of EMPLOYER certifying that the
balance material are available with contractor’s custody at site.
Page No.:N 24 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 23 of 35
6.9
6.10
6.11
3. If it is noticed by EMPLOYER that the wastage is high and calls
recovery at the penal rate, then EMPLOYER will proceed for recovery
for the excess wastage as per penal recovery rates as specified from RA
bill.
4. The approved drawings/ bar bending schedules are to be considered for
the purpose of reconciliation of materials.
Recovery Of Material
If wastage exceeds the specified limit, the recovery of excess wastage shall be
made from monthly RA bill at the penal rate stipulated below.
Recovery Rate Of Materials
Sl.No. Item Recovery rate (Rs)
1 Cement (OPC/ PPC/PSC). 7500/- per MT
2 Reinforcement steel and MS rod etc. 58,000/- per MT
3 Structural steel materials. 70,000/- per MT
Inspection And Stage Approval Of The Work
All work embracing more than one process shall be subject to examination and
approval at each stage thereof and the Contractor shall give due notice in writing
to the Engineer In charge (EIC) when each stage is ready. In default of such
notice being received, the Engineer In charge (EIC) shall be entitled to approve
the quality and extent thereof at any time he may choose and in the event of any
dispute, the decision of the Engineer In charge (EIC) thereon shall be final and
conclusive.
Uncovering And Making Good 1. The Contractor shall uncover any part of the Works and/or make
openings in or through the same as the Engineer may from time to time
direct for his verification and shall reinstate and make good such part to
the satisfaction of the Engineer In charge(EIC). If any such part has
been covered up or put out of view after being approved by the Engineer
and is subsequently found on uncovering to be executed in accordance
with the Contract, the expenses of uncovering and / or making opening
in or through, reinstating and making good the same shall be borne by
EMPLOYER. In any other case all such expenses shall be borne by the
Contractor.
2. If neither drawing nor specification contain any mention of minor details
of construction which in the opinion of the Engineer In charge(EIC)
Page No.:N 25 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 24 of 35
6.12
6.13
6.14
6.15
whose decision shall be final and conclusive, are reasonable and
obviously and fairly intended for satisfactory completion of work,
such details shall be provided by the contractor without any extra cost,
as if they were specially mentioned and shall be deemed to be
included in the scope.
Nuisance
The Contractor shall not at any time do, cause or permit any nuisance on Site or
do anything which shall cause unnecessary disturbance or inconvenience to
owners, tenants or occupiers of other properties near the Site and to the public
generally.
Material Obtained From Excavation
Materials of any kind obtained from excavation on the Site shall remain the
property of EMPLOYER / its client and shall be disposed of as the Engineer In
charge(EIC) may direct, at no extra cost.
Treasure, Trove, Fossils Etc.
All fossils, coins, articles of value or antiquity and structures and other
remains or things of geological or archaeological interest discovered on the site
shall be the absolute property of EMPLOYER / EMPLOYER's client and the
Contractor shall take reasonable precautions to prevent his workmen or any
other person from removing or damaging any such article or thing, shall
immediately upon discovery thereof and before removal acquaint the Engineer In
charge(EIC) with such discovery and carryout the Engineer's directions as to the
disposal of the same.
Protection Of Works
1. Trees designated by the Engineer shall be protected from damage
during the course of the Works and earth level within 1 meter of each
such tree shall not be charged. Where necessary, such trees shall be
protected by providing temporary fencing.
2. The contractor shall provide and maintain at his own expense all lights,
guards, fencing and watching when and where necessary or required by
the Engineer In charge(EIC) for the protection of the Works or for the
safety and convenience of those employed on the Works or the public.
3. The contractor shall have total responsibility for protecting his works till
it is finally taken over by the EMPLOYER. No claim will be entertained
by the Engineer In charge(EIC) for any damage or loss to the
contractor's works and the contractor shall be responsible for the
complete restoration of the damaged works to its original condition to
Page No.:N 26 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 25 of 35
6.16
6.17
6.18
6.19
comply with the specifications and drawings. Should any such damage
to the contractor's works occur because of other party not under
his supervision or control, the contractor shall make his claim directly
with the party concerned. The contractor shall not cause any delay in
the repair of such damaged works because of any delay in the resolution
of such disputes. The contractor shall proceed to repair the work
immediately and no cause thereof will be assigned pending resolution of
such disputes.
Protection Of Embedment’s Bolts Etc.
The contractor shall ensure proper protection to the satisfaction of the Engineer
In charge(EIC), of all bolts, inserts, embedment etc. from weather etc. by
greasing, rapping them with gunny bags or canvas or by any other means as
directed by Engineer In charge(EIC). Cost of such protections shall be deemed
to be included in the rates quoted for the item.
Clearance Of Site And Repairs.
Contractor has to clear the site / area where mechanical and electrical erection
work is to be commenced / or in progress. The contractor shall remove
construction materials and equipment lying in the vicinity and causing
obstruction in the erection work within 24 hrs. Notice, In case he fails to clear
the site, this will be done at his risk & cost by EMPLOYER.
Quality Assurance
The contractor has to establish / arrange at site the field testing facilities for
testing of civil construction materials and concrete cubes for ensuring the
proper quality, grade and strength of the materials used in the construction in
line with approved field quality check list of EMPLOYER/ its client. Contractor
has to submit detailed report for testing of all material used etc. All testing shall
be done as per IS code specifications/ EMPLOYER's quality plan. If further test
is required by the engineer to be carried from outside laboratory, the cost of the
same shall be borne by the contractor.
Completion Of Work
1. The works shall be completed to the entire satisfaction of the Engineer In
charge(EIC) and in accordance with the completion schedule as specified
in the Contract, and all unused stores and materials, tools, plant,
equipment, temporary buildings, site office, labour hutments and other
things shall be removed and the site and work cleared of rubbish and
all waste materials and delivered up clean and tidy to the satisfaction of
the Engineer In charge(EIC) at the Contractor's expenses.
Page No.:N 27 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 26 of 35
6.20
6.21
2. EMPLOYER shall have power to take over from the Contractor from
time to time such sections of the work as have been completed to the
satisfaction of the Engineer In charge(EIC). Such work however shall
not be treated as have been completed until the extra works are executed
to the satisfaction of Engineer In charge(EIC). The Guarantee period
shall commence only after handing over of the entire works.
3. The Engineer In charge(EIC) shall certify to the contractor the date on
which the work is completed and the date thereof.
Method Of Measurement
Method of measurements if not specified in the tender, shall be as per relevant IS
Codes / CPWD codes.
Health, Safety & Environment management
1. The contractor shall comply with following towards Safety and Social
Accountability;
2. The contractor will be responsible for Health, Safety & Environment
management at site for the construction activities to be carried out by
them. The contractor shall continuously take special care to ensure the
safety and prevention of human and equipment accidents and maintain
good sanitary conditions in and around the site. All the construction work
and plant operation must be carried out in the safest possible manner.
The Engineer In charge(EIC) reserves the right to stop any process
which, in the E I/C’s opinion, is being performed dangerously. In this
case the contractor must immediately adhere the requisite safety
precautions and any delays attributed to the work stoppage on this
account shall not affect the agreed contractual finishing dates.
3. The contractor shall appoint dedicated full-time Qualified Safety Officers
who shall have full authority to ensure that all necessary safety
precautions are observed by the Contractor's employees and sub-
contractors. These appointees shall have full responsibility for the safety
of all personnel within the contractor's area of the works.
4. Some of the common safety rules to be followed during working are as
follows:-
Nobody is allowed to enter at construction site without Safety Shoe.
Page No.:N 28 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 27 of 35
Never enter work area without Safety helmet & chin strap in place.
No climbing/working allowed without proper safety belt above 2 m.
height.
Do not exceed the speed limit 25 Kmph within premises.
No debris obstacles allowed on the roads & passages.
Do not walk on pipelines or false ceiling.
Maintain good Housekeeping at work site.
No photography/ Videography allowed without permission
All Site supervisors & engineers (including subcontractors) must be
imparted structured training on construction safety before start of the
job & record to be maintained.
Availability of qualified & trained Site Engineer at site during all
working hours.
Site Safety training to be imparted to all workers & plan to be made to
cover every worker.
Tools box talk (5-15 minutes) by supervisor prior to start of any job.
All accident / incidents(Near Miss) to be reported &
investigated.(formats & procedure should be finalized)
Daily Safety Checking by Each Site Engineer along with Safety
engineer.
Weekly co-ordination meeting of all Safety engineers with
EMPLOYER safety officer.
Monthly safety meeting with Site In-charges.
All Safety equipment must be ISI marked & checked by Safety officer
before use.
Tag system for erection & use of scaffoldings.
Bamboo/wooden Scaffolding material not allowed.
LPG cylinders not allowed for gas cutting.
Good Housekeeping. Separate waste bins to be used for flammable &
non-flammable material.
Safety awareness programs for workers by display of boards, posters,
competitions, talks etc.
Deployment of Safety Supervisors for every 250 workers and part
thereof at work site.
Display of List of First Aid trained persons.
Testing certificates for lifting tools & tackle.
Provision & maintenance of fire extinguishers at construction site &
material stores.
Display of emergency telephone numbers at various locations.
For work in confined space use 24 V lamp fitting & use tools with air
motors or electric tools with max. 24 V.
For confined space entry Gas test must be done before & at regular
intervals.
Page No.:N 29 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 28 of 35
Checking & tag of equipment like grinding machine, welding
machine, gas cutting set etc. by supervisors before use.
5. Contractor shall ensure following:
A. Contractor has to maintain contact with local hospital having scanning
& other ultra-modern medical facilities required during emergency
including Ambulance.
B. Contractor has to ensure pre-employment medical check for all staff &
workers.
C. Contractor has to ensure that adequate First Aid facilities with trained
nurse & ambulance are available at work site for emergency purpose.
This emergency set-up should include, but not limited to, following
Male nurse (in shifts)
Oxygen set up
Breathing apparatus
Eye wash facility
Stretcher
Trauma blanket
Medicines
6. The Contractor shall be fully responsible for accidents caused due to him
or his agents or workmen’s negligence or carelessness in regard to the
observance of the safety requirements and shall be liable to pay
compensation for injuries. It may be noted that non-compliance to HSE
requirements will result in penal action as decided by Engineer In
charge(EIC).
7. The amount towards penalties will be deducted from running bills of the
Contractor. The amount so collected above will be utilized for supporting
the safety activities at site. The decision of EMPLOYER on above will
be final and binding on the Contractor.
8. The contractor shall comply with following towards Social
Accountability;
(a) The contractor shall not employ any employee less than 15 years of
age in pursuant to ILO convention. If any child labour were found to
have been engaged , the Contractor shall be levied with expenses of
bearing his education expenditure which will include stipend to
substantiate appropriate education or employ any other member of
family enabling to bear the child education expenditure.
(b) The contractor shall not engage Forced/Bonded Labour and shall
abide by abolition of Bonded Labour System (Abolition) Act, 1976.
Page No.:N 30 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF
CONTRACT
DOC. NO.: NBPPL-4-301-P4C-M-001
Rev. No.:
TECHNICAL SPECIFICATIONS Page 29 of 35
6.22
(c) The contractor shall maintain Health & safety requirement as
stipulated in the Contract and Contract Labour (Regulation &
Abolition) Act 1970.
(d) The Contractor shall abide by UN convention w.r.t Human Rights
and shall be liable for Discrimination/Corporal punishment for
failure in meeting with relevant requirements.
(e) The Contractor shall abide the requirement of Contract Labour
(Regulation & Abolition) Act, 1970 for working hours.
(f) The Contractor shall abide by the statutory requirement of Minimum
Wages Act 1948, payment of Wages Act 1936.
(g) The Contractor shall arrange potable drinking water to its employees &
workers.
Discrepancies And Adjustment Of Errors
1. The several documents forming the Contract are to be taken as mutually
explanatory of one another, detailed drawings being followed in
preference to small scale drawings and figures dimensions in preference
to scale and special conditions in preference to general conditions.
2. In case of discrepancies between the different tender documents with
respect to any item description, quantity, payment terms and or other
terms of conditions, the document should be considered in the following
order of preference within( SCC being the most preferred/final document
and GCC being the least preferred document):-
(a) Technical Specifications (TS):
Section – C (Specific Technical Requirements)
Section – B (BOQ)
Section – D (General Technical Specifications)
(b) Technical conditions of contract (Section – A of technical
Specifications)
(c) Special Conditions of Contract (SCC)
(d) Tender Drawings
(e) General conditions of contract (GCC)
3. If there are varying or conflicting provisions made in any one document
forming part of the contract, the Engineer In charge (EIC) shall be the
deciding authority with regard to the document.
4. Any error in description, quantity in schedule of quantities or any
omission therefrom shall not vitiate the contract or release the contractor
from the execution of the whole or any part of the works comprised
therein according to the drawings and specifications or from any of his
obligations under the contract.
Page No.:N 31 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF CONTRACT ANNEXURE-A
DOC. NO.: NBPPL-4-301-P4C-M-001 Rev. No.:
TECHNICAL SPECIFICATIONS Page 30 of 35
ANNEXURE- A
LIST OF EQUIPMENTS FOR CIVIL SITE LABORATORY
CONCRETE TESTING EQUIPMENT
SL NO. NAME OF TEST NAME OF EQUIPMENT SIZE OF EQIPMENT IS REF.
1 Initial & final setting time,
Consistency of cement
Vicat Apparatus with desk
pot Standard IS 5513
2 Shrinkage of cement ,
Auto Clave Test
Le Chatelier's apparatus
Auto Clave Equipment Standard IS 5514
3 Abrasion value test Los Angles Abrasion testing
machine Standard IS 2386
4 Aggregate Impact value
test
Aggregate Impact value
testing machine with blow
counter
Standard IS 9377
5 Aggregate crushing value
test Crushing value apparatus Standard IS 2386
6 Flakiness index Thickness gauge for
measuring flakiness index Standard IS 2386
7 Elongation Index Elongation guage Standard IS 2386
8 Bulk density, voids and
bulking appratus Measuring cylinders
3, 5,10 & 15 liters
cylinders
9 Concrete Compressive test
Digital Compressive
Testing Machine with 2000
KN capacity.
2000KN capacity IS 2505
10 Cement motor cube
casting Mortor Cube mould
70.6 x 70.6 x 70.6 mm,
minimum 06 sets
desired.
IS 10086
11 Concrete Cube casting Concrete Cube Mould
150x150x150mm, min.
20 sets desired
considering TG Raft
major concereting
activity.
IS 10086
12 Workability of concrete Slump cone Standard, at least 04
nos. IS 456
13 Specific gravity of
aggregates Pycnometer Standard, atleast 02 nos. IS 383
14 Cement mortor cube
vibrating
Motorised vibration
machine for cement testing Standard IS 4031
Page No.:N 32 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF CONTRACT ANNEXURE-A
DOC. NO.: NBPPL-4-301-P4C-M-001 Rev. No.:
TECHNICAL SPECIFICATIONS Page 31 of 35
Soil Testing Equipment (Leveling & Grading)
1 Liquid limit test Liquid limit apparatus Standard IS 2720
2 Core Cutter test core cutter apparatus Rammer, 6 nos of std
core cutter mould, dolly IS 2720
3 Proctor density test Std proctor Compaction
apparatus Standard IS 2720
4 Moisture Content Rapid moisture meter Standard, at least 04
nos. IS 2720
Process Control Accessories
1 Hot air oven Temperature range 50° C
to 300° C
600x600x600mm
(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 0° C to
150° C Digital
5 Poker Thermometer
(Concrete Road)
Temperature range 0° C to
50° C & 150° C 02 nos each required
15
Course aggregate Sieve
analysis (Concrete &
Road Works)
Sieve set
450mm dia GI Frames
Size: 125 mm, 90 mm,
75 mm, 63 mm, 53 mm,
40 mm, 20 mm, 16 mm,
12.5 mm, 10 mm, 4.75
mm, Pan and cover
IS 383
16 Fine aggregate sieve
analysis Sieve set
200 mm dia Brass
sieves; Size 4.75 mm,
2.36 mm, 1.18 mm 600
micron, 300 micron,
150 micron, 75 micron,
75 micron, Pan and
cover
IS 383
17 Seive Shaker Motorized Sieve shaker Mfg. Catalogue
18 Silt content check Sand silt content beaker Standard
19 Ultrasonic pulse velocity
test UPV apparatus for concrete Standard
Page No.:N 33 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001
Rev. No.: Dated : Section A:
TECHNICAL CONDITIONS OF CONTRACT ANNEXURE-A
DOC. NO.: NBPPL-4-301-P4C-M-001 Rev. No.:
TECHNICAL SPECIFICATIONS Page 32 of 35
6 Measuring jars 2 nos set of each size 100ml, 200ml, 500ml
& 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 no 0.01 mm least count
13 Digital paint thickness
meter for steel 02 nos. 500 micron Range
14 GI tray 02 nos. each
600x450x50mm,
450x300x40mm,
300x250x40mm
15 Electric morter mixer 01 no 0.25 CUM capacity
16 Rebound hammer test 01 no Digital Rebound
hammer IS 13311
17 Screw Gauge 02 nos. 0.1 mm-10mm, Least
count 0.05
18
Digital paint thickness
meter for masanory/
concrete painting
measurement
02 nos. 150 micron range
*The above list of equipment is minimum/ tentative.
*The deployment of equipment’s shall be made as per actual requirement at site to meet project
implementation schedule.
* Any additional equipment required shall be deployed by bidder as per site requirement without
any extra cost to NBPPL
Page No.:N 34 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001 Rev. No.: Dated :
Section A: TECHNICAL CONDITIONS OF CONTRACT
ANNEXURE –B
DOC. NO.: NBPPL-4-301-P4C-M-001 Rev. No.:
TECHNICAL SPECIFICATIONS Page 33 of 35
ANNEXURE –B
INDICATIVE LIST OF T&P TO BE ARRANGED BY CONTRACTOR
Major T&P items Qty. to be deployed(nos.)
1. Batch mixing plant (Minimum 30 cum/hr capacity) 3
2. Transit mixer (Minimum 5 cum/hr capacity) 6
3. Pre-mix plant 1
4. Arrangement for controlled blasting including compressor 02 Sets
5. Concrete pumps (Minimum 30 CUM capacity) 3
6. Road auto paver As per site requirement
7. Excavator (Minimum 1 CUM capacity) 3
8. De-watering pumps (electrical & stand by diesel) 10 (10 HP to 50HP)
9. Pay Loader 2
10. Dumpers/Trippers 10
11. Truck mounted concrete mixer cum pump alongwith
placing boom minimum 40 m high
1
12. Concrete cutting power tools (DD2E of HILTI/BOSCH
make)
1
13. Concrete core Cutting machine for drilling in concrete
upto 75mm dia along with diamond bits
1
14. 10 HP submersible mono-block electric pump (KOS-
1040+ of Kirloskar or equivalent)
1
15. Self-priming dewatering pump 2 HP (diesel/ electric) 2
16. Dozer. 1
17. 12 / 20mm thick Ply shuttering board (4500 sqm)
18. MS scaffolding pipe / Acrow Pipe Preferably Cup Lock
System
40,000 RM
19. Power driven earth rammer 4
20. Vibromax (earth compacter) 1
21. Vibro compactor/ plate compactor – drum width 750mm 2
22. Compression testing machine (200 T cap) 1
23. Electric winch with building hoist 3
24. Theodolite 1 second accuracy 1
25. Concrete cube moulds 125
26. Adequate no. of small trucks 2T/5T for movement within
site
As per site requirement
27. Drinking water tank – 5000 lit. 2
28. Truck mounted water tank (minimum 5000 lit) Capacity
with sprinkler arrangement.
1
Page No.:N 35 of 37
TECHNICAL CONDITIONS OF CONTRACT
MAIN PLANT CIVIL WORKS PACKAGE FGUTPP STAGE-IV (1X 500 MW) AT UNCHAHAR
BHEL SPEC. NO. :PE-TS-401-600-C001 Rev. No.: Dated :
Section A: TECHNICAL CONDITIONS OF CONTRACT
ANNEXURE –B
DOC. NO.: NBPPL-4-301-P4C-M-001 Rev. No.:
TECHNICAL SPECIFICATIONS Page 34 of 35
29. 125KVA Electric Generator 1
30. Concrete vibrator with adequate needle
10
(3-diesel & 7- electric)
31. Crawler mounted Crane (75 MT capacity) 4
32. Crawler mounted Crane 100 MT 1
33. Sumitomo crane or equivalent Capacity- 250 MT 1
34. Elec. Gantry crane(40 MT) 3
35. Hyd. Crane/Escort/Tata P&H320 or equivalent 14T-2 & 8T-4
36. Passenger cum goods lift 1
37. Electro hyd. Pipe bend machine 2
38. Magnetic base drill machine (All Cut) 4
39. Welding generator (320 Amp.) 40
40. Torque tightening m/c. (2 no. Capacity up to 30 dia HSFG
bolt tightening)
4
41. Sufficient quantity of steel ladders for approach up to the
top of each erected column to be required during erection
of columns.
2
42. Jack hammers/pavement breakers. 2
43. Power winch – 2T/3T/5T for structural erection 5
44. Power winch – 10T/15T for structural erection 2
45. Ultra-sonography testing machine for structural work. 1
46. Submerged arc welding machine 2
47. MIG/CO2 welding machine 10
48. DC Arc welding rectifier 6
49. Hoisting eqpt. 8
50. Mechanized modular units of Scaffolding and shuttering As per site requirement
51. Heavy plate bending machines 2
52. Shearing machines 2
53. Lathes 2
54. Milling machines 2
55. Rotary Hydraulic Rig 5
56. Slip Form Shuttering 01 set
57. Portable fire extinguishers as below:
Soda acid
Dry chemical powder
CO2
Water & sand bucket (4 buckets in one stand)
Fire hose with nozzle (50 M length)
10 sets
10 sets
5 sets
5 sets
4 sets
Page No.:N 36 of 37
Page No.:N 37 of 37